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