Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0057
n J-99-104 1/15/99 P: F RESOLUTION NO. - �) A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MEF CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF $139,475, FOR THE PROJECT ENTITLED "CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PROJECT), B-458811; ALLOCATING FUNDS THEREFOR FROM PROJECT NOS. 341135 FOR BID "A" (DOWNTOWN), 341195 FOR BID "B" (EDISON), 341198 FOR BID "C" (LITTLE HAVANA), 341199 FOR BID "D" (FLAGAMI), AND 341200 FOR BID "E" (ALLAPATTAH), AS APPROPRIATED BY FISCAL YEAR 1998-99 APPROPRIATIONS ORDINANCE 11705, AS AMENDED, IN THE AMOUNT OF $139,475, TO COVER THE CONTRACT COST AND $16,725, TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $156,200.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, the Department of Public Works is required to remove unsafe concrete sidewalks and construct .replacement walks in five designated areas in the City of Miami, namely: Downtown, Edison, Little Havana, Flagami, and Allapattah pursuant to the project entitled "Citywide Sidewalk Rebuilding (Impact Fee Project), B-458811; and WHEREAS, additional related improvements are also necessary to complete the Impart Fee Project; and WHEREAS, these improvements include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, curb and gutter construction, and trimming and removal of tree roots, as necessary, to prevent future damage to the new concrete sidewalks; and WHEREAS, pursuant to public notice, Invitations to Bid on the above work were distributed to 272 contractors; and WHEREAS, nine (9) sealed bids were received December 15, 3.998, and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from MEF CONSTRUCTION, INC., be accepted as the lowest responsible and responsive bid; and WHEREAS, funding for the above project was appropriated by the FY 198-99 Appropriations/Capital Improvement Ordinance No. 11705, as amended, for the proposed amount of the contract, project expense, and incidentals under project numbers cited above; 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 December 15, 1998, bid received from MEF CONSTRUCTION, INC., in the proposed total bid amount of $139,475.00, for the project entitled "Citywide Sidewalk Rebuilding (Impact Fee Project), B-458811, for the Department of Public Works, is hereby accepted, with funds therefor hereby - 2 - _.. �.�__— __�.... :����..,�.�:`ctr^nTfZ.SC'L:WCI,'X4L��.J'Jfw�'�'%!F'r.T�±:�„`ISkT;•:1'N`�: !SRP:P'i ;.. 1 t 1 allocated from Capital Improvement Project Numbers, as appropriated by the FY 198-99 AppropriationsjCapital Improvement Ordinance, as follows: (1) Project No. 341135, Project Cost for Bid "A" (Downtown), consisting of $12,275 contract cost and $2,375 estimated expenses incurred by the City, for a total cost of $14,650; (2) Project No. 341195, Project Cost for Bid "B" (Edison), consisting of $17,750 contract cost and $1,950 estimated expenses incurred by the City, for a total cost of $19,700; (3) Project No. 341198, Project Cost for Bid "C" (Little Havana), consisting of $37,450 contract cost and $4,200 estimated expenses incurred by the City, for a total cost of $41,650; (4) Project No. 343.199, Project Cost for Bid "D" (Flagami), consisting of $36,000 contract cost and $4,100 estimated expenses incurred by the City, for a total cost of $40,100; (5) Project No. 341200, Project Cost for Bid "E" (Allapattah), consisting of $36,000 contract cost and $4,100 estimated expenses incurred by the City, for a total cost of $40,100. Section 3. The City Manager is hereby authorizedil to execute an agreement, in a form acceptable to the City Attorney, with MEF CONSTRUCTION, INC., for "CITYWIDE SIDEWALK. REBUILDING 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. ms 81310081101111 77777 77- (IMPACT FEE PROJECT), B-458811, total bid of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.-Z/ PASSED AND ADOPTED this 26th day of January 1999. JOE CAROLLO, MAYOR in accordance with Miami Code Sec. 2-36, since the Mayor did not indicete approval of this legislation by signing it in the designated pl,:cr-: pr,,uioe-), paid leci3latirm noa becomes effective with the elapse of CXW ;rcising derro~�� ii1C d� : cicm `ssicn action regarding same, without the Mayoro. ATTEST: l o an, City Clerk WALTER J. FOEMAN CITY CLERK APPRO S T 0 CORRECTNESS J RO ILAREL I ORNEY 318C:CSK:kc 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 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable Mayor and Members TO : of the City Commission DATE : Resolution Awarding Contract FILE FROM : Donald H. Warshaw City Manager RECOMMENDATION: for Citywide Sidewalk Rebuilding SUBJECT : (Impact Fee Project), B-4588 REFERENCES: Resolution ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of MEF Construction, Inc., a company located at 5040 N.W. 7 Street, within the City of Miami, whose principal is Maria E. Ocana, for "Citywide Sidewalk Rebuilding (Impact Fee Project), B-4588", received December 15, 1998, in the amount of $ 139,475.00 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. The last two (2) City Projects awarded to MEF Construction, Inc, are: 1. Coconut Grove C.D. Sidewalk Project, B-4602 2. Downtown C.D. Sidewalk Project, B4608 BACKGROUND: Total Bid is the sum amount of Bid "A", Bid "B", Bid "C", Bid "D" and Bid "E". Amount of Total Bid: $ 139,475.00 % of Cost Estimate: 66% Cost Estimate for Total Bid: $210,000.00 Source of Funds: As follows, as appropriated by Fiscal Year 1998-99 Appropriations Ordinance No. 11705, as amended: Bid "A" (Downtown): Project No. 341135 Bid "B" (Edison): Project No. 341195 Bid "C" (Little Havana): Project No. 341198 Bid "D" (Flagami): Project No. 341199 Bid "E" (Allapattah): Project No, 341200 Minority Representation: 260 invitations mailed 12 contractors picked up plans & specs ( 6 Hispanic, 5 Black, 1 Female) 9 contractors submitted bid ~( 5 Hispanic, 2 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on December 15, 1998 and determined that the lowest responsible and responsive bid, in the proposed amount of $ 139,475.00, total bid of the proposal, is from MEF Construction, Inc., a Hispanic minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and 1reproduction costs. %' Jl�t,i DHW/RM//yJJJK iii �� I CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM TO : Donald H. Warshaw DATE City Manager December 30, 1998 B-45 $ SUBJECT Resolution Awarding Contract for Citywide Sidewalk Rebuilding (Impact Fee FROM : Project), B-4588 REFERENCES: amen J. Kay, Director Public Works Department ENCLOSURES p The Public Works Department has verified with the Department of Management and Budget that funds are available for the award of a contract in the total amount of $ 156,200.00 for subject project from Appropriations Ordinance 11705, as amended, under project Nos.: Bid "A" (Downtown): Bid "B" (Edison): Project No. 341135 Total Amount: $14,650.00 Bid "C" (Little Havana): Project No. 341195 Project No. 341198 $19'700.00 Bid "D" (Flagami): Bid "E" (Allapattah): Project No. 341199 $41,650.00 $40,100.00 Project No. 341200 $40,100.00 BUDGETARY .REVIEW qAolb - DIPAK P"AREKH, DIRECTOR DEPARTMENT OF MANAGEMENT AND BUDGET RM/JJK/ee ADDITIONAL APPROVALS PIL S EN -B L , ADMINISTRATOR CIP r" , ': City of Miami Department of Management 8 Budget Budgetary Impact Form Legislation: Citywide Sidewalk Rebuilding (Impac:t Fee Proj. ) B-4588 ESTIMATED COSTS: Startup Cost A Total Non -Recurring Startup Cost: Recurring Direct Cost 8 Sub -Total Recurring Direct Cost: Recurring Indirect Costs: a6, c 0 First Year Per Year C Sub -Total Recurring Indirect Costs: Per Year D Total Estimated Recurring Cost (B + C): Per Year E Grand Total Estimated Cost -First Year (A + D): 156.200 First Year F Decommissioning / Demobilization Cost: Last Year G Other Cost Exposures: Approved by: Date: Departrne i t Funding Amount Available this Fiscal Year. ,156,200 Available in account number. 341135 , 341195 , 341198 , 341192 , 341200 Date: '% Time: M) Verified by: / Management and Budget Note: Management and Budget 11 f3/98 11:48 AM i l \r Attached is PW form # 12111 for the project entitled CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PROJECT), B-4588. Please verify that funding will be available from the following C.I.P. Project Numbers: 341135 Downtown, $ 20 , 000 341195 Edison, $ 30,000 C1►%� 341198 Little Havana, $ 64,00001�- 341199 Flagami, $ 60,000 ©L% 341200 Allapattah, $ 60,000 e)r- all as appropriated by FY 1997-98 Master Ordinance 11705, as amended, to cover the total cost for this contract in the estimated amount of $ 234,000.00. DESCRIPTION The project includes the removal of deteriorated, damaged, or unsafe concrete sidewalks and construction of new concrete sidewalks in five designated impact fee areas: Downtown, Edison, Little Havana, Flagami and Allapattah. The work will also include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, curb and gutter construction, and trimming and removal of tree roots, as necessary, in order to prevent future damage to the new concrete sidewalk. Please indicate your decision by signing below. \� Pr aem-Butler .I.P. Administrator eel 7777';"*' 4, CITY OF MIAMJL FLORIDt INTER. -OFFICE MEMORANDUM Donald H. Warshaw DATE November 20, 1998'L` = B-4588 City Manager SUBJECT _ Request for Approval ry =� for Advertisement for Bids PROM �/ _ ' REFERENCES � rn /James J. Kay, P.E. s �, Director of Public Works ENCLOSURES Bid No. 98-99-035 7 rl Your approval is requested for authorization to proceed with the advertisement for bids for the project entitled "Citywide Sidewalk Rebuilding (Impact Fee Project), B-4588". • DESCRIPTION OF WORK: The project includes the removal of deteriorated, damaged, or unsafe concrete sidewalks and construction of new concrete sidewalks in five designated impact fee areas: Downtown, Edison, Little Havana, Flagami and Allapattah. The work will also include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, curb and gutter construction, and trimming and removal of tree roots, as necessary, in order to prevent future damage to the new concrete sidewalk. • ESTIMATED TOTAL COST: $ 234,000.00 • JUSTIFICATION: Many sidewalks within the City have been damaged or deteriorated to a point where they may potentially be a hazard to pedestrians. In order to limit the City's potential exposure to liability, the repair of these sidewalks is urgently needed. A citywide survey and inventory of sidewalks has recently been completed and will be utilized to schedule this required maintenance of the City's sidewalks. This project will repair the sidewalks in five designated impact fee areas. • IDENTIFICATION OF LINE ITEM IN BUDGET: Funding for this project is available from Project Nos. 341135, 341195, 341198, 341199, and 341200 as appropriated by FY 1997-98 Master Ordinance 11705, as amended. Please indicate your decision by signing below. 01-. . JJKtlee I' c: Raul Martinez, Assistant City Manager rove Donald H. Warshaw City Manager TABULATION OF BIDS FOR B-45Ti8 CITYWIDE SIDEWALK REBUILIDNG (IMPACT FEE PROJECT) --- Recalved by the City Clark. City of Mlaml, Florida of 10100 A.M. an dreem5er 15. 199b Biddar HEF CONSTINTIG,V, INC. SIUJtUM LNOSCAPHi RL COrCiTRUCTION, INC. FINEHARD_CORP. ROYAL EtJ INEERING Addroas 5040 NW 7 ST, ST 410 901 NCI 143 ST 8095 IV 21 LANE 1616 NW 7 AVE. a10 715 SW 7_3 AVE,n4 MIAMI, FL 33126Y MIAMI, FL 33168 � HIALEPH, FL 33016 MIAMI. FL 33136 MIAMI, FL 33144 La[atod In tba city of MIafI YES NO NO NO YES _ _ 1.1tengi t Insures m Par City Cade I Iblro Ord, YES YES YES _ YES YES Bid Bond Mount H.B. 5% B.B. VOUCHER -__ B.B. 5% B.B. 5% B.B. VOUCHER Irragularltlee _ Minor I ty 01med YES S YES, H YES. H BID 'A' (DO NTGWI : THE TOTAL OF ITEMS 1 THRU 5 12,275.00 15 ,150.00 13,400.00 115,950.00 18,925,00 BID 'B' (EDIS R) : TIE TOTAL OF I TEMS 6 THRII 10 17,750.00 19 ,150.00 _ 20,600. OD 25,050.00 24,875.00 BID 'C' (LITTLE HWAHA): THE TOTAL OF ITEMS 11 TIM 15 37,450.00 41,000.00 43.500.00 _ 43,800.00 53,350.00 BID 'D' (FLAGAMI): THE TOTAL OF ITEMS 16 THRU 20 _ 36.000.00 40, 100.00 42,400.00 42,800.00 49,950.00 BID 'E' (ALLAPATTAH): THE TOTAL OF ITEMS 21 THRU 25 36 000.00 40,100.00 62 400.00 46 SD0.00--f 49 950.00 TOTAL BID: THE S111I OF BIDS W. 'B', 'C', '0' AND 'E': 139,475.00 155 500.00 162 300.00 174 100.00 i97 050.00 Bidder HOMESTEAD C0I>CfEIE CKAIf1hCf RJB BUILIEM COW, Al%--T CDHSTRUCTION FRF ALUIdIl IM d IRON Address 209 S.W. 4 AVE 5321 SW 60 PL 7341 Mel 32 AVE 2290 W 17 AVE HOMESTEAD, FL 33030 MIAMI. FL 33155 MIAMI, FL 33147 MIAMI. FL 33142 Located In the city at Miami NO NO NO Llmised It ImUTM as IN? City Ccth t Wra Ord. YES YES YES Bid Bond Mount B.B. VOUCHER B.B. 5% B.B. 5% Irregularities Minor I ty o,nad YES •H YES, H 810 'A' (DWOWI : TIE TOTAL OF ITEMS 1 TMRU 5 19 ,1910. 00 18,275.00 30,700.00 BID '8' (EDISON): THE TOTAL OF ITEMS 6 THRU 10 27,725.00 28,590.00 52,425.00 810 'C' SLITTLE WWI: THE TOTAL OF ITEMS 11 THRU 15 5B,900.00 60,875.00 112,100.00 BID '0' (FLAW1I: TIE TOTAL. OF ITEMS 16 M 20 56,900.00 59,590.00 1111550,00 BID 'E' (ALLAPATTAH): TIE TOTAL OF ITEMS 21 THRU 25 56 900.00 59 590, 00 111 550. 00 TOTAL BID: THE SU1 OF BIDS 'A', 'B', 'C', '0' AND 'E., 219,575.00 226,920.00 410,325.00 NO BID IRREGULARITIES LEGEND e=: �'�,-m rro� ��fe M �1� ate, THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT C-d�� L1d-1 - THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS G-fivla,�I u.la.l a twwwtr %;v a W w oww" `I MEF CONSTRUCTION, INC. IN THE AMOUNT OF 139 , 475. 00 E -1�roro k4,/— — gxlw a ft —1 .11P L—tio Mal 1` - I wq->a l,k.1 alslq u:r M Caflllo[fe ,n OIpe1 Sit FOR THE TOTAL BID. a G - r.1rq. n� ma m M-Qrr,cfr,1 Yle - —'— N I -e, 'of ty E-Wislftlawl el.finef B i D 98-99-035 / 5 v K-1.amumt.aidp ealat.rQf ��¢/�� B-4 88 ' K- traatlaroalerRrmt Prep. By:E81evez C; ��y .0... �.:; ...: <^ s,�,.� _-M; ^S Y. �.S `.: � . '_:,:•fin L � := 'J, i ,. �� r :; � �d r .>�u� )� (''-�� �rhy'tL1-, '4`4'3 k{ tK;` eRs It �t°.. '�'�' ���` =� �>'c�;��'e,�< �;1� 1::. ,. u��1a,„tne%i.♦r,x.S...�.._.�..r.r�,.....a..,,.>�aks.E .._I.._.. � . 1 FACT SHEET PUBLIC WORKS DEPARTMENT DATE 12/15/1998 JOB No.: B4588 CIP No.: 3411351341195 PROJECT NAME: CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PP.OJECT) -- 341198/341199/ 341200 _ TYPE _ LOCATION: Location Citywide Im act Fee Areas FED, PARTICIPATION: PROJECT MANAGER: E. Estevez -_ ASSESSABLE: ASSOCIATED DEPARTMENT: PUBLIC WORKS EMERGENCY. RESOLUTION No.: BID REQUEST: FORMAL: INFORMAL: DESCRIPTION: Tire project consists of removal and replacement of deteriorated, damaged, or unsafe concrete sidewalk at locations in impact fee areas. Work will include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, and trimming and removal of tree roots as necessary to construct the new sidewalk and prevent fLdure damage. Impact Fee Areas are: Downtown (341135). Edison 341195), Little Havana (341198), Flagami (341199) and Alla attah (341200). (IF NECESSARY,CONTINUE ON THE BACK) 80 "A" BID "B" BID "C" BID "D" BID "E" TOTAL 341135 341195 341198 341199 341200 SCOPE OF SERVICES: PW OUT PW OUT PW OUT PW OUT PW JOUT PW OUT SURVEY/PLAT SITE INVESTIGATION - PLANING AND STUDY DESIGN 494.00 707.50 1,500.00 1,440.00 1,440.00 5,581.50 SPECS. ADVERTISING & BID PROCESS 1,020.00 1,020.00 CONSTRUCTION 12,275.00 17,750.00 37.450.00 36,000.00 36,000.00 139,475.00 CONST. INSP. & MANAGEMENT (7%) 861.00 1,242.50 2,700.00 2,660.00 2,660.00 10.123.50 OTHER: Testing TOTAL AMOUNT 14,650.00 19,700.00 41.650.00 40,100.00 40,100.00 156,200.00 PW= Public Works Cost OUT= Outside Cost ESTIMATED CONSTRUCTION COST= S 210,000 (FOR TOTAL BID = SUM OF "A", "B", "C", "D" AND "E") CONTRACTOR'S INFORMATION: CLASS: [J pP 0 TYPE OF WORK General Eng. YEARS OF ESTABLISHMEN 2.5 Years NON -MINORITY: u NAME: MEF Construction, Inc. MINORITY: B F ADDRESS: 5040 N.W. 7 Street, Suite 410 Miami, FI 33126 LICENSE: E-951305 CONTACT PERSON Maria A. Ocana TELEPHONE: (305) 564.5721 SUBCONTRACTORS INFORMATION: NAMES: Self CUSS: J40INr P=PRIME S=SUB MINORITY: 9-BLACK H=HISPANIC F•FEMALE r—mc Acc.erAur n.oer-r r 7 nun. vr,e t^i CITY OF MIAMI OFFICE. OF THE CITY CLERK BID SECURITY LIST I3IDITEM: CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PROJECT B-4588 BID NO.: 98-99-035 ~=,7 DATE BID(S) OPENED: D E C E M B E R 16, 1998 TIME _ 10 : 0 0 a• m BIDDER ' TOTAL BID AMOUNT BID_BON!I ERA CASHIER'S CHECK MEF CONSTRUCTION, INC. $ 139,476.00 B.B. 5;0 F. & L. CONSTRUCTION, INC. 162,300.00 B.B. J)Z/ BANNERMAN LANDSCAPING, INC. 1559500.00 B.B. VOUCHER FINEHARD CORPORATION 174,100.00 B.B. 6% HOMESTEAD CONCRETE & DRAINAGE 219,575.00 B.B. VOUCHER ROYAL ENG. CONST. INC. 197,050.00 B.B. VOUCHER RJB BUILDERS, CORP. 226,920.00 B.B. 5% AUGUST CONSTRUCTION CO. INC. 418,326.00 B.B. 5% NO BID F. & F. ALUMINUM & IRON received 11mxr11l7 cis cl abuto r..."7' i AlUr OMOTTi-slzjlm"7110 ITT 177 JU/S_.. 7's 1.. are hereby re;oct.-d as late." ,.v: �... .. .... , 1 , i c %� �S F(J�' received ( / ) envelopes on behalf of Person receiving bid(s) PUBLIC WORKS DEPARTMENT on Jew /S /99�' (City Department) (Date) j- S IC N E D ��- Deputy City Clerk C } ram, � ., -, tuwr f °' % _ _. 3 , r t (�I.-,I - „J . 1. f. r � — .- 't }� �: . �, , l ", > 'r Ii t1.� � d'I J (I ,,1 a: r5r*Yl. � Y, �� �'�' P. 1� �"::�� " � ,.. , - , � , I , , � � : " ., ..: :' - ; i , . �"" , , " j ; ; - }'. �`� � '.� "' " - I " �:� �' -, , ': I ;] , � , , I , - , , . .. �'� 11 � � - , � ;� 1- " � �':-' ; - - , .' ' , ,. � � � I� 1, , !" '� .`': T.� � � , 1 % : ;k � "� --'�. �--:;�� p �:�: �� ��i '� i '.� "" "� . , , ": � , � '.' � � �' " - " �. y� :� '�'� -'�!'-"�' -,- � !�� - � � I :�i"�" � !, : , �� '� , � .I " , �---:'��'; . ! , " � �. 1�' , , � , --- ` . . . , - - ,. , I - , " .' � , " �, ' . , , , , -. -, � , . � I �:J�.�:'��� ' ; � 1 71 1 1 �' � .� . - � ": " , . � 4 �. , , I- -. I , .11'��' �, � - - . �!�'- " - �'T"' .1,,il� 1. , . �- -� � , , ' , , '. i � - . 111�. . . '�:�� 2� . , 1 T�} v �'�.� I �: - , 1, � ",".11,t " �� ,, ,.17.t ., ��� � v�*-"'.":i� ".�:� � :"'�; 1;'�-."., � .1 I ", ' � ", .-I z , : ' , '; � . .1 �!;� � I ..- ,�' o� 1.11 �, 1� ,"., -1 . . ' � - '�':,�' ' "�' - . , .' � �: , I ,� 1. _ t `F't - p .� I I ,t , , -' ' I,.; 1:-, �' � ... . .. ... z � ... � , , . . , , n- , � � "it, : , "� . � 1 ,. ", Al ,4 ."'-"�'�-.'- :'.' �'-��17 --" � � -'- ': � �' � ,.,,. I � . I - ��',,- , 1111�.....��� % , � �� ,� � ,,, ".'. ".. �. . -I I I , , , - ,' ' , I Ll� �' :'. � � �': .' -, - - �t�'AMMIQ ' sy t�- -, -:-;'--" � -;'.��' * '�' ' ' * �d'.4�'::' "� 9�-» t'1 , I .. � , ; .' , � ,,, ; , , ' ra( k,-, , - �' ", : , � % v Ka X 0 us- � - : ; ,-:,-,: , � -'��;" I �'' '., , ; �.3. MIR -1'%"Qn"IsAJW� :'� " r7 J�+.. �� .� j jvs ,I{k i ,A li ',�t ) r ha .;1 t i i- t �# �r — .'' r fix. F3 ji JITz Ck� 11( f"it• a, x { " .. . Sh 1 k' t t T� r f Yx ` r s v �r 1 a - l' .. f _ tit . t } 1 i 1 YS 1 { } t }/ :l � , ' :i 4 �..�J _ fJ�_,.,. r ' f 1 tom. f i.`' - �... \, C" c '�ANYTONT , _ r I .1 .� - `:- III. - .. ., . ,.. .. -.- .. ..: c . . : .� { ./ ., a �., ` J _ (:-� �.1 _ . i ; J f`e 4{{ f 1 ',,, it �~(" 4 'y r r j ., v i - f J, �t - 3 -,f ttt( y _ .:�- ,.,: ,.. . _. . ,t. _ A,�,;�,hh CITY OF MIAMI, FLORIDA i INTER -OFFICE MEMORANDUM To : Walter J. Foeman City Clerk FROM : Tony Pr� Departm It of Public Works DATE : November 10, 1998 FILE B-4588 SUBJECT : "CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PROJECT" REFERENCES ENCLOSURES: I ~ Please note that contractors will submit bids for the following project: "CITYWIDE SIDEWALK REBUILDING (IMPACT FEE PROJECT)B-4588", on Tuesday, December 15, 1998, at 10:00 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, Elyrosa Estevez, P.E. a 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 me at 416-2131. /TP -+ >• �3 • ;j c: John Jackson ry Merilynn Renshaw Project Manager File - a. a WHIM, r , BID NO.98-99-035� ADVERTISEMENT FOR BIDS e Sealed bids for "CITYWIDE SIDENN'ALK REBUILDING (IMPACT FEE PROJECI), B-4588" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 15th day of December, 1998. 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 rernoval and replacement of approximately 60,000 square feet of concrete sidewalk in five designated impact fee areas: Downtown, Edison, Little Havana, Flagami, and Allapattah. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new curb and curb & gutter, constructing new 4" and 6" concrete sidewalk, and flexible pavement restoration or construction. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87- 915. For technical questions regarding plans and specifications, please contact Elyrosa Estevez, P.E. at (305) 416-1217. 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 Public Works, 444 S.W. 2n Avenue, 8th Floor, Miami, Florida 33130, on or after November 25, 1998, 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 Public Works 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 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 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. This project has' been.. designated as a Set -Aside for Black, Hispanic or Female Businesses/Sole proprietors. Details are contained in Bid Specifications. All Bidders must submit an Affirmative Action Plan with the bid, (Ordinance is contained in bid specifications). The City of Miami has adopted Ordinance No. 10032, which implements the"FirstSource-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) 416-1200, 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 of all bids, and readvertise. (B-4588, Req. 05416). Donald H. Warshaw City Manager