HomeMy WebLinkAboutR-96-0925FA
J-96-1241
1 1 /20/96 92 Z5
RESOLUTION NO.�
A RESOLUTION ACCEPTING THE BID OF P.N.M. CORPORATION IN
THE PROPOSED AMOUNT OF $135,082.50 TOTAL BID OF THE
PROPOSAL, FOR THE PROJECT ENTITLED: "CITYWIDE LOCAL
DRAINAGE PROJECT E-73 B-5628"; ALLOCATING FUNDS
THEREFOR FROM PROJECT NO. 352231, AS APPROPRIATED BY
THE FISCAL YEAR 1995-96 CAPITAL IMPROVEMENT ORDINANCE
NO. 11337, AS AMENDED, IN THE AMOUNT OF $135,082.50 TO
COVER THE CONTRACT COST AND $26,630.00 TO COVER THE
ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$161,712.50; AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, WITH SAID FIRM.
I
i
WHEREAS, sealed bids were received October 8, 1996, for "Citywide Local Drainage Project
E-73, B-5628" and;
WHEREAS, the City Manager and the Director of the Department of Public Works
recommend that the bid from P.N.M. Corporation, 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. 352231 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.
CITY COMMISSION
MEETING OF
DEC 1 2 1996
Revolution No.
c1 n 2 5
r
Section 2. The October 8, 1996 bid of P.N.M. Corporation, in the proposed amount of
$135,082.50, for the project entitled "CITYWIDE LOCAL DRAINAGE PROJECT E-73, B-5628"
for the total bid of the proposal, based on a lump sum and unit prices, is hereby accepted at the
price stated therein.
Section 3. The total estimated project cost of $161,712.50 is hereby allocated from Project
No. 352231, as appropriated by the Fiscal Year 1995-96 Capital Improvement Ordinance No.
11337, as amended. Said total project cost consist of the $135,082.50 contract cost and
$26,630.00 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 P.N.M. Corporation, for
"CITYWIDE LOCAL DRAINAGE PROJECT E-73, B-5628" total bid of the proposal.
Section 5. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED thisl2thday of December , 1996.
-2,&4�
CAROLLO, MAYOR
AT
J. FOE
CITY CLERK
CAPITAL PROJECT REVIEW:
G711T SHEEHAN, COORDINA
' 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
SUBMITTED BY:
Lr � -"
WALDEMAR E. LEE, DIRECTOR
DEPARTMENT OF PUBLIC WORKS
PREPARED AND APPROVED BY:
G.'MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A IbUl JON S III
CITY A TORN
W1260:csk:GMM
r
CITYWIDE LOCAL DRAINAGE PROJECT
E-73
NW 16 AVENUE BETWEEN NE 15 AND 16 STREETS
NW 29 STREET BETWEEN NW 15 AND 16 AVENUES
DARWIN STREET BETWEEN TIGER TAIL AVENUE AND SO. BAYSHORE DRI%
SW 51 AVENUE SOUTHERLY OF WEST FLAMER STREET
SW 37 AVENUE BETWEEN BATTERSEA ROAD AND STEWART AVENUE
SW 25 TERRACE BETWEEN SW 29 AND 31 AVENUES
1i
1 �S
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DEC Ic
TO Honorable Mayor and Members DATE: FILE
of the City Commission SUBJECT: Resolution Awarding Contract
for Citywide Local Drainage
Project E-73, B-5628
FROM : REFERENCES:
Edward Mar ue
City Mana r ENCLOSURES: : Resolution
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached
resolution accepting the low bid of P.N.M. Corporation, a company located within
Dade County and within the City of Miami, whose principals are Pedro Naranjo -
Muller, President, Teresita Naranjo, Vice -President and Jessica Costa, Secretary,
for "Citywide Local Drainage Project E-73, B-5628" received October 8, 1996 in
the revised amount of $135,082.50, Total Bid; authorizing the City Manager to
enter into a contract on behalf of the City.
The last five City projects awarded to P.N.M. Corporation are:
1. Wynwood N.W. 2"d Avenue Streetscape Improvements B-3246
2. Virginia Key Compost Facility Service Road B-6216-B
3. N.E. 2 Avenue Beautification B-4573
4. Rickenbacker Marina Access Road 1994 H-1087
5. Coconut Grove Convention Center Tree Replacement H-1094
BACKGROUND:
Amount of Total Base Bid: $135,082.50.00 % of Cost Estimate: 72.0*%
Cost Estimate: .$187,500.00
Source of Funds: Project No. 352231, as appropriated by Fiscal Year 1995-96
Capital Improvement Ordinance No. 11337, as amended
Minority Presentation: 260 invitations mailed
23 contractors picked up plans & specs
( 15 Hispanic, 1 Black, 1Female)
15 contractor submitted bid
(10) Hispanic, 1 Black, 1 Female)
Public Hearings/Notices: No
Page 1 of 2
9 6 - 925
1
4-
Honorable Mayor and Members
of the City Commission
Discussion: The Department of Public Works has evaluated the bids received on
October 8, 1996 and determined that the lowest responsible and responsive bid,
in the amount of $135,082.50 is from P.N.M. Corporation 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. P.N.M.,Corporation submitted a bid within 10% of the low bid received,
and had established certification of a primary office located within the City
limits prior to submission of the bid as required by City Code Section
18-52.1(h).
Attachment: Resolution
l 2
Page 2 of 2
96 z
1i
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 10/10/1996
JOB No.: B-5628
CIP No.: 352231
PROJECT NAME: CITYWIDE LOCAL DRAINAGE PROJECT E-73
TYPE:
LOCATION: SIX LOCATION CITYWIDE
FEDERAL PARTICIPATION:
PROJECT MANAGER: Leonard Helmers
ASSESSABLE:
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL: IN INFORMAL: C7
DESCRIPTION: The project consists of the design and construction of exiiiltration drains with cross drains and
related drainage structures in six locations ci ide to eliminate stormwater flooding problems.
(IF NECESSARY,CONTINUE ON THE BACK)
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (%OF CONSTRUC. COST)
SURVEYIPLAT $2,500.00 (E)
SITE INVESTIGATION
PLANING AND STUDY qy
DESIGN $11,250.00 (E) 6 %
SPECS AND BID PROCESS $400.00 %
BLUEPRINTING AND ADVERTISING $700.00 (actual)
CONSTRUCTION $135,082.50
COSST. INSP. &MANAGEMENT $9,500.00 7 %
OTHER
SUBTOTAL $159,432.50 %
INDIRECT COSTS (1.43%) $2,280.00 (ENG.FEE)
CONTINGENCIES
(E) ESTIMATE = $ 187,500.00 TOTAL $161,712.50
CONTRACTOR'S INFORMATION:
CLASS: Im ® 0 TYPE OF WORK: Drainage/ HWY
YEARS OF ESTABLISHMENT: 22 Years NON- MINORITY:
NAME: Pedro Naranjo r MINORITY: 1 B H F
ADDRESS: 3780 N.W. 22 AVENUE, MIAMI, FL 33142 LICENSE: E-1653
CONTACT PERSON: PEDRO NARANJO TELEPHONE (305) 634-3135
SUB -CONTRACTORS INFORMATION:
NAMES: • P.N.M. Corporallon submitted a bid within 10% of the low bid
received, and had established certification of a primary office
location within the City limits prior to submission of the bid as required
by City Code Section 18.52.1 (h).
CLASS: J-JOINT P=PRIME S=SUB ? 6""
u a� 4%
MINORrfK' B-SLACK H=HISPANIC F=FEMALE t� /es/'I
ntv.iroc
3
Ful
TABULATION OF BIDS FOR
CITYWIDE LOCAL DRAINAGE
PROJECT E-73,
B-5628
Received by the
City Clark. City Of Miami. Florida Of 10930 A.M.
an October a. 19%
ACOSTA TRACTORS. INC.
PNM CORPORATION
F&L CONSTRUCTION. INC.
ROYAL EWINEERING, INC.1
CONTRACTORS
N. VILA It ASSOCIATES. INC,STRIXTION-
Bidder
2419 WEST 3 COURT
3780 N.W. 22 AVE
8095 W 21 LANE
715 S.W. 73 AVENUE 84
$157 N.W. 167 ST IL 24
12097 N.W.- 8 �AVM�
Address
HI&M. FL 33010
HIAMI.FL 33142
HIALEAH. FL — 33016
MIAMI , FL 33144
MIAMI, FL 33015
HIALEAH, FL 33018
at Loces in "a city of el-
NO
YES
NO
YES—.
NO
NO
YES
YES
YES
YES
YES
Unseal A Ismael so PK 0111 Csft a"kiff ord.
YES
B.B. $10,000.00
B.B. 5%
B.B. 5%
B.B. VOUCHER
B.B. 5%
B.B. 5%
Did Bond Amount
H. E
H
Irregularities
YES.H
YES,H
YES,H
YES.H
YES. H
YES, H
Minority Owned
BASE 810:THE TOTAL OF ITEMS
I THROUGH 12 BASED ON A
SEVENTY FIVE (75) WORKING
DAY COMPLETION TIME, M-SUN OF
'135.082.
10.50
157,320.00
162.324.00
168,930-00
'169'450.20
tff CONSTRUCTION. INC.
HORLIC ENGINEERING
MASTER EXCAVATORS
WIRO EWIMW MWI(E
PEREZ-AL1IONTE CONT.
KIRI EONSTRKTION. INC.
Bidder
3383 N.W. 7 ST SUITE 301
7571 N.V. 7 STREET
9950 S.W. 168 TERR
149411 S.W. 87 AVE
1340 N.E. 139 ST
7340 S.W. 121 ST
Address
NIMI, FL 331125
MIAMI .FL 33126
"IAMI.FL 33157
MIAMI , FL 33176
MIAMI, FL 33161
MIAMI. FL 33156
Locat" in taw city or n1ow1
YES
YES
NO
NO
YES
NO
YES
NO
YES
LIONII a irlsrsd a ft El ty Cob & NktM &d.
YES
B.B. $10.000.00
YES
B.B. 5%
YES
B.B. 5%
B.B. 5%
B.B. $10,000.00
B.S. 5%
Bid Bond Amount
H
Irregularities
YES,H
YES,H
YES. H
YES
NO
YES. H
Minority Ouned
BASE SID:THE TOTAL OF ITEMS
I THROUGH 12 BASED ON A
SEVENTY FIVE (75) WORKING
DAY COMPLETION TIMETHE SUN OF 176.390-00
,
182,860.00
184.414.00195
5.00
196,000.00
210.195.00
IRREGULARITIES LEGEND
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED -
A — we power -of -Attorney
8 —No Affidavit as to Capital & Surplus Of 80olling Company ACCORDING
TQ-,5LLT19&J8-52,1
(h)--0E--.I1JF-SJTY-CODE
C — Corrected Extwwlww
that the
lowimst rPnpgnaIbtg
and responslye
hidder IS
D —proposat UnsIgned or improperly signed or NO Corporate
seat P.N.M. CORPORATION In the revised Amount of $135.082.50
E — incomplete Extenelons (Kissing Primary Office Location
Form) for the
Totot Bid.
F — Non-ramponelva bid
wo G — improper bid Bond
P H — Corrected Did
I
BID 96-97-005
I —He First source Hiring cowl lance statement
J — No Minority Compt lame statement
PAGE: 1 OF
2
IZn K — Me Duplicate Old Proposal
19' Free. BysEstevez Check By. Vitae
QC
TABULATION OF BIDS FOR
CITYWIDE LOCAL DRAINAGE PROJECT E-73, B-5628
ftcelved by the City Clark. City of Miami. Florida at 1W0 A.M. on October D. 19%
Bidder
THE ACHE OW. INC.
P.J. CONSTRUCTORS
JAD CONTRACTORS. INC.
Address
7251 BISCAYNE BLVD
7600 N.W. 69 AVE
6621 SR 54
MIAMI . IL 33136
M I AM I . FL 33166
MY FORT RIM, FL 34653
Looted In the City at dime!
YES
NO
Llowd i heard sr Per City Cole It Irtre Ord.
YES
YES
Did Bond Amount
B.B. VOUCHER
B.B. 5%
Irregularities
Minority amad
YES. 8
NO
BASE BID:THE TOTAL OF ITEMS
1 THROUGH 12 BASED ON A
SEVENTY FIVE (75) WORKING
UY COMPLETION TIME, THE SUM OF
220. 800.00
224.825.00
NO B 1 D
IRREGULARITIES LEGEND
A► — No Porer-ot-Attorney
B — No Affidavit as to Copltat a Surplus of sowing Company
C — Corrected Extensions
D — Proposal tkulgned or improperly Signed or No Corporate Seal
E - incompiste Extension (Missing Primary Office Location Form)
F — tisn-responelve bid
G — Improper Bid Bond
H - corrected Bid
I — No First Source Hiring Compliance Statement B I D 96-97-005
110 J — No Minority Compliance Stoleemrkf
K —No Oupt Icate Bid Proposat PAGE: 2 OF 2 B-5628
Prep. ByrEetevez Check Byr vllar
q1
r
OCT-10-96 THU 11:46 CITY OF m V I FAX NO, 305d "'' 152 P, 02
AT
%LAR
o�
Merrett R. Stierheim
WALDEMAR E. LEE ��
+ � lily Manager
Director
October 9, 1996
Mr. Pedro Naranjo -- -
P.N.M. Corporation - -
3780 N.W. 22°d Avenue
Miami, Florida 33142
Dear Mr. Naranjo: _
CITYWIDE LOCAL DRAINAGE PROJECT E-73, B-5628
On October 8, 1996 at 10:30 a.m. the City Clerk received and publicly opened and .read
sealed bids for the above referenced project.
The City Manager will recommend to the City Commission that a contract be awarded
(Qr the Total Bid. In accordance with the "Instructions to Bidders" contained in the bid
specifications, Acosta Tractors, Inc. submitted the lowest responsible and responsive bid
for the total bid price of $135,082.50 for the Total Bid. However, Section 18-52.1(h) of
the City Code, as wnopded, states that the City Commissions may offer to a responsible
and responsive local bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a contract at the low bid am2Rpt, if the original bid amount
submitted by the local vendor does exceed 110 percent of the lowest other responsible
and responsive bidder.
As a local vendor, your firm meets the above requirements. Please sign below to indicate
your firm's acceptance or rejection of the bid at the law bidder's total bid of $135,082.50,
subject to City Commission approval, and immediately return the original of this letter
to the Public Works Department no later than October 11,1996.
Sincerely,
CV 6&L,
Waldemar E. Lee
Director
EE:gc
ti1. C )9-e . [ Accept
Name: ' cDi2c 'YARWICI-A-A(c-P- Signature �c
Title: PR6s took)'f Date: 10/ t V
i
DEPARTMENT OF PUBLIC WORKS/P.O. Box 3307061141ami, FL 33233.0708i13051 416-1200i Pax;I305i A16.215 s
i ,' mu 7
9
A
r
CITitig of �Htant-t
ji Or
WALDEMAR E. LEE 7'
Director
JF�o.Fti°�
CERTIFIED
RETURN RECEIPT REQUESTED
October 9, 1996
Acosta Tractors, Inc.
2419 West 3`d Court
Hialeah, Florida 33010
Gentlemen:
CITYWIDE LOCAL DRAINAGE PROJECT E-73, B-5628
Merrett R. Stierheim
City Manager
On October 8, 1996 at 10:30 a.m. the City Clerk received and publicly opened and read
sealed bids for the above referenced project. The City Manager will recommend to the
City Commission that a contract be awarded for the Total Bid. In accordance with the
"Instructions to Bidders" contained in the bid specifications, Acosta Tractors, Inc.
submitted the lowest responsible and responsive bid for the total bid price of $135,082.50
for the Total Bid. However, Section 18.52.1(h) of the City Code, as amended, states that
the City Commission may offer to a responsible and responsive local bidder, whose
primary office is located in the City of Miami, the opportunity of accepting a contract at
the low bid amount, if the original bid amount submitted by the local vendor does
exceed 110 percent of the lowest other responsible and responsive bidder.
P.N.M. Corporation, a local vendor, has met and agreed to the above requirements.
This letter is to inform Acosta Tractors, Inc. that the City Manager will recommend
acceptance of P.N.M. Corporation's revised bid for the total bid price of $135,082.30.
Sincerely,
C�
Waldemar E. Lee
Director
EE:gc
DEPARTMENT OF PUBLIC WORKS/ P.O. Box 330708 Miami FL 33133-0708/0051 416-1200/ Fax:(305(-416-2153 9
{
Of
CITYWIDE LOCAL DRAINAGE PROJECT E-73 B-5628
Si ♦« y ZZZNwwrrwrrrsr..w—r..waYwr—s w
www,— w.rsw�awwrrwrrrrr—rwr—ow---�.ww,w
96-97-005
�jn •0• t �w.rwrrowwrrwrrawrr�r w�.—a—w--wwrMw•srs—err—w-----w.w'w
9ATX 210 (2) OCTOBEa 8, 1996 � 10M. 30`a .�----w.�wwwrrrrw�rr.�wwrwrrwr�
03A�w�0ilD�eg2
Pilo a.1 SAISH I sg20
ACOSTA TRACTORS, INC.
$ 135,082.50
B.B. . 102000.00
P*i CORP.
147,210.50 •
�wr.i.ww
B.B. 5%
wr
F & L CONSTRUCTION
N
•157,860.00
rwsr
B.B. 5%
ROYAL ENGINEERING CONST.
162,324.00
B.B. CUER
HORIZON CONTRACTORS INC.,
168 930.00
°
M. VILA & ASSOCIATES
169 450.QQ
°
MEF CONSTRUCTION, INC.
178390.00
MORLIC ENGINEERING CORP.
182,860.00
B.B. 5%
MASTER EXCAVATORS
184,414.00
N+so—•ra
B.B. 5%
�wo�wrwwwwNwwww�.
METRO EQUIPMENT SERVICE
195,975.00
N wNrr
I
B.B. 5%
rrrr �w•ww.�wswver
PEREZ ALMONTE CONTRACTOR INC.
196.000.00
B.B. $ 10,000.00
MIRI CONSTRUCTION INC.
210,195.00
M�OMwIM—w
B.B.*-5%
4�Oi0llwA w�ww+rr ram!—r
THE ACME GROUP
220,800.00
waw
B.B. VOUCHER
P.J. CONSTRUCTION
wrs•wsrwwrww.rssras
NO BID
JAD CONTRACTORS, INC.
rs wr.�sw.v.swwrrs
rr
224,825.00
rwy.rw.wr
s.rONq—w rwswr
r...wrw..rrr+-r�.ssr
B.B. 50/0
swrw�ow.�arsrwrrs
wwr—
rrr.��.� wrwrw
/I
.0
received. timY[y as of the aboi e
Ll
»cn'- date and
a,D��rM
`
ti.mp.
ter a mrs ,I : fea in rcmirpm..�
c. ;,
are hereby re sc'led as 1 I! , „
0 t � s spate c�i:'
is any,
MNwN
NNrrO
wrrwrw
ww
w'rMwwMM
--prww�www w
—
r.r• w Ow rrw.owas.� www w�w�s
nzs6k 11 aeeeiveA 15) oavelopos on behalf of
tlsssaa seee�visa lies)
N—M.►P_.��w Me�s ra•r+rrwww.��„_ws __wM s_—ww•w�
�i /� �('eiL� Depat4�eot)
1 W
8�+s� City Gletk)
r
�'
�
-� �,'
� �
0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Walter J. Eoeman September 11, 1996
T°' City Clerk BATE : FILE
SUBJECT : Citywide Local Drainage Project
c--\ E-73, B-5628
FROM : REFERENCES
Ha Regueyra, dministrative Aide I
Department of Public Works ENCLOSURES:
Please note that contractors will submit bids for the following project:
"Citywide Local Drainage Project E-73, Project No. B-5628" on Tuesday, October
8`h,1996.-
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, 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 416-1201
1HR
Encl.
m
0�m
a
0
-<m
-nxrn
��
7
D >
O
x
R
Li
L'
'�- City of Miami
0625
a ,,,,,� ;�
• REQUISITION FOR ADVERTISEMENT
This dumber must
appear in the
advs'rtisement.
INSTRUCTIONS: Please tvve and attach a -2oRy qf thg agmertisementthI§ reaulsition.
"
i 1. Department:
2. Division:
PUBLIC WORKS
design
3. Account Code number:
A. Is this a confirmation:
5. Prepared `hy:
•-2 ' Proect< 3 223
f1 Yes ❑ No
Ha dee Re
tte ra
6. Size of advertisement:
7. Starting date:
8. Telephone
number.
w
9 17 96
416-1201
9. Number, of times this advertisement is to be
10. Ty a of advertisement:
published: Once
Legal ❑ Classified
❑
Display
i 11. Remarks:
"CITYWIDE LOCAL DRAINAGE PROJECT E-73,.B-5628".
! 12.
Date(s) of
Advertisement
Invoice No.
Amount .
Publication
{
t�
c�
Fri
_ l_
;3• ram"
ryl
•...►
aU 0
fV
i
1
i
i
1
I
.
}
i
13.
�.
Approved
i ❑ Disapproved
i
s epartment Dir ctor/Designee Date
Approved for Payment
Date
C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department
r
ogM
N c�
BID NO. 96-97-00571
ADVERTISEMENT FOR BID'
PKM M
Sealed bids for "CITYWIDE LOCAL DRAINAGE PROJECT T-E-7 B-U28" will be
received by the City Clerk of the City of Miami, Florida at 10:30 A.M. on the 8th day of
October, 1996, 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 design and construction of exfiltration drains with cross
drains and related drainage structures in various locations citywide to eliminate
stormwater flooding problems. City regulations will allow bidders to furnish bid bonds in
accordance with Resolutions No.86-983 and No. 87-915. For technical questions regarding
plans and specifications, please contact Len Helmers at (305) 416-1221. Prospective bidders
will be required to submit, with their bid, a copy of the appropriate Certificate of
Competency, as issued Dade County, 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
N.W. 2"d Avenue, 8`h Floor, Miami, Florida 33130, on or after September 171h, 1996. 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 $8.00. There will be a $20.00
deposit required for the first set of plans and specifications. 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 plans and specifications to the Department of Public Works,
unmarked and in good condition within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as amended, regarding
allocation of contracts to minority vendors. The City requires prospective bidders to submit
an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions
to Bidders.
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. 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-5629, Req. 0625).
Cesar H. Odio
City Manager
s
lilt) No. 96•97.005
11)Vl ft'('ll MI N'1' lr(�R till)
ticalcd btcis for "(:1'1'YWID LOCAL DRAINAGE('ltOJh.(;'(' h.-73,
TWA"
"ill
he
tcren�ed by the City Clark of the City of �'li;u>>i, Florida at lG:3C ,\.Ivt.
on the R't'
cl;><y
of
Octobcq 1996, at tits (ALL USA Mice, first floor of the M tmi C;i
v I fall, 1900 fait
.Awcfi(an Drive, Dinner• Kc)•, Miami, Florida, 33133, at which time .uld
jdace My
will
be
. 14 opened and read. Any his{ subInAted after the above appointed
time xvill
nnt.
be
. i .1 (.(1 ky t h(' ( 'it v (.'.ICrk
IS project consists of the design and construction of cxhkration drains with cross
,i ''as anti related drainage structures in various locations citywide to eliminate
st+ . mater floodittg problems. City regulatimis will allow bidders to furnish bid bonds in
'U'u(..ianre with Rc•s(Autions N,,).S(,')63 and No, $7`tl_. For technical (1tle.stions rt•�,ardiny
phut, and specifications, please contact Lett 11, tuers at (305) 416.1221. Prospective bidders
mll 15(1 I'lrljltllol 1($ mflmilt, Mill 4[1M' Mdi A d8DY bl 1116 a0proprrate Urlritca{e of
Contpctency, as issued Dade County, AM authorizes the bidder to perkmin the
proposed Nvorl(.
All bid., shall tic snbnaitwd in accoldanre with ille Instructions to 1'„tider'C ,Intl Spvcificatie,n;.
New C31Y regulations will recluue each bidder to submit prohclsal, to Mylicate tAigin.al;.
Plawy iild spccik at ion,, may 1), Ataincd lrom the OCT ,rf .lit, 1)irrt (e-,r .)I Pttltiic 1\ :,rk>. I I I
N.W P Avenue, Kt Idoor, Aarni. !•lorida 3313C, cmn nr alter Schtcrtrber• 17'' 1996. 11'
Ladders ss'ish, a sct of plans and specih(:;utc,ns well he madni. t(, th(m in "ritt m tv the
!)c•partment of Public Works and imlu&ng a sep.lrate i m+ fnr $110. 1 "(ll he .a S201C
tt'(lurrcd for the Mw set A Mans antl pt't lllCatlon5. Addltiunal sun tmav IN, Itt cll,lml
im a lee of S2100 In, let an(I AS is ME refundahle. Depodis will he r( tunticd ."A tr1,, .
their rc't::tn of one o of pl.ln, and .�lrcrnccmlons to the I eparillarttt ,t i'nl+l((:
umun k"I and In good remdlt on "plain two (?) ivvekv after the opennig t4 the Nds
Iiidder.s are ;alerted to the provistons of Urdrnance No. 10062, m ainendcd, rcgankt;,
al(c,catton of contracts to nunorny vendors. Pie Chty mquires prnspectiv( ')tdder; it, Nt(b(ml
an Affirnaa6ve Action Plan, ,as d Tiwd i,a said (.)rdirianon and as re(_jntrrti in tie 1t„tru, ts.,m.
to 11"Iclrre
Ile (;it.y of Miami has adopted OrcGance No. 13012, which implemem, the "i ir;t S.)ur.,-v
It ing Agrvmnemy ! v Mal .,I IS ordinatl:c' 1S to provide ernl)l()ylat(` u nppotlunities to
(Azy of Mini resrdents on rmit.u.•ts resuln", t;t the crea6011 of Ile\ permancnt iol';.
(AntracLors may be eligible v wage rQuimmll m under th)s prograru. For lll(ther
information contact the Depamnent of Public \4'orlcs, C.::ity of Miami, at (3C5) I(i•I?Ov.
Proposal ►nc.ludes the time of perforn',ance, arld speclilcatlens rc,ntarn prt,vi,t::ns for hquidat(d
damages for fathtrc to completc the work on trim Ile Cit v C oom-tission rt serves the' right n(
waive any informality in any bid. and the City ank, ,.)I .all bids, And re-
ad ,'r(ifio (11-5629, l eq, 005).
f .r�,r I 1 (116,
('u v k1.ttl.t cr.
r
1
C.11Y OF MIAMI Fi.nwm
Inu-11-01:11C1= tltit,4014ANDUM
Waiter a. I oclna►r C!Al E Seirteniber• 11, 1996
CitE'F
Cleuk
• <�iFilpr''t Citywide I.ocai Draillage Project
1 073 A56.28
OF ERE NOES
111yul6i Regueyra, Administrative Aide I
Itrpartrnrnt of Public Works ENf;EosuREb
lrtease note that contractors will submit (rids for the following project.
"Ci(ywitle Local DruMage i'r•oject 073, Project No. B-5628" on Tuesda), October
Ally bid snbrllitted after the time listed alcove, will not be acerpted h� the City Clerk.
I'le.ase make necessary provisions for this bill opening,
The Project i`lanagel•, Ixll Ilelmers and/or a representative Ove►•seeiul; the project, is- going
to be present at file time of opening. Should there be concellalion or postpuitement, we %%ill
notify you in writing, prior to the opening date of the bids.
If you have ally gnvstionc, lrlease contact me at 416-1201.
AIR
Enct,
Y:r
F
1i
City of Miami;
n
�«/ylGQ/� 1 his ombor n'gUSt
f'lUisr�r IO`N I'OR ADVERTIS M�: NT AprU.4r in the
1. fk�nwtnlont: 2. Division:
3. Account Corte number, Q. Is this a confirmation: 5. Prepared by:
1 2 0 1 - 2.ri7. t`x<.r jest' 13W2'3. k] yes (l No .. if.eyi'_r . t'-'' ,1jOyrrr...
S. Size of advortisor,terii: 7. Starting dain: 8. Telephone nuinbor:
0. Nurnbor of times this advoitisornont is to be � 10. Type of advertisement:
put.riishod: n *� :.� k] (_ugat , �� Ctassi(ied ] Display
11. ftemrrks:
P.Dt' L DRA t N:+, Of , t'f.CIJ):'(,'l' X-• 13 ,
1 ?.
Publication
C jtaS/PG 503 flov t,2/tsg_, Routingg Forward White and Can
01$iRInUTION: White - G S.A.; C
t41 -.-4
Date(s) of
Adveitisome.nt I Invoice No. Amount
i
I
Approved for Payrnont Date
ary to G S.A.n(Proau(e,rnont Managemont) and retoln Fink copy.
unary - Drparlment
t- �_ 1
f t,],
WORKS :pd.A�cnuc Xth F too, \,,.um L', i f-J.- K't
Fi tev.
Aq
1, lit) ric 4 1 1 1
1 6