Loading...
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