Loading...
HomeMy WebLinkAboutR-01-0099J-01-62 1/29/01 q RESOLUTION NO. U 1 w " 9 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF ATLANTIC CIVIL, INC., FOR THE PROJECT ENTITLED "WATSON ISLAND ACCESS ROADS EXTENSION PROJECT, B-4628," IN THE PROPOSED AMOUNT OF $420,803.23; ALLOCATING FUNDS FROM PROJECT NO. 333126, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $420,803.23 FOR CONTRACT COSTS AND $49,240.00 FOR EXPENSES, FOR A TOTAL ESTIMATED COST OF $470,043.23; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. WHEREAS, pursuant to public notice, an Invitation for Bids for the project entitled "Watson Island Access Roads Extension Project, B-4628," was mailed to 13 potential bidders; and WHEREAS, five bids were received December 19, 2000; and WHEREAS, the City Manager and the Acting Director of the Department of Real Estate and Economic Development recommend that the bid from Atlantic Civil, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, funds are available for the proposed amount of the contract, project expenses and incidentals under Project CITY COIAMSSION MEETLNG OF r. n � w FC� ® lyes�iuiion Iv'o9 No. 333126, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances; 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 adopted by reference and incorporated as if fully set forth in this Section. Section 2. The December 19, 2000 bid of Atlantic Civil, Inc., in the proposed amount of $420,803.23, for the project entitled "Watson Island Access Roads Extension Project, 3-4628", for the total proposed, based on lump sum and unit prices, is accepted at the price stated therein. Section 3. The total estimated project cost of $470,043.23 is allocated from Project 333126, as appropriated by the Annual Appropriations and Capital Improvement Project Ordinances. Total project costs consist of $420,803.23 for contract cost and $49,240.00 for estimated expenses incurred by the City of Miami. Section 4. The City Manager is authorizedll to execute an agreement, in a form acceptable to the City Attorney, with Atlantic Civil, Inc., for the project entitled "Watson 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions Page 2 of 3 () I— 9 9 Island Access Road Extension Project, B-4628," for the total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral. PASSED AND ADOPTED this 8th day of February , 2001. In accordance with Miami Code Sec. 2-36, since the this legislation by signing it in the designated p'a boccros1; iwctive with the €?mase pert (10 regarding sama, without the M;ayolexerciZ VV Walter ATTEST: WALTER J. FOEMAN CITY CLERK JOE CAROLLO, MAYOR did not indicate approval of tick,', said legtslaucri nS. , � APPROV A O, O AND RRECTNESS:t DRO V RELLO CI Y ATTORNEY W5005:LB zi If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 01— 99 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission RECOMMENDATION r .,f 1 CA -1 DATE: FILE : B-4628 JAN 2 3 2001 SUBJECT: Resolution Awarding Contract for "Watson Island Access Roads Extension Project" REFERENCES: ENCLOSURES: Bid Tabulation Form It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Atlantic Civil, Inc., a company located at 9350 S. Dixie Hwy., Suite 1250, Miami, Florida 33156, whose principal is Steve Torcise, Jr., President, for the Project entitled Watson Island Access Roads Extension Project B-4628, received on December 19, 2000, in the amount of $420,803.23 total, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $420,803.23 % of Cost Estimate 120.22 Cost Estimate: $350,00.000 Duration: 130 calendar days Source of Funds C.I.P. Project No. 333126 Minority Representation: Public Notice was published Thirteen (13) contractors picked up plans and specs: 4 Hispanic, 0 Black, 0 Women Five (5) contractors submitted bids: 3 Hispanic, 0 Black Public Hearings/Notices: No public hearing / Bid notice Published Assessable Project: No The Department of Real Estate & Economic Development has evaluated the bids received on December 19, 2000 and determined that the lowest responsible and responsive bid, in the amount of $420,803.23, is from Atlantic Civil, Inc., a corporation located in Miami -Dade County outside of the City of Miami. Funds are available to cover the contract cost and for such incidental items as postage, blueprinting, advertising, reproduction costs. 0 CAG/DB/AR V/pc 01- 9 9 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Linda Haskins TO: Director Department of Management & Budget Arleen R. Weintraub 'At1X42;;_z Acting Director FROM: Department of Real Estate and Economic Development January 19, 2001 DATE: FILE: 6-4628 SUBJECT: Request for Budget Approval REFERENCES: ENCLOSURES: Contractor Fact Sheet Attached is the Contractor Fact Sheet for the Project entitled Watson Island Access Roads Extension Project, B-4628. Please verify that funding will be available from CIP Project #333126 to cover the total cost for this contract in the estimated amount of $470,043.23. DESCRIPTION The project consists of furnishing all labor, materials, equipment and supervision necessary for the construction of the Ramp "C" extension from the Miami Yacht Club to the intersection with access road (north) including clearing and grubbing, earthwork, drainage, concrete curb work, sidewalk, landscaping, irrigation, lighting and the roadway construction. Please indicate your approval by signing below. ARW/EN/es Cc: Pilar Saenz, CIP Coordinator Emma Sardiina, Dept of Real Estate 6,APPROVE O -DISAPPROVED LINDA HASKINS, DIRECTOR 01- 99 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 1 / 12 / 2001 JOB NUMBER: 8-4628 PROJECT NAME: WATSON ISLAND ACCESS ROADS EXTENSION PROJECT CIP NUMBER: 333126 LOCATION: WATSON ISLAND, NORTH OF MACARTHUR CAUSEWAY OTHER TYPE: F.I.N.D. ( STATE) PROJECT MANAGER / EXT. No.: ENRIQUE NUnEZ FEDERAL (E.O.A.) ASSOCIATED DEPARTMENT: REAL ESTATE & ECONOMIC DEVELOPMENT S.N.P.B. - ASSESSABLE: EMERGENCY: COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL _ INFORMAL RESOLUTION No.: 99-890 DESCRIPTION: THE CONSTRUCTION OF THE RAMP ' C ' EXTENSION FROM THE MIAMI YACHT CLUB TO THE INTERSECTION WITH ACESS ROAD ( NORTH) INCLUDING CLEARING & GRUBBING, EARTHWORK, DRAINAGE, CONCRETE CURB WORK, SIDEWALK, LANDSCAPING, IRRIGATION, UGFMNG AND THE ROADWAY CONSTRUCTION. (IF NECESSARY, CONTNUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1,000.00 (E) OUTSIDE DESIGN $ 31,240.00 7.42% TESTINGS / SURVEY / PLAT $ (E) $ (� P.W. DESIGN & BID DOCUMENTS $ % CONSTRUCTION $ 420,803.23 (BID) CONSTRUCTION ADMINISTRATION $ % OTHER: CONSTRUCTION ADMIN. $ (E) $ 17,000.00 (E) 4.00% 11.42 % (E) - ESTIMATE TOTAL $ 470,043.23 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 350,000.00 CONTRACTOR'S INFORMATION: CLASS: =J - = NON - MINORITY _ TYPE OF WORK: ROAD CONSTRUCTION MINORITY EE YEARS OF ESTABLISHMENT: 32 YEARS LICENSE CG-CO60373 NAME: ATLANTIC CML, INC. TELEPHONE: 305-670-9610 ADDRESS: 9350 SOUTH DDOE HWY. SUITE 1250 CITY, STATE, ZIP: MIAMI, FLORIDA 33156 QL&%% J - JOINT P = PRIME S = SUB CONTACT PERSON: STEVE TORCISE, JR.,PRESIDENT MINORITY: B = BLACK H - HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: COPIES: ASSISTANT DIRECTORS; COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 7 V/Yo 01- 99 FORMAL BID WATSON ISLAND ACCESS ROADS EXTENSION PROJECT Project Manager: Enrique Nunez Date: December 19, 2000 Person who received the bids: Enrique Nunez Received at: City Clerk's Office, Miami City Hall I Construction Estimate: $350,000.00 Time: 10:30 a.m. Bid Bond 5% .. -1 ..._-.. ._ I. D W 1111 Rnrnnraflnn I Thai Radland r mmnanu ADDRESS 9350 S. D'aie Hghwy. # 1250 Mlami FL 33158 12097 N.W. 98 Avenue Hialeah Gardens FL 33018 12054 N.W. 98 Avenue Hialeah Gardens FL 33018 3780 N.W. 22 Avenue Miami FL 33142 23799 S.W. 167 Avenue Hornestead, FL 33031 BID BOND AMOUNT Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% IRREGULARITIES C, M K MINORITY OWNER NO YES YES Yes NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL TOTAL BID: Items 1 - 50 $420,803.23 ( M ) $446,812.10 $467,112.48 5498,940.30 $554,037.46 Bales o ay or straw (O .64) 9.34 597.76 2 2.00 1,408.00 1 . 00 1.152.00 6.50 18.00 10.00 $640.00 2. Clearing 8 Grubbing (1.134 Ac.) $8,240.24 $9344.43 (C) $45,000.00 $51,030.00 $20,245.00 $22,957.83 $3,000.00 $3,402.00 $85.820.00 $97,319.88 3. Reg. Excavation (1188 c..) $6.52 $7,745.76 $2.00 $2.376.00 $3.00 $3,564.00 $6.00 $7,128.00 $5.00 $5,940.00 4. Type "B" Stabilization (3224 s.y.) $1.37 $4,416.88 $3.10 $9,994.40 $2.20 $7,092.80 $2.00 $6,448.00 $4.00 $12,896.00 5. Finish Soil Layer (1391 s.y.) $2.66 $3,700.06 $5.60 $7,789.60 1$2.45 $3,407.95 $4.00 $5,564.00 $1.50 $2,086.50 6. Opt. Base (base grow 07) 2439 s.y. $6.65 $16,219.35 $8.75 $21,341.25 $7.35 $17,926.65 $12.50 $30,487.50 $8.00 $19,512.00 7. Bituminous Mat'I (tack coal) 98 gal. $6.60 $646.80 $3.00 $294.00 $4.00 $392.00 $1.50 $147.00 $2.50 $245.00 8. Asphaltic Concrete (335.3 tons) $52.80 $17,703.84 $48.00 $16,094.40 $48.00 $16,094.40 $50.00 $16,765.00 $59.00 $19.782.70 9. Misc. Conc. (5 c..) $316.05 $1,580.25 $110.00 $550.00 $100.00 $500.00 $100.00 $500.00 $250.00 $1,250.00 10. Inlets - 4 curb P5 <10' $2,644.64 $10.578.56 $2,850.00 $11,400.00 $2,500.00 $10.000.00 $2,600.00 $10,400.00 $4,515.00 $18,060.00 11. Inlet - curb type P2,<10' 1$2.431.55 $2,431.55 1$2,400.00 1$2,400.00 $2,000.00 1$2,000.00 $3,200.00 $3,200.00 $5,138.00 $5,138.00 12. Inlet - special curb type J5 <10' 1$4,924.10 $4,924.10 1$7,800.00 1$7,800.00 1$5,000.00 1$5,000.00 513,500.00 $13,500.00 $10,415.00 $10,415.00 m1e[-speuarwmrypaao�iv J�,uva.ov v�,w....,.. ............. ...,.,,,....... ._,---•-- --•---�-- ---•------ - " - 14. Manhole • soeGal Hoe JB <10' $4,105.89 $4,105.99 56,500.00 56,500.00 $3,800.00 $3,800.00 $12,500.00 $12,500.00 $8,009.00 58,009.00 16. Elilpdcal Concrete Pipe (1751.f.) 1$38.11 1$6,669.25 1$47.00 158,225.00 1$39.00 1$6,825.00 IS45.00 1$7,875.00 1$69.00 1$12,075.00 A - - No Power-of-Attomey - No Afftdavid as to Capital & Surplus of Bonding Company C - - Corrected Extensions D - - Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Incomplete Extensions F - - Non-responsive bid G - - Improper Bid Bond H - - No Certificate of Competency Number No First Source Hiring Compliance Statement J - - No Minority Compliance Statement No Duplicate Bid Proposal L - - No City Occupation License M - - Corrected Bid Total DEVELOPMENT THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ATLANTIC CIVIL, INC. FOR THE TOTAL AMOUNT OF $420.803.23 If the above Contractor is not the lowest bidder explain: Sheet 1 of 3 Bid Bond 5% Bid Bond 5% Bid Bond 5% K YES YES voe 13.20 39_34 17. Sanitary Sewer Manholes (2 ea.) N $1,698.24 ; j 18. Valve Boxes (5 ea.) $391.19 ; .80 19. Deep Well Open Hole (120 I.f.) $264.01 ) .02 20. Deep Well Casing (180 I.f.) $264.01 .00 21. Concrete Curb (2829 11) $7.58 50 22. Concrete Sidewalk (1027 s.y) $15.60 f .40 23. Sodding (1391 s..) $3.30 .20 24. D.I.P. - W Sanitary Sewer Main (40 I.f.) $35.33 .60 .28 25. Fire Hydrants (2 ea.) $819.67 26. Sign Single Post (<12 I.f.) (8 assembly) $220.01 27. Reflective Pavemnet Markers (57 ea.) $4.40 28. Pavement Messages (2 ea.) $137.51 i 29. Directional Arrows (2 ea.) $77.00 30. White Traffic Stripe (50 U.) 31. Solid Traffic Stripe (11260 11) $0.83 $ $0,44 $ 32. Solid Traffic Stripe (60 I.f.) $1.87 $ 33. Solid Traffic Ships (1140 I.f.) 34. Solid Traffic Stripe (1721.f.) $0,44 $ $0.99 $ 35. Solid Traffic Stripe (140 I.f.) $3.14 $ 36. Grounding Electrode (132 l.f.) $12.33 $ 37. Conductor (4420 I.f.) $0.59 $ 38. PVC Conduit Schedule (14021.1) 1$3.64 $ 39. -Lighting Pole Co c. Foundation It ea.) 1$609.94 $ 40. IPull Boxes (11 ea.) 1$590.52 $ IRREGULARITIES LEGEND A - - No Power-of-Attomey B - - No Affidavid as to Capital & Surplus of Bonding Company C - - Corrected Extensions D - - Proposal Unsigned or Improperly Signed or no Corporate Seal E - - Incomplete Extensions F - - Non-responsive bid .w" G - - Improper Bid Bond ' H - - No Certificate of Competency Number I - - No First Source Hiring Compliance Statement J - - No Minority Compliance Statement K - - No Duplicate Bid Proposal L - - No City Occupation License M - - Corrected Bid Total Bond 5% Bid Bond 5% Bid Bond 5% K YES YES voe 13.20 39_34 $47.00 $3,400.00 $1,880.1 $6,800.1 30.08 $150.00 $1,200.1 .80 $4.00 $228.00 .02 $80.00 $160.00 .00 $40.00 $80.00 50 $1.00 $50.00 .40 $0.55 $693.00 .20 $1.25 $75.00 .60 .28 $0.55 $0.80 $627.00 $137.60 19.60 $1.75 627.56 $9.72 607.80 $0.74 103.28 $4.88 709.34 $580.00 495.72 $155.00 • u [$3.00 55.00 $47,700.00 .00 4.00 $39,606.00 .00 2.00 $22,594.00 15 1$4.173.00 10_00 7.50 .75 .00 .25 Bid 10.00 841.76 1$7.80 $10,935.60 1119.75 $17,875.50$7,360.50 380.00 1$687.00 1$7,557.00 1$960.00 $10,560.00 $275.00 $3,025.00 705.00 $654.00 1$7,1194.00 1$570.00 1$6,270.00 1$375.00 $4,125.00 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF REAL ESTATE & ECONOMIC DEVELOPMENT THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ATLANTIC CIVIL. INC FOR THE TOTAL AMOUNT OF $420.803.23 If the above Contractor is not the lowest bidder explain: Sheet 2 of 3 BIDDER Atlantic Civil Inc. M. Vila & Associates Inc. S.E. Eng. Contractors Inc. P.N.M. Corporation The Redland Company ADDRESS 9350 S. Dime Hghw y. x 1250 Miami, FL 12097 N.W. 98 Avenue 12054 N.W. 98 Avenue 3780 N.W. 22 Avenue Miami, 23799 S.W. 167 Avenue 33158 Hialeah Gardens FL 33018 Hialeah Gardens FL 33018 FL 33142 Homestead FL 33031 BID BOND AMOUNT Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% IRREGULARITIES C, M K MINORITY OWNER NO YES YES Yes NO 41. Pole Cable Distribution System ( 11 ea.) $1,261.97 $13,881.67 $1,250.00 $13,750.00 1$1,400.00 $15,400.00 $1,230.00 $13,530.00 $950.00 $10,450.00 42. Lighting Poles (11 ea.) $6,737.56 $74,113.16 $3,850.00 $42,350.00 $7,500.00 $82,500.00 $6,250.00 $68,750.00 $5,985.00 $65,835.00 43. Staking & Guying Trees (7 ea.) $27.50 $192.50 $15.00 $105.00 $100.00 $700.00 $30.00 $210.00 $50.00 $350.00 44. Trees B&B - Bursars Simaruba (7 ea.) $332.55 $2,327.85 $220.00 $1,540.00 $250.00 $1,750.00 $400.00 $2,800.00 $250.00 $1,750.00 45. PVC Irrigation Sleeve 112"(58 U.) $19.80 $1,148.40 $16.50 $957.00 $25.00 $1,450.00 $25.00 $1,450.00 $20.00 $1,160.00 46. JPVC Irrigation Sleeve 6"(86 U.) $8.80 $756.80 $7.00 $602.00 $18.00 $1,548.00 $23.00 $1,978.00 $20.00 $1,720.00 47. PVC Irrigation Sleeve 4" (28 11) $4.40 $123.20 $5.50 $154.00 $12.00 $336.00 $22.00 $616.00 $20.00 1$560.00 46. Mobilization iSpeclal $27,711.00 $27,711.00 $27,711.00 $27,711.00 $27,711.00 49. Maintenance of Traffic $13,856.00 $13,856.00 $13,856.00 $13,856.00 $13,856.00 50. Provisions $27,711.00 $27,711.00 $27,711.00 $27,711.00 $27,711.00 ' IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF REAL ESTATE & ECONOMIC A - - No Power-of-Attomey DEVELOPMENT THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM B - - No Affidavid as to Capital & Surplus of Bonding Company ATLANTIC CIVIL, INC. FOR THE TOTAL AMOUNT OF $420.803.23 C - - Corrected Extensions D - - Proposal Unsigned or Improperly Signed or no Corporate Seal If the above Contractor is not the lowest bidder explain: E -- Incomplete Extensions F - - Non-responsive bid G - - Improper Bid Bond H - - No Certificate of Competency Number I - - No First Source Hiring Compliance Statement J - - No Minority Compliance Statement K - - No Duplicate Bid Proposal L - - No City Occupation License Sheet 3 of 3 M - - c;orrecteo nto I otal BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST Watson Island Access Roads Extension Project B-4628 t( BID NO: 00-01-027 DATE BIDS) OPENED: December 19, 2000 TIME 10:30 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK Atlantic Civil. Inc. $419,803.23 5% M. Vila & Associates $446,812.10 5% Southeastern Engineering Contractors, Inc. $467,112.48 5% P.N.P. Corp. (no duplicate of proposal) $498,940.30 51 $554,037.48 5% mq=lca7-7.3 . w the menclg,-, reoN�d t1mely as cf f �. we hereby rejected as Ic-Van -- &Mt OW V40"Ors listed herein -19 � submitted in responr� - as a e. received _) envelops on behalf of �,,pp"��'���,,� 'Person r"'vingbid(s - --VPW EPARTMENT L �ST,bT D on (2 — 1 20005 (City Department) e"'O 1 G "�/�01��r (Date) SIGNED: I eputy City ler 9 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Walter J. Foeman TO City Clerk Arleen Weintraub, Acting Director FROM: Department of Real Estate and Economic Development December 8, 2000 DATE: FILE SUBJECT : Watson Island Access Roads Extension Project REFERENCES: ENCLOSURES: Please note that contractors will submit bids for the following project: "WATSON ISLAND ACCESS ROADS EXTENSION PROJECT, B-4628" on Tuesday, December 19th, 2000 at 10:30 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Enrique Nunez, our representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact Enrique Nunez at (305) 416-1419. AW/EN/pc c Albert Ruder, Director, Parks and Recreation Dept. _ Enrique Nunez, R.L.A._ File >� SENT BY:COM PLAN REV/ASSET MGM;12-12- 0 ; 9:28AM CITY OF MIAMI-, 93058581610;# 2/ 3 IM PORTANT ADDENDUM CITY OF MIAMI, FLORIDA DEPARTMCNT OF REAL ESTNI'F & ECONOMIC DFVI,FOPME-NT ADD1✓ND(JM NO, 2 December 8, 20W WATSON ISLAND ACCESS ROADS EXTENSION PROJECT 13-4628 ........................................................................................................... ALL BIDDERS ARE HEREBY NOTIFIED AS 1,01.I,OWS: This A.ddcadum is to modify the bidding and contractual dmumonts, issued November 3, 2000 and is hereby made part of the contract documents and shall be taken into account in preparing your bid on the referenced prpiect..Amend the contract d euments with the following clarifications: CHANGE 1 OI' 4, CHANGE IN RIDDING DATE. Scaled gids will be received by the City Clerk of the City of Miami, Florida at 10:30 a.m. on the 19th day of Decemhet 2000, fit the City Clerks' f l.flice, first floor of the Miami City Hull, 3500 Pan American Drive, Dinner Key, Miu ii, Florida, 33133, at which time and plucc they will be publicly opened and read. CHANGE 2 OF 4, REVISED PAGE 1, DIVISION 2 - SPECIAL PROVISIONS, TABLE OF CONTENTS: Rcplacc the attached new sheet Page 1 to (lin Divi.Sivui 2 — Spccidl Provisions, Table of Content`s. CHANGE 3 Ole 4. ADD A NEW SECTION-. Include the: attaoc W Section 2.27, Pages 73 and 74 to the Division 2 -- Special Pruvisions. Suction 2.27 is the Notice of Requirements for Aliumative Action to. Ensure .F,qua1 Employment Opportunity. SENT BY;COM PLAN REWASSET MGM;12-12- 0 ; 9;20AM ; CITY OF MIAMI- 9305$581610;# 3/ 3 CHANG 4 OF 4, NFW SPEC:IFICATIDM BOOK FACE- SHEET AND DRAWI[N S COV'Rk SHERT: Replace the attached new specifications book face shat and drawings en-wx sheet, which acknowledm the .Economic Development Aclntinistration aad refers to RDA's project number. THIS ADDENDUM IS AN ESSFNI'i AL PORTION OF THE CONTRACT DOCITMT.NTS AND SHALL BE MADE A PART THL, REM, Arleen R. Weintraub Acting Director of Real Estate ti. Economic Developmeml TO FROM ni CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Walter J. Foeman City Clerk Arleen Weintraub, Acting Director Department of Real Estate and Economic Development November 16, 2000 DATE: FILE Watson Island Access SUBJECT: Road Extension Project REFERENCES. ENCLOSURES: Please note that the "Watson Island Access Roads Extension Project, B-4628" that was advertised for submittal of bids on Tuesday, November 21", 2000 at 10:30 a.m., has been postponed until further notice. If you have any questions, please contact Enrique Nunez at (305) 416-1419. AW/EN c Albert Ruder, Director, Parks and Recreation Dept. Enrique Nunez, R.L.A. File IMPORTANT ADDENDUM CITY OF MIAMI, FLORIDA DEPARTMENT OF REAL ESTATE & ECONOMIC DEVELOPMENT ADDENDUM NO. 1 NOVEMBER 16, 2000 WATSON ISLAND ACCESS ROADS EXTENSION PROJECT B-4628 ■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr� ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: This Addendum is to modify the bidding and contractual documents, issued November 3, 2000 and is hereby made part of the contract documents and shall be taken into account in preparing your bid on the referenced project. Amend the contract documents with the following clarifications: CHANGE IN BIDDING DATE: The bids receiving date of November 21, 2000 has been postponed until further notice. Any revisions or additions to the bidding and contractual documents will be provided as part of a future Addendum No. 2. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. i Arleen R. Weintraub, Acting Director of Real Estate & Economic Development CITY OF MIAMI, FLORIDA /r t"& ` f INTER OFFICE MEMORANDUM TO: Walter J. Foeman DATE . October 17, 2000 FILE B-4628 City Clerk SUBJECT: Watson Island Access Roads Extension Project FROM: REFERENCES: Ar een Wei au , Acting Director Departme o eal Estate and ENCLOSURES: Economic evelopment I Please note that contractors will submit bids for the following project: "WATSON ISLAND ACCESS ROADS EXTENSION PROJECT, B-4628" on Tuesday, November 21St, 2000 at 10:30 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Enrique Nunez, our representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact Enrique Nunez at (305) 416-1419. G?A--- AW/EN/se Encl. C: Albert Ruder, Director, Parks and Recreation Dept. Enrique Nunez, R.L.A. File r ^: u BID NO.00-01-027 ADVERTISEMENT FOR BIDS Sealed bids for "WATSON ISLAND ACCESS ROADS EXTENSION PROJECT, B-4628" will be received by the City Clerk of the City of Miami, Florida at 10:30 A.M. on the 21st day of November, 2000, 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 work under this contract will consist of the furnishing of all supervision, labor, equipment and materials for the construction of the " Ramp C " Extension including clearing & grubbing, earthwork, drainage, concrete curb work, sidewalk, landscaping, irrigation, lighting and the roadway construction. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No.86-983 and No. 87-915. For technical questions or clarifications regarding plans and /or specifications, please submit written requests to Mr. Dionisio Torres, E.I., Metric Engineering, Inc., 13940 S.W. 136d' Street, Suite 200, Miami, Fl. 33186. The written request may be faxed to (305) 251-5894, followed by mailing or hand delivering the written copy. For questions regarding City requirements, please submit written requests to Mr. Enrique Nunez, R.L.A. , City of Miami Department of Real Estate and Economic Development, 444 S.W. 2nd Avenue, 3rd Floor, Miami, Fl. 33130.The written request may be faxed to (305) 416-2156 followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances # 98-106 and 99-1, there will be a " Cone of Silence" during the bid period and the City's responses to questions must be in writing only to all bidders.Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami -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 at the Department of Real Estate and Economic Development,444 S.W. 2nd Avenue,3rd Floor, Miami, Florida 33130, on or after November 3rd, 2000. There will be a $ 20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Real Estate and Economic Development Department including a separate check in the amount of $ 8. Additional sets may be purchased for a non-refundable fee of $ 20. Deposits will be refunded only upon return of one set of specifications to the Department of Real Estate and Economic Development, 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 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. Details are contained in bid specifications. All Bidders shall have an Affirmative Action Plan that complies with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are contained in bid specifications).Upon request, the bidder shall provide their Affirmative Action Plan to the City. The City of Miami has adopted Ordinance No. 10032,which implements the "First Source Hiring Agreements". 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 Real Estate and Economic Development, City of Miami, at (305) 416-1419. 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 re-advertise.(B-4628, Req.05482 ) Carlos A. Gimenez City Manager SENT BY:COM PLAN REWASSET MGM;12-12- 0 ; 9:27AM ; CITY OF MIAMI -4 CITY OF MIAMI 93058581610;# 1/ 3 DepArau�nt Of ]w waft � PO Box 330'1OS Mind. Flbtt 33233-M Stmt A&km: 444 SW 2w Ave,=, go no - MjwW. FL 33130 Tdgpbow: (305) 416.1435 FwAmUe. (M 41&2156 FACSIM E TRANEdMAL TO: COMM doe� FAX NO.; pHONE NO.: ----------------- DATE: NO. OF PAGES INCLUDING COVER: O URGENT O CALL UPON RECEIPT AS REQUESTED 0 FOR REVIEW I COMMENT o v i I'� . 0