HomeMy WebLinkAboutR-98-0342J-98-358
04/01/98
RESOLUTION NO. 9 O— 342
A RESOLUTION ACCEPTING THE BID OF R.
L. SAUM CONSTRUCTION CO., IN THE
PROPOSED AMOUNT OF $112,888.50 TOTAL
BID OF THE PROPOSAL, FOR THE PROJECT
ENTITLED "BAYWOOD PARK SHORELINE
IMPROVEMENTS, B-326211; ALLOCATING
FUNDS THEREFOR FROM PROJECT NO.
331405, AS APPROPRIATED BY THE FISCAL
YEAR 1997-1998 CAPITAL IMPROVEMENT
ORDINANCE NO. 11623, ADOPTED
MARCH 24, 1998, IN THE AMOUNT OF
$112,888.50 TO COVER THE CONTRACT
COST; AND $10,644.20 TO COVER THE
ESTIMATED EXPENSES FOR AN ESTIMATED
TOTAL COST OF $123,532.70;
AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT, IN A FORM
ACCEPTABLE TO THE CITY
AT`20RNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received January 22, 1998,
for the project entitled "BAYWOOD PARK SHORELINE
IMPROVEMENTS, B-32621-,; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from R. L.
Saum Construction Co. be accepted as the lowest responsible
and responsive bid; and
CrTY cobwssrox
MEETING of
APR 1 4 1998
F. f&x
WHEREAS, the Fiscal Year 1997-1998 Capital Improvement
Ordinance No. 11623, adopted March 24, 1998, appropriated
monies for the proposed amount of the contract, project
expense, and incidentals under Project No. 331405;
NOW, THEREFORE, BE IT RESOLVED BY THE % utvuvii55iUN 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 January 22, 1998, bid of R. L. Saum,
Construction Co., in the proposed amount of $112,888.50, for
the project entitled "BAYWOOD PARK SHORELINE IMPROVEMENTS,
B-326211, for the total bid of the proposal, based on lump
sum and unit prices, is hereby accepted at the price stated
therein.
Section 3. The total estimated project cost of
$123,532.70 is hereby allocated from Project No. 331405, as
appropriated by the Fiscal Year 1997-1998 Capital
Improvement Ordinance No. 11623, adopted marcn z4, 1998.
Said total project cost consists of the $112,888.50 contract
cost and $10,644.20 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized to
enter into a contract', in a form acceptable to the City
Attorney, on behalf of the City of Miami with R. L. Saum
/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.
98- 342
Construction Co., for the project entitled "BAYWOOD PARK
SHORELINE IMPROVEMENTS, B-326211, total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED
April
ATTEST:
AND ADOPTED
this 14th day of
JOE CAROLLO, MAYOR
Uaccordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
'SW legislation by signing it in the designated place provided, said legislation now
�acomes effective with the elapse of ten (10) days from the date of Co issicn actio
ragarding same, without the Mayor ex ci ' a to.
Iter oeman, City Clerk
WALTER J. FOEMAN
CITY CLERK
SUBMITTED BY:
df S J J. CTOR
PUBLIC WORKS D RTMENT
CAPITAL PROJECT REVIEW:
PILA IZ-SAENZ=
PREPAR�DAPPROVED BY:
/`� ' A.
YAMIL IMA!&RE,!R:O TREHY
AS S I A$1'T QiTY ATTORNEY
W2423 r:ds1
BUDGETA REVIEW:
0� elzl-
DIPAK P9REKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
FINANCIAL REVIEW:
Lf71i7RDES REYE0 , COMPTROLLER
APPROVED AS
CQ,RRECTNFSS :
J L EDWARD i
I ERIM CITY
FORM AND
3
98- 342
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and
Members of the City Commission
FROM : Jose Garcia -Pedrosa
City Manager
RECOMMENDATION
CA=15
DATE April 14, 1998 FILE
SUBJECT Resolution Awarding Contract for
Baywood Park Shoreline
Improvements, B-3262
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached
Resolution accepting the low bid of R. L. Saum Construction Co., a company
located in Miami -Dade County, Florida, whose principals are Robert L. Saum,
President and Susan Magner, Secretary, for the project entitled "BAYWOOD PARK
SHORELINE IMPROVEMENTS, B-3262", received January 22, 1998, in the amount -of
$112,888.50 Total Bid, authorizing the City Manager to enter into a contract on
behalf of the City.
Previous work history with City:
BACKGROUND
Amount of Bid: $112,888.50
Cost Estimate: $152,000.00
Orange Bowl Superblock (North) 1995
Orange Bowl Superblock (South)1996
% of Cost Estimate: 74%
Source of Funds: Fiscal Year 1997-1998, CIP Ordinance
Project No. 331405
Minority Representation: • 185 invitations mailed
9 contractors picked up plans and specs
(1 Hispanic, 2 Black, 0 Female) -
6 contractors submitted bids
0 Hispanic, 1 Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid notice published.
Assessable Project: No
Discussion: The Department of Public works has evaluated the bids received on
January 22, 1998, and determined that the lowest responsible and responsible bid
in the amount of $112,888.50, is from R. L. Saum Construction Co., a non -minority
controlled corporation. Funds are available to cover the contract cost, and for
,� -such incidental items as postage, blueprinting, advertising and reproduction costs.
I,
t.s!' JGP:JJK
4
c: James J. Kay, Director, Public Works Dept.
.. 98- 342
FORMAL BID
BAYWOOD PARK SHORELINE IMPROVEMENTS
Project Number: B-3262 CIP Number: 331405
Project Manager: ALBERTO CORRALES Date: 01/ 22 / 98
Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 152,000.00 Time: 11:00 A.M.
BIDDER
D.E. GIDI & ASSOCIATES
R.L. SAUM CONSTRUCTION CO
SHORELINE FOUND. INC.
HARKS BROTHERS, INC.
ADDRESS
3372 CORAL WAY
MIAMI. FL 33145
7050 SW 88 AVE. /4
MIAMI, FL 33143
221 W. HALLANDALE BCH. B
PEMBROKE PARK, FL. 33023
1313 NW 97 AVE.
MIAMI. FL 33172
BID BOND AMOUNT
B.B. VOUCHER
B.B. 5%
B.B. 5%
B.B. 5%
IRREGULARITIES
H,L,F
H
L,F
L
MINORITY OWNED
YES
NO
NO
NO
ITEM No.
DESCRIPTION
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
PRICE
PRICE
PRICE
PRICE
BASE BID TOTAL OF ITEMS 1 THRU 25
SIO1,181.00
$110,888.50
$119,530.00
$122,211.85
1
MOBILIZATION
$8,450.00
$20.000.00
$8,000.00
$8.720.00
2
CLEARING & GRUBBING
$1.080.00
$6,500.00
$8,000.00
$3.417.60
3
SIGNS
$312.00
$500.00
$1,600.00
$1.500.00
4
FLOATING SILT BARRIER
$8,400.00
$1.813.00
$5,600.00
$3,270.00
5
SITE PREP.,CONC. REMOV., STAGING SITE RESTOR.
$1,920.00
$7.000.00
$23,888.00
$11,445.00
8
RIP -RAP
$21,330.00
$38.450.00
$32,368.00
843,600.00
7
SODDING
$1,350.00
$3.600.00
$2,000.00
$6,812.50
8
FILTER FABRIC
$5.e30.00
$890.50
12,740.00
$4,360.00
9
SOIL AMENDMENT
$5.223.00
$2,178.00
$3.328.00
$3,488.00
10
4.- (12FT) SABAL PALM
1884.00
$480.00
$1,320.00
$588.60
11
3 - (I OGAL) GUMBO LIMBO
$201.00
$120.00
$702.00
$196.20
12
3_- (7GAL) BUCCANNER PALM
$1.197.00 1
$400.00
$702.00
$899.25
28 - (7GAL) SILVER BUTTOM
$1,880.00
$672.00
$1,078.00
$1,088.20
L13
14
3 - (12FT) SEAGRAPE
$1,197.00
$525.00
$528.00
$686.70
CONT....
+ IRREGULARITIES LEGEND T HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM R.L. SAUM
B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION CO. FOR THE TOTAL AMOUNT OF $112.888.50
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seal
E - Incomplete Extensions If the above contractor is not the lowest bidder explain:
F - Non -responsive bid
G - Improper Bid Bond ----------------------------------------------------------------
H - Corrected Bid THE -LOWEST -BIDDER IS_DEEMED NON=RESPONSIVE BECAUSE_________
I - No First Source Hiring Compliance statement OF_LACK -OF THE EXPERIENCE AND DID NOT SUBMIT
-REQUESTED -EXPERIENCE -------------------------------
- - --
a - No Minority Compliance Statement p, CERTI-FICAT_ F COMPETENCY.
K - No Copy of Certificate of Competency -----�----------------------------------------------------
./�^Q �..+.�
�)o1-- OF OF4
L -LAB'" OF REQUESTED EXPERIENCE - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ---
3/" / -ra
0
FO},..viAi, BIT)
BAYWOOD PARK SHORELINE IMPROVEMENTS
' Project Number: B-3262 CIP Number: 331'405
Project Manager: ALBERTO CORRALES Date: 01/ 22 ' 98
Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 152,000.00 Time: 11:00 A.M.
BIDDER
D.E. GIDI & ASSOC. CORP.
R.L. SAUM CONSTRUCTION
SHORELINE FOUND. INC
MARKS BROTHERS INC.
ADDRESS
3372 CORAL WAY
MIAMI. FL 33145
7050 SW 88 AVE.
MIAMI, FL 33143
3221 W.HALLANDALE BCH.BLD
PEMBROKE PARKYL 33023
1313 NW 97 AVE
MIAMI, FL 33172
BID BOND AMOUNT
B.B. VOUCHER
B.B. 5%
B.B. 5X
B.B. 5R
IRREGULARITIES
H,L,F
L,F
L
MINORITY OWNED
YES
NO
NO
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
$1,831.20
15
le
4 - (18FT) COCONUT PALM
23 - (17GAL) COCOPLUM
$1.596.00
$1.380.00
$1.160.00
i1,104.00
81.584.00
$1,012.00
$626.75
17
2 - (12FT) FEET MAHOGANY
*798.00
$310.00
$396.00
$457.80
18
1 - (12FT) WILD TAMARIND
$288.00
$155.00
$220.00
$245.25
l9
10 - (18) ROYAL PALM
$3.330.00
$2.900.00
$4.400.00
$3.597.00
20
8 - (2GAL) SILVER PALM
5398.00
=98.00
i204.00
=719.40
21
18' CONE -RED MANGROVES
$1,157.00
$1,035.00
$300.00
$2.725.00
22
23
EXCAVATION AND DRESSING
TYPE S - 1, ASPHALTIC CONCRETE I"
$6,264.00
=12,883.00
$2.500.00
=3,500.00
=3,880.00
$2,100.00
$3.270.00
=3,270.00
24
LIMEROCK BASE COURSE (8" SINGLE COURSE)
=2,874.00
=2,800.00
=1,800.00
$3,417.50
25
CONTINGENCY ALLOWANCE
$12,000.00
$12,000.00
$12.000.00
$12,000.00
$3,270.00
ADD ITEM 1
SEAWALL MODIFICATION
$3,750.00
$2,000.00
$70,000.00
' IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM R.L. 3 UM
B - No Affidavit as to Capital do Surplus of Bonding Company CONSTRUCTION Co. FOR THE TOTAL AMOUNT OF $112,888.50
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seal
E - Incomplete Extensions If the above contractor is not the lowest bidder explain:
F - Non -responsive bid
G - Improper Bid Bond --- - - - - - - -
H - Corrected Bid THE LOWEST BIDDER IS D MED NON —RESPONSIVE BECAUSE
_ E ----------------------------------------
t - No First Source Hiring Compliance statement 9F_ LA�It9F_TIIFt_R-F�QUSTF�D_F�XPFRIEI�IS�E_ALiD_DI12�I4T_�u@bIT-_
J - No Minority Compliance statement CERTIFICATE, OF_CO PETENCY. _____________--_—_----_
K - No Copy of Certificate of Competency CERL1E--- --J--------------------------- _
L - LACK OF REQUESTED EXPERIENCE •� -
`,/ r i/ 7 G
RO*
-W
FORMAL BID
BAYWOOD PARK SHORELINE IMPROVEMENTS
Project Number: B-3262 CIP Number: 331405
Project Manager: ALBERTO CORRALES Date: 01/ 22 // 98
Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = 152,000.00 Time: 11:00 A.M.
BIDDER
MARIN & MARIN CONST. INC.
AUGUST CONST. CO.INC
ADDRESS
1800 SW 27 AVE #310
7341 Nil 32 AVE
MIAMI, FL 33145
MIAMI, FL 33147
BID BOND AMOUNT
B.B. 5%
B.B.5%
IRREGULARITIES
L
L
MINORITY OWNED
NO
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
TOTAL
UNIT
TOTAL
PRICE
PRICE
BASE BID TOTAL OF ITEMS 1 THRU 25
$137.732.30
$152.173.00
1
MOBILIZATION
$10.500.00
$29,596.00
2
CLEARING & GRUBBING
822.850.00
$2.817.00
3
SIGNS
$750.00
$1000.00
4
FLOATING SILT BARRIER
$3,500.00
$7,914.00
5
SITE PREP.,CONC. REMOV., STAGING SITE RESTOR.
$24.300.00
$3.179.00
8
RIP -RAP
$16,184.00
$40,581.00
7
SODDING
=3,000.00
$5,147.00
8
FILTER FABRIC
$2.568.75
$1,932.00
9
SOIL AMENDMENT
$2,048.00
$5.700.00
10
4.- (12FT) SABAL PALM
$700.00
$3,000.00
11
3 - (10GAL) GUMBO LIMBO
$195.00
$285.00
12
3 - (7GAL) BUCCANNER PALM
$856.05
$1,500.00
13
28 - (7GAL) SILVER BUTTOM
$1.260.00
$1,875.00
14
3 - (12FT) SEAGRAPE
1615.00
$1,095.00
CONT....
' IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM R.L. SAUM
B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION CO. FOR THE TOTAL AMOUNT OF $112,888.50
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no corporate seat E - Incomplete Extensions If the above contractor is not the lowest bidder explain:
F - Non -responsive bid
G - Improper Bid Bond ----------------------------------------------------------------
H - Corrected Bid THE LOWEST BIDDER_ IS DEEMED _NON_ RESPONSIVEBECAUSE
_ _ _ _ _ _ _ _ _ _ _ _ _
1 - No First Source Hiring compliance Statement OF LACK OF THE REQUESTED EXPERIENCE_ANIT DID_IVOT_SU$MIT.____
-- J - No Minority Compliance Statement Cl<RTIF _ _ - ___ _ _
K - No Cooy of Certificate of Competency ,�------------------------- _--_-_-_
L - LAC ' REQUESTED EXPERIENCE ���--- - ,v-,�.�____ 3 OF 4 _____________
00
C►�
F0� _.,AL BID
BAYWOOD PARK SHORELINE IMPROVEMENTS
Project Number: B-3262 CIP Number: 331405
Project Manager: ALBERTO CORRALES Date: 01/ 22 / 98
Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = 152,000.00 Time: 11:00 A.M.
BIDDER
MARIN do MARIN CONST. INC.
AUGUST CONST. CO. INC
ADDRESS
1800 SW 27 AVE
YIAMI, FL 33145
7341 NW 32 AVE.
MUM, FL 33147
BID BOND AMOUNT
B.B.5%
B.B. 5%
IRREGULARITIES
L
L
MINORITY OWNED
NO
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
15
4 - (18FT) COCONUT PALM
$1,300.00
$2.200.00
18
23 - (17GAL) COCOPLUM
$988.00
i1,100.00
17
2 - (12FT) FEET MAHOGANY
$430.00
$658.00
18
I - (12FT) WILD TAMARIND
$195.00
$350.00
19
10 - (18) ROYAL PALM
$3,750.00
15,158.00
20
8 - (2GAL) SILVER PALM
$720.00
$2,250.00
21
18- CONE -RED MANGROVES
$164.50
$2,000.00
22
EXCAVATION AND DRESSING
$14.030.00
$2,300.00
23
TYPE S - 1, ASPHALTIC CONCRETE 1"
89,000.00
$1,955.00
24
LIMEROCK BASE COURSE (8' SINGLE COURSE)
$5.850.00
$10,350.00
25
CONTINGENCY ALLOWANCE
$12,000.00
$12,000.00
ADD ITEM 1
SEAWALL MODIFICATION
$12,850.00
$6,435.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM R.L. SAUM
B - No Affidavit as to Capital do Surplus of Bonding Company CONSTRUCTION Co. FOR THE TOTAL AMOUNT OF $112,888.50
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seat E -Incomplete Extensions If the above contractor is not the lowest bidder explain:
F - Non -responsive bid
G - Improper Bid Bond--------------------------------------------------------
H - Corrected Bid _THE _LOWfEST-BIDDER IS DEEMED NON -RESPONSIVE BECAUSE
----------------------------------------------
I - No First Source Hiring Compliance Statement _OF_LACK_ OF_THE_REQUESTED_EXPERIENCE AND DID NOT SUBMIT
- --------------------------------------
a - No Minority Compliance Statement_CERTIFICATE__0_F__C_OMPETENCY.
K - No Copy of Certificate of Competency _-----^----------------------------------------
L - LACK OF REQUESTED EXPERIENCE Q i- / - o.y_ __ 4 OF 4
s3/i 7 / is
rf-LL 1 Dr1LJ~,1
DEPARTMENT OF PUBLIC WORKS
DATE: 02/23 / 1998
JOB +w: B-3262
PROJECT NAME: BAYWOOD PARK SHORELINE IMPROVEMENTS
CIP #: 331405
LOCATION: NE 71 ST. ON BISCAYNE BAY
TYPE:
PROJECT MANAGER: ALBERTO CORRALES P.E.
FEDERAL PARTICIPATION: O
ASSOCIATED DEPARTMENT: PARK AND RECREATIONS
ASSESSABLE:
EMERGENCY: O
RESOLUTION N:
BID REQUEST: FORMAL Eag INFORMAL
DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the
modify a collapsing seawall and to construct a mangrove planter to assist in stabilizing the eroding shoreline.
The failing portion of the seawall is approximately 100 feet. Limerock boulders would be placed in the water
along the base of the entire 800 feet shoreline to reduce the future erosion.
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONTT. COST)
LABS. $
SITE INVESTIGATION $
rLANN1NLYFNL/J1UUI L_�
LJ
$
% EC
DESIGN O
$
% OF EC
SPECS AND BID PROCESS O
$
% OF EC
BLUEPRINTING AND ADVERTISING
O
$
1,000.00
(E)
CONSTRUCTION* 0
$
112,888.50
(BID)
CONTT. INSP. & MANAGEMENT
$
7,902.20
7
% OF BID
OTHER
$
(E)
SUBTOTAL
$
121,790.70
7
%
INDIRECT COSTS - (1.43%)
$
1,742.00
(E) (ENG FEE)
CONTINGENCIES (5%)-10%
$
(EC) ESTIMATE CONST. COST: $152,103.00
TOTAL
$
123,532.70
(E) ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: J P S
NON • MINORITY
TYPE OF WORK: General Construction
MINORITY
`FJ
YEARS OF ESTABLISHMENT: 23
LICENSE
CGC- 059393-0'
NAME: R.L. Saum Construction Co.
TELEPHONE:
(305) 595-3039
ADDRESS:
CONTACT PERSON: Robert L. Saum
CLASS: J- JOIIQT P- PRIME S- SUB
MINORITY: B- BLACK H- HISPANIC F- FEMALE
SUB -CONTRACTORS
Prepared by Alberto J. Corrales,P.E.
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, CIP MANAGER, ASSOCIATED DEPT., CIP MANAGER 9
8 — 342
CITY OF MIAMI OFFICE OF THE CIT i,' CLERK
BID SECURITY LIST
BIDITEM: BAYWOOD PARK SHORELINE IMPROVEMENT B-3262
1
BID NO.: 97-98-044
DATE BID(S) OPENED: JANUARY 22, 1998 TIME 11:00 A.M.
PUBLIC WORKS DEPARTMENT on `— ��L'y
(City Department) I n (Date)
SIGNED:
City Clerk
TO : Walter J. Foeman
City Clerk
FROM
Tony t
Department of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : January 5, 1998 FILE
SUBJECT :
"BAYWOOD PARK
SHORELINE IMPROVEMENT
REFERENCEsB73262"
ENCLOSURES
Please note that contractors will submit bids for the following project:
"BAYWOOD PARK SHORELINE IMPROVEMENTS, B-3262", on Thursday, 22" of
January ,1998, at 11:00 a.m.
Any bid submitted after the time listed above, will not be accepted by the City Clerk. Please make
necessary provisions for this bid opening.
The Project Manager, Mr. Alberto Corrales P.E. and/or 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
Encl.
cc: John Jackson
Merilynn Renshaw
Project Manager
,
<n�
rn
C
T
> r--n
D Z
►V
M
007
C,
BID NO.97-98-044
ADVERTISEMENT FOR BIDS Z
—•
Sealed bids for `BAYWOOD PARK SHORELINE IMPROVEMENT, B-3262" will be received by the City Clerk of
the City of Miami, Florida at 11:00 A.M. on the 22nd day of January , 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 consist of the furnishing of all labor, materials and equipment to modify a collapsing seawall and to construct a
mangrove planter. The failing portion of the seawall is approximately 100 ft. The work include (but not limited) to place
limerock boulders in the water along the base of the entire 800 ft. shoreline. City regulations will allow bidder to furnish
bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as
presented in the documents and specifications, please contact Alberto Corrales P.E. at (305) 416-1213 Prospective
bidders will be required to submit, 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 original . Specifications and plans may be obtained from the
Office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after January 8th,
1998. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public
Works and including a separate check for $8.00. There will be a $20.00 deposit required for the first set of specifications
and plans. Additional sets may be purchased for a fee of $20.00 per set and this is not refundable. Deposits will be
refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in
good condition within 14 working days after the opening of the bids.
Bidders are alerted to the provisions of Ordinance 10062 and 10538 regarding allocation of contracts to minority vendors,
contractors, and subcontractors. All bidders must also submit an affirmative action plan with their bids. (Ordinances are
contained in bid specifications).
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. Ordinance No. 10062, as
amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services
to Black, Hispanic and Women Minority Business Enterprises on an equal basis. (See Ordinances 10062 & 10538)
Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or
women vendors are advised to contact the City Purchasing Department at 444 SW 2nd Avenue, 6th floor, (305) 416-1921.
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 re -advertise. (B-3262, Req. 04923).
Jose Garcia -Pedrosa
City Manager