HomeMy WebLinkAboutR-97-0277J-97-204
3/26/97
RESOLUTION NO. 9 7- 277
A RESOLUTION ACCEPTING THE BID OF MEF CONSTRUCTION, INC., IN
THE PROPOSED AMOUNT OF $ 218,093.75 TOTAL BID OF THE
PROPOSAL, FOR THE PROJECT ENTITLED "CITYWIDE SIDEWALK
IMPROVEMENT PROJECT PHASE XIV, B-4594"; ALLOCATING FUNDS
THEREFOR FROM PROJECT NO. 341171, AS APPROPRIATED BY
FISCAL YEAR 1995-1996 CAPITAL IMPROVEMENT ORDINANCE NO.
11337, AS AMENDED, IN THE AMOUNT OF $218,093.75 TO COVER
THE CONTRACT COST, AND $32,896.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST $250,989.75;
AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received February 11, 1997, for "Citywide Sidewalk
Improvement Project, Phase XIV, B-4594;" and
WHEREAS, the City Manager and the Director of the Department of Public Works
recommend that the bid from MEF Construction, Inc. be accepted as the lowest
responsible and responsive bid; and
WHEREAS, the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as
amended, appropriated monies for the proposed amount of the contract, project expense,
and incidentals under Project No. 341 171 of said Ordinance;
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 February 1 1,
proposed amount of $ 218,093.75,
1997 bid of MEF Construction, Inc., in the
for the project entitled "Citywide Sidewalk
-:CITY comussrON
MEETUNC OF
APR 0 2 1997
Resolution No.
97- 277
Improvement Project Phase XIV, B-4594" 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 $ 250,989.75 is hereby allocated
from Project No. 341171, as appropriated by the Fiscal Year 1995-1996 Capital
Improvement Ordinance No. 11337, as amended. Said total project cost consists of the
$218,093.75 contract cost and $32,896.00 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 MEF
Construction, Inc. for "Citywide Sidewalk Improvement Project Phase XIV, B-4594," total
bid of the proposal.
Section 5. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 2nd day of April , 1997.
16nAROLLO, MAYOR
i
ATT ST:
WALTER J.
CITY CLERK
CAPITAL PROJECT REVIEW:
GROT SHEEHAN
C ORDINATOR, CIP
FINANCE AND BUDGETARY REVIEW:
DIPAK PAREKH, DIRECTOR
DEPARTMENT OF FINANCE
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.
2
9 7 - 277
SUBMITTED BY:
tTAIPS J. KAY I ERIM DIRECTOR
DIRECTOR OF PU6LIC WORKS
PREPARED AND APPROVED BY:
%mcdA
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
3 97- 277
CITY OF MIAMI, FLORIDA I 1 :3
TO
Honorable Mayor and Members
4dMaraquez
'Commission
FROM
City Manager
i
RECOMMENDATION:
INTER -OFFICE MEMORANDUM
DATE : MAR 2 5 1997 FILE :
SUBJECT : Resolution Awarding Contract for
Citywide Sidewalk Improvement
Project - Phase XIV, B-4594
REFERENCES: Resolution
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached resolution accepting the
low bid of MEF Construction, Inc., whose principals are Miguel Ocana, President, and Maria E.
Ocana, Vice President/Secretary, a company located within Dade County and within the City of
Miami for "Citywide Sidewalk Improvement Project - Phase )UV, B-4594" received February 11, 1997,
in the amount of $ 218,093.75 Total Bid; authorizing the City Manager to enter into a contract on
behalf of the City.
There is no previous history of work performed by MEF Construction, Inc. for the City of Miami.
However, references have been provided for work performed for other local governmental agencies.
BACKGROUND:
Amount of Total Bid: $ 218,093.75
Cost Estimate: $268,200.00
% of Cost Estimate: 81%
Source of Funds: Project No. 341171, as appropriated by Fiscal Year 1995-96 Capital Improvement
Ordinance No. 11337, as amended.
Minority Presentation: 185 Invitations mailed
17 Contractors picked up plans & specs
j (4 Hispanic, 1 Black, 0 Female)
8 Contractors submitted bid
I (3 Hispanic, 1 Black, 0 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on February 11, 1997,
and determined that the lowest responsible and responsive bid, in the amount of $ 218,093.75 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 reproduction
costs.
FACT SHEET
-
y PUBLIC WORKS DEPARTMENT
DATE 2/1211997
JOB No.B-4594
:
CIP No.: 341171
PROJECT NAME: CITYWIDE SIDEWALK IMPROVEMENT PROJECT PHASE XIV
TYPE:
LOCATION: Citywide - No Limits
FEDERAL PARTICIPATION: a
PROJECT MANAGER: Leonard Helmers
ASSESSABLE: M
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL:
® INFORMAL: 7-1
DESCRIPTION: Removal and replacement of hazardous and/or deteriorated, damaged or unsafe concrete
sidewalk citywide. The 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 new sidewalk and prevent future dama e.
Asphalt work is also included in the scope of this project.
(IF NECESSARY.CONTINUE ON THE BACK)
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT
.(%OF CONSTRUC. COST)
SURVEYIPLAT
(E)
SITE INVESTIGATION
(E)
PLANING AND STUDY Q
%
DESIGN ® $13,085.00
6 %
SPECS AND BID PROCESS $406,00
%
BLUEPRINTING AND ADVERTISING $600.00
(E)
CONSTRUCTION ® $218,093,75
(E)
CONST. INSP. & MANAGEMENT $15,266.00
(E) 7 %
OTHER Q ®
(E)
SUBTOTAL $247.450.75
%
INDIRECT COSTS (1.43%) $3,539.00
(E) (ENG.FEE)
CONTINGENCIES
(E)
(E) ESTIMATE = $ 268,200.00 TOTAL $250,989.75
CONTRACTOR'S INFORMATION:
CLASS: =J = TYPE OF WORK: SIDEWALK
YEARS OF ESTABLISHMENT: 3
NON- MINORITY:
NAME: MEF CONSTRUCTION, INC.
MINORITY: I B H F
ADDRESS: 3383 N.W. 7 ST SUITE 301 MIAMI, FL 33125
LICENSE: E-1305
CONTACT PERSON: MIGUEL OCANA, PRESIDENT
TELEPHON (305) 734-1727
SUB -CONTRACTORS INFORMATION:
NAMES: SELF
CLASS: JMOINT P•PRIME S•SUB
'
MINORITY: B-BLACK H*HISPANIC F•FEMALE
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE. ASSOCIATED DEPT.
fs4594As Sheett
REV.7196
9'7 -
3
2 7'7
TABULATION OF BIDS FOR
JIM
B-4594
CITYWIDE SIDEWALK IMPROVEMENT PROJECT - PHASE XIV
Received by the City Clark, City of Miami, Florida at WOO A,M.
an February 11, IM
MEF CONSTRUCTION, INC. GONZ-ALEZ PAMENT BWRMAN LANDSCAPING INC.
HOMENEX, INC. PNM CORPORATION
HOMESTEAD CONCRETE
Bidder
Addreu 3383 NX 7 ST• 9804 N.W. 80 AVE 901 N.W. 143 ST.
11211 S.W. 203 TERR 3780 N.W. 22 AVE
209 S.W. 4 AVE
SUITE 301 MIAMI , FL 33125
HIALEAH GARDENS, FL 33016
M I AM I ,. FL 33168
M I AM I , FL 33189
M I AM I , FL 33142
HOWSTEAD. FL 33030
Located to the city of Miami
YES
NO
NO
NO
YES
0
horsed A Insured to Pr CityCode a Wro Ord.
ES
YES
YES
YES
YES
YES
Bid Bond Amount
B.B. 12,500.00
B. B. 5%
B. B. 5%
B. B. 5%
B. B. 5%
B. B. 5%
Irregularities
H
YES
YES
H
YES
YES
YES
YES
Minority Owned
TOTAL BID:THE TOTAL OF ITEMS
1 THROLIGIFI 9 BASED ON A
ONE HUNDRED (100) WORKING
DAY COMPLETION TIME, THE SUM OF
OMP
218 , 093.75
228 , 280.00
241 , 312.50
247 , 600.00
262 , 500.0 0
292,750.00
Bidder
THE 9REWR CON. OF FLORIDA
H ANGELO 4 COMPANY, INC.
Address
10400 N.W. 121 WAY
2323 S.W. 67 AVE
MIAMI , FL 33178
M I AM I , FL 33155
i
Locate! In the city of Miami
NO
NO
leaered a Imred a per City Codo A litro Ord.
YES
YES
Old Bond Amount
B. B. 5%
B. B. 5%
Irregularities
H
Minority Owned
NO
NO
TOTAL BID:THE TOTAL OF ITEMS
1 THROUGH 9 BASED ON A
ONE HUNDRED (100) WORKING
DAY COMPLETION TIME THE SUM OF
325, 592.50
780, 000.00
IRREGULARITIES r y LEGEND
A — No Power THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED .
B —No Affidavit no to Cap1901 6 Surplum of Banding Company that the lowest responsible
and responsive b I dder Is
C — Corrected Extensions MEF CONSTRUCTION, INC. In the r ev I sed Amount of
D- Proposal Unsigned or Improperly Signed or No Corporate Seat ' 218,093.75 for the Total BId.
E — Incomplete Extsnslone 1141seing Primary Office Location Form$
F — Non-remponsive bid
G — Improper Old Bond
H — Corrected Bid
2/12/97
- - — No Plref Source Hiring Comptiance statement
B I D 96-97-048
JOB
a J — No Minority Compliance Statement
OF 1
B-4594
K — No Duplicate Old Proposal
T1-.--l
PAGE: 1
Prep. By+Eetevez Check By, Bodla
02/13/97 14:16 FAZ 305 642 1622 MEF CONSTRICTION � O1
{ MEFCMMVM0kft-
Cleansed - insured - Bonded
General Engineering Contractor
Stator Wide General Cordraetor
Fax Transmittal
To: Waldemar E. Lee
Company: City of Mani. Public Work Director
Fax: (305) 416-2153
Re: Award Letters.
No. of pages (Including fax cover): 8
MEMO: For Your records, company references to follow.
TE>ank You
If you have any quesficA please let me know.
This fax is conUm ial WrMnalion to be delivered to the recipient named above. if you receive wis fax by
error plc= notify the sender at NW Consgrt on, Inc.
From: MtguelOcana
Date: Feb 13, 1997
Time: 1:15 P.M
3383 N.W. 7th Street a Suite 301 • Miami,,Florida 33125 a Phone: (305) 642.8110 a Fax: (305) 642.1622 7
97-- 277
02/13/97 14:16 FAX 305 642 1822 MEF CONSTRliCTION
FINANaAL MANAGEMENT DEPARTMENT
CITY OF Caw � ,C1��7 FLQRIDA
January 16, 1997
402
PURCHASING 11IVlSFON
9551 WEST SAMPLE ROAD
CORAL SPRINGS, FL 33066
TELEPHONE (K4) 344-1100
FAX (W) 344.1 IN
Mr. Miguel Ocana, President
MEF Construction, Inc.
Suite 301
3383 Northwest 7th Street
Miami, Florida 33125
Dear Mr, Ocana:
I am pleased to inform you that the City Commission, at their meeting of November
19th, 1996, awarded Bid .#97-B-001F, Curbing lnstaUation, to your company.
Attached please find the Notice to Proceed for this project. However, it is imperative
that we have your Insurance Certificate, naming the City as additional insured, prior
to commencement of work.
Should you have any questions or concerns in this matter, please contact either Art
Resnik, Purchasing Agent, or myself,
0
Arthur . esnik
Purchatind Agent
AS:cn
Encls. (1)
cc: R. Glenn, Public Works Director
N. Chin, City Engineer
j A. Pazin, Design Engineer
9
97- 27
02/13: 97 M 16 FAX 305 642 1622 NEF CONSTRUCTION 03 �
I It �[0#104tel•.;• r
Dated _.%AD-v I 199
TO: .F. QgbIAIRUCTION, INC.
ADDRESS: 1557 S.W. 141 Avenue
Mimi, Florida 33184
PROJECT: SIDEWALK CDN-TRUCTION PROJECT & FERNWOOD ROAD PARKING . PHASE
ILL HAR OR DIRVE (From West IMashta Drive to Femwood Roadf
You are notified that the Contract Time under the above Contract will commence to nun on
MOT, i 996 , By that date you are to start performing your obligations under the
Contract Documents.
VILrmc CLERK COPY
VILLAGE OF KEY BISCAYNE
Samuel inger
Village Manager
97_ 277 11
I VILLAGE OF KEY BISCAYNE
MUq, 0"Ema
Jdm F. &AM marw
John, Vdd. WwM ew
T. o'er'
bncbdr rgdb�
em sow
ft"a tw P. &a m
G smud
NS_E.F. Construction, Inc.
1557 Southwest 141 Avenue
NftmL Florida 33184
office of the Village Manager
June 7, 1996
RE: Sidewalk Construction Project & Fernwood Road Pang - Phase 2 -
Fetnwood Road (from West McIntyre street to Harbor Drive)
NOTICE TO PROCEED
You are notified that the contract time under the above referenced contract will commence to run
on Monday, June 10, 1996. By that date, you are to start perfarmi.ng your obligations under the
contract documents.
If you have any questions, please feel free to contact my office at your earliest convenience.
Thank you.
Very truly yours,
Samuel inger
Village Manager
CSIUvm
85 West McIntyre Street - Key Biscayne, Florida 33149 - (305) 365.5514 - Fax: (305) 365.8936 13
MMON SfA'rElWff-TO PKMDE AWE QUALITY CO►tMLlt4W E4MItONNgfT FORALL MANDM rIPM G]t AESpuN5mu WVEMMEpa"
9'7 - 277
02/13/97 14:16 F.4% 305 642 1622 HEF CONSTRUCTION Z 05
VILLAGE OF ]K.E''Y' BISC.AYNE
Office of the Village Manager
wJ�e
Jobe F. Fern, Kayw
Jobn Wd& r"Nryor
Rub raacaue
HU& T. O'Re01WF
ldiebels F�davart
&-Uy ftft
Rarwod P. SuOfrm
CSmNameff
ud imww
M.E.F. Consti uction, Inc.
j 1557 Southwest 141 Avenuie
Miami, Florida 33184
April 18, 1996
RR: Sidewalk Construction Project & Femwood Road Parking - Phase 1-
Fernwood Road (from West Mashta Drive to West McIntyre Street)
NOTICE TO PROCEED
You are notified that the contract time under the above referenced contract will commence to run
i
on Monday, April 29, 1996. By that date, you are to start performing your obligations under the
contract documents.
If you have any quesdons, please feel free to contact my office at your earliest convenience.
Thank you.
Very truly yours,
amuel Kis ' er
Village Manag
C5K/yg
85 West McIntyre Strcet - Key Biscayne, Florida 33149 • (305) 365.5514 • Fax: (305) 365.8936 15
WSSIOr STAMMr "Tu PILMME A SUE QVAtM CE)MUU-jM jsAjn0NMVfr FO!All jsLA.-wM TU01lCH NES"SMIZ CA)VF.dHMFNT-
9'7 - 277
S
U
P
L
t
E
R
02/13/97 14:16 FAX 305 642 1622 HEF CONSTRUCTION �jz06
---- CITY OF CORAL. CABLES i PURCHASE ORDER
PHONE (305) 460-5104 - I No, 444.3 f, . I.
TAX EXEMPT ## 23-02-324903-54C - 'm.s v6Meen •ILst ACr ; POEAa CL,
.NYOICi;$
.OQoE4a0N0EVCE 3MIPMSN*g ANZ
�
BILL TO:
C;TTY OF CORAT. CAnT,FS
lisp
AC;COIJNTS PAVART,F
PO RON 141549
C:ORAT. C:ART.FS, FT, ..3114-1549
M F F CONSTRITCTTON TNC.
1.557 SW 141 AVFN11F.
MTAMT, FT. 33184 SHIP TO:
T.00:ATTON AS SPFCTFTED TN ORDFR
VFN: 0703200
O.B. CORAL 0ABLE9 OR: ... " 'SHIP IRA BEET WAY GR DELIVERY dE$igED: ... j ERkl6 NE
SFRVTCF AS RFQTIFSTF.D
LINE Na MAN" UNIT _ rpESCRIRfiOK
1 1 LOT FTRST RIyNFWAQT, OPTTON FXFRCTSVD FOR
ANNi1AT. (:ONTRACT FAR AT.T. LABOR, FRITT
PMFNT AND MATFRTAT,S TO C.ONSTRTJCT
STDFWT,AK AND C,TJR.RTNG AT VAR.TOTIS
T,OCATTONS TN TNF CTTY OF CORAT, GAR—
LES. TTTTS ORDRR NOT TO RXCRED
$100, 000 , 00. C:TTY COMMTSSTON RFSO
TJJTTON *289AR, ADOPTED ON 12/10/95
THE CITY OP CORD CAKES ENCOURAGES THE PURCHASE
Y AND USE W RECYCLO ANp IIiCTCLAGLE PRODUCTS
PN/001326/PW FNrTNF7RTNG/T0M SPRTNGFR
PAGR 1 OF 1
i
D.ATE
10-14-9fi
UNIT COST TOTAL
1.00 1.00
PO—TOTAT, 1.00
--- -• _.. 17
9?- 277
02/13/97 14:16 FAX 305 642 1622 MEF CONSTRUCTION
�,,
THE CITY OF CORAL GABLES
29S ARAGON AVENUE
PUBLIC WORKS oEPaRTMENT CORAL GABLES. FLORIDA 33134
Miguel beam
M EF Construction, inc.
1557 S.W. 141 Ave.
Miami, Florida 33194
Dear Mr. Ocana:
January 4, 1996
Ite: Annual Contrast for Sidewalk and
Curb Construction at various
Locations in dw City of Coral
Gables, Florida 95-28
The contract for the above mentioned project has been awarded by the City Commission of Coral Gables to your
organitatiou- Please fill in the enclosed (3) contract farms where applicable and return all copies to us within tea
(10) days. Please date only the Contract Bond, only in spaces not proceeded by an asterisk (*), as the City will
fill in this date when executing the contact, Please also submit evidence of Insurance and Workmen's
Compensation provisions.
As soon as the contracts are executed by the City, one copy will be returned to you, and a pre -constriction
meeting wi11 then be set up with the Public Works Deparuneat
Please stop by the Finance Department if you have rmot already done so and file with them the necessary
Occupational Licenses for work in Coral Gables. You will need a copy of your Municipal Contractor's
License(s), and you Certificate of Competency, either State or County.
Enclosed for your information is a copy of the Bid Tabulation.
very truly yours,
Jr., P.E.
Public Works Director
ce: Virginia L. Paul, City Clerk
Don Nelson, Finance Director
Carmen Lirama-Craspa, Purchasing Director w/atuwhment
& Alberto Delgado, P.E., Engineering Div. Supv.
Thomas D. Springer, P.E., Project Engineer
Kathy Mitchell, Engineering Technician
19
PC 001 1A15A9 CORAL GABLES. FLORIDA 33114 1540 f3031 460•5000
97- 277
02/13/97 14:16 MAX 305 642 1622 31EF CONSTRUCTION 08
FLORIDA':-
DEPARTMENT OF -TRANSPORTATION
ra
V Wram mMA" ON euwaftb" NOWL TWU6%MSM A"=3 0 1eF1e e~ ms
3CCU ANY
H.L.F. CONSTRUCTION, INC.
1557 8. R. 141st Avenues
Miami, Florida 33184
Mork Pr"r= Item Xunber(a): 4120310
state Job Number(s): 86000-3638
8'ederal Job number(s)a SS-8888-(218)
County(ins): Hroward
project sane: (City of Margate); At
Contract No.: 19,307,
Letting: October 25, 1995
Amount: $98,192.95
vandor number: VF650372282001
November 22, 1995
Sidewalks at Various Locations in Margate
Gentlemen
Since there was no protest fired during the posting period, the above project is being
awarded to your firm.
The contract for the above numbered project is now being transmitted to you. Please
execute four of the enclosed copies of the contract which includes the Common Carrier Rate
option Form, Contract,\Contract Bend and Co ct,-Affidavit,land return them to this
office for execution by the Department. please leave the date: of the contract blank so
that it can be filled in by this office at the time the contract is executed.
For those materials can which you desire freight rate protection, the affidavits and
supporting information required by Article 9-4 of the standard specifications, as amended,
shall be furnished to the Department within the time apecified for execution of the
contract.
Also, enclosed is a copy of the Work Progreso Schedule Chart (Form 700-010-29A,8 and C),
one copy of the Summary of Wage (fates (Form 600-000-06) and if applicable, one copy of the
On -the -Jab Training Schedule (Farm 275-020-96). The Contractor shall submit one (1) copy
j of a work schedule and a work plan to the District construction Engineer (Attu: Project
Engineer), 3400 W. Commercial Blvd., Ft. Lauderdale, FL 33309-3421 within 21 calendar
days after the contract award date or at the preconstruction conference, whichever is
earlier. Failure to meet due dates or comply with requests for information in a timely
manner may result in delaying the Notice to Proceed or progress payments. The summary of
Wage Rates, Form 600-000-06, is to be submitted monthly to the Resident Engineer.
No work is to be done on this project until you have been notified by the District
secretary in writing to begin work.
Five sets of special provisions for this project and eix sets of plans will be furnished
by our Document Control Section free of charge. Additional sets of plans or sheeto needed
by you, subcontractors or materials suppliers may be ordered utilizing an escrow iccount
by calling (305) 777-4130.
Very truly yours,
Juanita Moore, Manager
Contracts Administration office
JM:ac
Eno:
cc: Awards List
21
b 7 - 2 7 e6PECYCLM
PRIORITY LOCATIONS
In addition to the sites selected by the Engineer, the following list of
priority locations shall be included in this contract:
1. "Town Park Plaza" complex replace all broken sidewalk within this
community (N.W. 3-5 Avenue and N.W. 17-19 Street).
2. 2479 S.W. 23 Terrace, replace broken curb due to tree damage, root prune if
necessary to install new cub and replace broken sidewalk at this location.
3. 2010 S.W. 18 Street, repair damage asphalt pavement and curb and gutter due
to tree root damage, root prune to level asphalt pavement to grate at this
location.
4. 2010 S.W: 18 Street, repair damage asphalt pavement and curb and gutter due
to tree root damage, root prune to level asphalt pavement to grate at this
location.
5. 201 S.W. 26 Road, replace existing broken curbs at this location as indicated
by the Engineer.
6. 3020-5 Mary Street, remove the swale area so water can easily flow to the
nearest catch basin.
7. 2425 S.W. 20 Street, replace existing broken curbs at this location as indicated
by the Engineer.
8. 2925 West Trade Avenue, replace broken sidewalk and trim trees to clear the
pedestrian -sidewalk path.
9. Repair sidewalk at Grand Avenue and 32 Avenue.
10. S.W. 23 Road between S.W. 3 Avenue and S.W. 2 Avenue restore the damage
asphaltic pavement due to tree root intrusions, as directed by the Engineer.
11. N.W. 1 Avenue (Flagler Street - N.W. 1 Street, on west side of Avenue)
remove and replace all sidewalk and curb and gutter. New 4-inch sidewalk
shall be seven (7) feet wide.
i 12. N.W. 2 Avenue and N.E. 58 Street, remove and replace all sidewalk and curb
and gutter.
13.On the south side of N.W. 20 Street between Delaware Parkway and N.W. 37
Avenue, remove and replace all sidewalk and curb and gutter.
14.2737 S.W. 2 Street, remove and replace the broken flags of sidewalk and
regrade the swale area to improve storm drainage flow.
15. 3401-3 S.W. 6 Street, remove and replace broken sidewalk at this location.
16. 3380 S.W. 7 Street, remove and replace broken sidewalk at this location.
} 17. 1100 N.W. 30 Court, remove and replace broken sidewalk at this location.
18.3120 S.W. 6 Street, remove, replace and install new sidewalk along S.W. 6
1 Street between 32 Avenue and S.W. 29 Avenue.
j 19. 820 N.W. 29 Avenue, remove and replace broken sidewalk at this location.
j 20. 3690 N.W. 18 Street, remove the swale area by removing the existing asphalt
pavement and install solid sod as directed by the Engineer.
21. 335 N.W. 35 Avenue, remove and replace broken sidewalk at this location.
22.222 N.W. 14 Avenue, modify and regrade existing asphalt as directed by the
Engineer.
57_ 277 23
Priority Locations
Page 2
23.5011 N.W. 4 Terrace, remove and replace broken sidewalk at this location.
24. On the Northeastern corner of the intersection of N.W. 56 Avenue and N.W.
2 Street, remove and replace existing broken sidewalk.
25. On the South side of N.W. 20 Street between N.W. 14 Avenue to 15 Avenue,
remove and replace broken sidewalk due to tree root damage as directed by the
Engineer.
26. 1355 N.W. 15 Street, See Division 5 of these Specifications.
27. 1624 N.W. 18 Avenue, remove and replace all sidewalk and curb and gutter.
28. 1611 S.W. 17 Avenue
29. 1621 S.W. 17 Street, remove and replace broken sidewalk at this. location.
30. N.E. 17 Terrace on N.E. Miami Place, 100' south of (south side).
31. Across from 1627 N. Miami Place (trash hole and sidewalk repair).
32. Across from 1602 N. Miami Place (trash hole).
33. Across from 1505 N. Miami Place (trash hole).
34. Mid-block/south side, between N.E. 14 and 15 Street on N. Miami Place.
35. Across from 1614 N. Miami Court.
36. Across from 1646 N. Miami Court.
24 1 97- 277
DID —52CV1IT? —LIST
---------------
1
AID ITiM: CITYWIDE SIDEWALK IMPROVEMENT PROJECT, PHASE XIV, B-4594
P-------------------------------
e•—_Pew—__—r----_—__—e_w P---e._N----P_•.I-�.—_--!!--_N—lw—
DID !0. R 96-97-043
wew_—w—
elePlw!!!sr—w�lN�.
]DATE DID(S) 0lsNSA: FEBRUARY 11, 1997 10:00 a.m.
t
MPHID �1lODNi
��till=lt�i_CA��r
P�_r!__I_!!wY•_!_._NeP _—w—P_!e_e'0-�_
MEF CONSTRUCTIONi,i INC. 213,681.25
--PwP14IAaww le_--i—__—P
B.B. 12,500
—e_—__—__wlsP--wwlw —ls—ee wo�ea!—r
GONZALEZ PAVEMENT 223, 260.00
Ps www�_we P—we-.---eorl rr
B.B. 5% -
-----o�._..—_�
---.moo---e_.__e—
.BANNS UAN LANDSCAPING •L41,312.00
B.B. 6%
_0.--_—�—ie---
HOMENEX, INC. 247,600.00
-------------r
B.B. 5%
----_—N--w------P•---P
—Mew—Pw—P
P.N.M. CORP. 262,500.00
----_—s
B.B. 5% '
•.
—e-a—wwre —o----w------
—o-------
HOkESTEAD CONCRETE 292,750.00
---ele�—_---�'w
B.B. 5%
-------ow--s------P—'�—
wa—eN---lr----
THE BREWER COMPANY 325,592.5.0
B.B. 6%
_wt----P--_—w_—P-- P-------------
H. ANGELO & COMPANY, INC. 730,000.00
--N_w--ew---N--PI----
B.B. 5% We received only.one
copy of the bi d whi
--------------------- -------------
------l--- ------
was sent to P.
----------
'i`'rios�i —i&e -vendors -iisi �-'herein care 'l>�
--- --- -------------
oz1�� o�{ers '
received time] ypag_of the qb _e open_�.cjc_te_
___ ___-_-_-
other offers submitted in iesposo to this solicit tion, if any,
-----------------` ------------- —
--r------------------------------
----------------------
------- --------------
--- r-------------- --------------
•"------------------------------_
—P-------------------------
---------------------------
---�-----------------------
• —�--------------------------
_-.--_----�___—
-----------.------_—_r—
—_ ----------------
-----------------------
-------------PPe--•--�--
---------------r-------
-----------------------
---------------------
P-------•---------M------•----`•-------------r------- —
---------------- ""---------_--_-6-.----------------.-.-.--_-
0-03 ' (-S ev received (g ) elvelo es oa behalf of
(Psrsoa i�ceivinD bids$
__--____- ----
(City Depart®eet)
PRIORITY LOCATIONS
In addition to the sites selected by the Engineer, the following list of
priority locations shall be included in this contract:
1. "Town Park Plaza" complex replace all broken sidewalk within this
community (N.W. 3-5 Avenue and N.W. 17-19 Street).
2. 2479 S.W. 23 Terrace, replace broken curb due to tree damage, root prune if
necessary to install new cub and replace broken sidewalk at this location.
3. 2010 S.W. 18 Street, repair damage asphalt pavement and curb and gutter due
to tree root damage, root prune to level asphalt pavement to grate at this
location.
4. 2010 S.W. 18 Street, repair damage asphalt pavement and curb and gutter due
to tree root damage, root prune to level asphalt pavement to grate at this
location.
5. 201 S.W. 26 Road, replace existing broken curbs at this location as indicated
by the Engineer.
6. 3020-5 Mary Street, remove the swale area so water can easily flow to the
nearest catch basin.
7. 2425 S.W. 20 Street, replace existing broken curbs at this location as indicated
by the Engineer.
8. 2925 West Trade Avenue, replace broken sidewalk and trim trees to clear the
pedestrian -sidewalk path.
9. Repair sidewalk at Grand Avenue and 32 Avenue.
10. S.W. 23 Road between S.W. 3 Avenue and S.W. 2 Avenue restore the damage
asphaltic pavement due to tree root intrusions, as directed by the Engineer.
11. N.W. 1 Avenue (Flagler Street - N.W. 1 Street, on west side of Avenue)
remove and replace all sidewalk and curb and gutter. New 4-inch sidewalk
shall be seven (7) feet wide.
12. N.W. 2 Avenue and N.E. 58 Street, remove and replace all sidewalk and curb
and gutter.
13.On the south side of N.W. 20 Street between Delaware Parkway and N.W. 37
Avenue, remove and replace all sidewalk and curb and gutter.
14.2737 S.W. 2 Street, remove and replace the broken flags of sidewalk and
regrade the swale area to improve storm drainage flow.
15. 3401-3 S.W. 6 Street, remove and replace broken sidewalk at this location.
16.3380 S.W. 7 Street, remove and replace broken sidewalk at this location.
17. 1100 N.W. 30 Court, remove and replace broken sidewalk at this location.
18. 3120 S.W. 6 Street, remove, replace and install new sidewalk along S.W. 6
Street between 32 Avenue and S.W. 29 Avenue.
19. 820 N.W. 29 Avenue, remove and replace broken sidewalk at this location.
20.3690 N.W. 18 Street, remove the swale area by removing the existing asphalt
pavement and install solid sod as directed by the Engineer.
21. 335 N.W. 35 Avenue, remove and replace broken sidewalk at this location.
22. 222 N.W. 14 Avenue, modify and regrade existing asphalt as directed by the
Engineer.
y7-- 277 23
Priority Locations
Page 2
23.5011 N.W. 4 Terrace, remove and replace broken sidewalk at this location.
24. On the Northeastern corner of the intersection of N.W. 56 Avenue and N.W.
2 Street, remove and replace existing broken sidewalk.
25.On the South side of N.W. 20 Street between N.W. 14 Avenue to 15 Avenue,
remove and replace broken sidewalk due to tree root damage as directed by the
Engineer.
26. 1355 N.W. 15 Street, See Division 5 of these Specifications.
27. 1624 N.W. 18 Avenue, remove and replace all sidewalk and curb and gutter.
28. 1611 S.W. 17 Avenue
29. 1621 S.W. 17 Street, remove and replace broken sidewalk at this, location.
30. N.E. 17 Terrace on N.E. Miami Place, 100' south of (south side).
31. Across from 1627 N. Miami Place (trash hole and sidewalk repair).
32. Across from 1602 N. Miami Place (trash hole).
33. Across from 1505 N. Miami Place (trash hole).
34. Mid-block/south side, between N.E. 14 and 15 Street on N. Miami Place.
35. Across from 1614 N. Miami Court.
36. Across from 1646 N. Miami Court.
24 - 9 7 - 277
SID_SICVRSTT_IST
JID ISEM: CITYWIDE SIDEWALK IMPROVEMENT PROJECT, PHASE XIV, 6-4594
www.-iie_w__i rwrrrirsww rw
w-ww --r _- w---_ _----- --i-M M O.- _ _ _ i�--.---------�--ri--
SID 3@. a 96-97-048
M---w--wrooror.iwow- orwwiw-_i_wow•i_wrrr-.w,-
30A?E DID(i) OPINID: FEBRUARY 11, 1997 10:OU a.m.
C
Ir
DIDDSR ID �tblgAs CR�CIf _ rio--
ir - - - -iw- MEF CONSTRUCTIONi,i INC. S 213,681.25 B.B. $ 12,500
M-.i-rwwi-liw Mi__i rii Ml-i-il iw- lrrl�i-rii-l-w0-�rlM wr
GONZALEZ PAVEMENT 223,200.00 B.B. 5% -
r�rli-riMNrirwwr.- r-r•-mil-w w�rir rw
BANNE MAN LANDSCAPING 241,312.00 B.B. 6%
HOMENEX, INC.
P.N.M. CORP.
HOkESTEAD CONCRETE
...-.w.r.-ii-oiw-awr.- «w...--.!!-__.,«i- ..-..-..r•wr.�rw-«�«w�_
247,600.00 B.B. 5%
-.-i-.aw-rwri rowwr!_oo-iw l- wow r�.-w-riw«wsw.«�.«w«r,
262,500.00 B.B. 5%
r-�liww www.-wiero wwww----ow-----iwi_rw..------------w'
292,750.00 B.B. 5%
raw-Nw_-rwwiww iOw�--i-«l i-m- _wir-Mss-ice.-w w_ww rwwrw
THE BREWER COMPANY 325,592.40 B.B. 6%
w !w « -- - r _w r! i iw- o- -�.-.- -- - w -rr
H. ANGELO & COMPANY, INC. -- 730_000_00 --- B.B. 5% We received only.one
-i---r __--,,,-__ copy of the bid wni
1 _ was sent to P.I. -
or-ii -"ffie "ve —0r-S -71s'1 Z-'1Mrre n c;re 'TF
received timely_ a-,_ of the rb *e_ opeiz? _.q cste_
other offers submitted in iesm.) "o to this solicit
cup_ hinrPhg _ e;GhgQ&_QS."--`=--rrrw-rrwwww_
- -- -- - - -- - - - - - - -- d - - - - - - - - - - - - -
- -- -w- -- - -- - - « - - -I - - - - - - - - - - - - -
--- -------------
onr� offers
tion, if any,
------------- --------
----- ------
-r-----------r----_------------- o--rw-r--------------
w+.►-~-r-------wr-----_----r--w-----r ! o-.e- --------------►
-'� r
/ter
_r_wrr-as-wir rl-w w_rrwr..--_-.._ -r-- /------- - �_r..wrw
------------}}-r----
- — — — —
r— --- — — — — — — --F --- -- — - — — — — --
- - - - - - - - - - - - -- - - - - - - - - -
- - - - - - - - - -
------------------------------------
-w-s-w---- -- - - - - I --------- ---- -- --- - - --
--------------------------------
----------------;----------------4-----------------------
---
sscbivss (�-' envelopes on ashai! of--L�ft tier---__
Pub] it i grk0-- --- _ °A fib 1_� �i C4
(City topetts�eoij----------------------- - -----
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Walter J. Foeman
City Clerk
ce Regu`enistrative Aide I
Departnt of Public 7vVorks
DATE January 14, 1997 FILE
SUf1JECT : Citywide Sidewalk Improvement
Project, Phase XIV, B-4594
REFERENCES: �(
ENCLOSURES'
Please note that contractors will submit bids for the following project:
"Citywide Sidewalk Improvement Project Phase XIV, Project No. B-4594," on
Tuesday, February 11,1997, at 10:00 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. Len Helmers 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 416-1244.
/HR
Encl. _+ v
—1
� r
.L7
-�
- t M
r
! -�
3
co
>
C7
NJ
`r
City of Miami
This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please type and attach a poRy of the dv rt nt with this r n.
1. Department:
Public Works
2. Division:
Engineering
3. Account Code number:
319201-28 , C.I.P. 341171
4. Is this a confirmation:
® Yes ❑ No
5. Prepared by:
Raydee Rcgueyr_a
6. Size of advertisement:
96-87--048
7. Starting date:
1J21/97
8. Telephone number:
416^1244
9. Number of times this advertisement is to be
ublished: since
10. Type of advertisement:
Le al ❑ Classified ❑ Display
11. Remarks:'.
"C11TWIDE SIDEWALK IMPROMENT PROJECT PHASE XIV, JOB NO. B-4594"
12,
Publication
Date(s) of
Advertisement
Invoice No.
Amount
-i D1
Fri
—irr(
00
13. r-
r
Approved
❑ Disapproved
(o-e
Department Director/Designee Date
Approved for Payment �Date�—
C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Manaaamentl and rntain Pink nnnu
uus t ntBurtoty: venue - U.S.A.; Canary - Department
=+ v :C7
-< ,,— C�_l
BID NO. 96-97-048
ADVERTISEMENT FOR BIDS
co
Sealed bids for "CITYWIDE SIDEWALK IMPROVEMENT PROJECT PRASE XIV, B-
4594" will be received by the City Clerk of the City of Miami, Florida at 1'0:00 AM on the I I"
day of February, 1997 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 removal and replacement of approximately 100,000 square feet of
concrete sidewalk. The proposed improvements will be constructed citywide. Construction
includes the following: clearing and grading, pruning and removing tree roots and limbs if
necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if
necessary. Bidders will furnish performance and bid bonds in accordance with Resolutions No.
86-983 and No. 87-915. For technical questions contact Mr. Leonard Helmers, P.E., Chief Civil
Engineer, Project Manager at (305-416-1221). Prospective bidders will be required to submit,
with 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 originals.
Plans and specifications may be obtained from the office of the Director of Public Works, 444
S.W. 2 Avenue, 8°i Floor, Miami, Florida, 33130, on or after January 21, 1997. If bidders wish,
a set of plans and specifications will be mailed to them by writing to the Department of Public
Works and including a separate check for $8. There will be a $20 deposit required for the first
set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and
this is not refundable. Deposits will be refunded only upon the return of one set of plans and
specifications to the Department of Public Works, unmarked and in good condition within two
(2) weeks after the opening of the bids.
Bidder are alerted to the provisions of Ordinances No. 10062 as amended, regarding allocation of
contracts to minority vendors, contractors and subcontractors. All bidders must 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 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) 416-1220.
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-4594, Req. 0635).
Edward Marquez
City Manager