Loading...
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