HomeMy WebLinkAboutR-95-0056J-95-30
1/11/95
RESOLUTION NO. 9 5 - 56
A RESOLUTION ACCEPTING THE BID OF VILA & SON
LANDSCAPING CORP., IN THE PROPOSED AMOUNT OF
$64,522.00, TOTAL BID OF THE PROPOSAL, FOR
THE PROJECT ENTITLED "BISCAYNE BOULEVARD WEST
BEAUTIFICATION PROJECT B-4579"; ALLOCATING
FUNDS THEREFOR FROM LOTH YEAR COMMUNITY
DEVELOPMENT BLOCK GRANT FUNDS, PROJECT CODE
NO. 701205, IN THE AMOUNT OF $64,522.00 TO
COVER THE ESTIMATED CONTRACT COST AND
$10,478.00 TO COVER THE ESTIMATED EXPENSES,
FOR AN ESTIMATED TOTAL COST OF $75,000.00;
AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received December 29, 1994, for
the project entitled "BISCAYNE BOULEVARD WEST BEAUTIFICATION
PROJECT B-4579"; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Vila & Son
Landscaping Corp. be accepted as the lowest responsible and
responsive bid; and
WHEREAS, loth Year Community Development Block Grant Funds
are available for the proposed amount of the contract, project
expense, and incidentals under Project No. 701205 of said
Community Development Block Grant Program;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
CITY COFM"SION..
MEETING OF
JAN 1 2 1995
Resolution No.
95- 56
Y
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 December 29, 1994 bid of Vila & Son
Landscaping Corp., in the proposed amount of $64,522.00, for the
project entitled "BISCAYNE BOULEVARD WEST BEAUTIFICATION PROJECT
B-4579", for the total base 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
$75,000.00
is
hereby
allocated from
loth Year
Community
Development Block Grant Funds, Project Code No. 701205. Said
total project cost consists of the $64,522.00 estimated contract
cost and $10,478.00 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized to
enter into a contract,/ in a form acceptable to the City
Attorney, on behalf of the City of Miami with Vila & Son
Landscaping Corp., for the project entitled "BISCAYNE BOULEVARD
WEST BEAUTIFICATION PROJECT B-4579", for the total bid of the
proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
The herein authorization is further subject to compliance
with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by
applicable City Charter and Code provisions.
95- 56
-2-
PASSED AND ADOPTED this 12th day of January , 1995.
ATT
i
MAT Y HIRAI
CITY CLERK
COMMUNITY DE ME
L
FiAliK CA&AkhDA, DIRECTOR
COMMUNITY DEVELOPMENT
SUBMITTED BY:
WALDEMAR E. LEE
DIRECTOR OF PUBLIC WORKS
PREPARED AND APPROVED BY:
IRMA M. .
ABELLA
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
I
A/. QUINN CITYYTTO/I PS
IT
fA
IMA/ms/bgs/M4845
4STEN P. CLARlf, MAYOR
95- 56
-3-
✓1111 I VV IVs.&o AV - 'IV ,VuL.AV nvunu 11-111 11V1 JIUUUi1 1IU1
'CIIY UI- MIAMI, I-LOHIUA
INTER -OFFICE MEMORANDUM 51
To: Honorable Mayor and Members
of the City Commission
hnoM .
CalChid I o Clt er
RECOMMENDATION
DATE : JAN - 5 1995 FILE :B--4879
3U JECT : Resolution Awarding Gurrtr aul.
for BI>soayne Boulevard West
Beautification Project
RUCKNCi, 1
ENCLOSURES, Reso i ut i on
It to roopootfuIIy recommended that the City Commission adopt the
attached reso I ut I on accept I ng the I ow b I d of V I I a& Son L.andscao I n$
Corp., a company located within Dade County and within the City of
Miami, for "Blscayne Boulevard West Beautification Project 5-457011,
received December 29.1984 In the amount of $04,022.00, Total Bid;
authorizing the City Manager to enter Into a contract on behalf of
the City.
BACKGROUND
Amrllnt nF Bid: *n4,1522.00 AA of Cost Estimate: 99.0%
Cost Estimate: $64,450.00
source of Funds: 10th Year Community Development Blook Grant Funds
Project No. 701208-287-481073
Mlnorl y Reorgsentatlonz 10 Invitations malted
11 contractors picked up plans & apace
.�. (8 Hispanic, I Black, o Female)
0 contractoro oubmittod bides
(!4 HimpAnlc, 1 Slack, 0 Female)
Public Hearings/Notices: No public hearing
Assessable Project_: No
Discussion: The Department of Public Works has evaluated the bide
received on December 29, 1994 and determined that the lowest
responsible and responsive bid, In the amount of $64,522.00 Is from
Vila & Scin L.si nd:sr:ap i ng Corp., a H I span I c-m I nor i ty controlled
corporation. Funds are available to cover the contract coot, and
for such Incidental Items as postage, blueprinting► advertising. and
reproduction costs. 1
Attachment:
Prop000d RoaoIution
�, 95- 56 SO
Jno- 't 00 WLU l J J 1 i ULJI.I V 1YVl%Ao 1 flll Ilul J I ouV
FACT
SHEET
PUBLIC WORKS DEPARTMENT
DATE:1u181 W4
d08 t 0 4M PROJECT NAME:
BISCAYNE WOLEYARD WEST BEAUTIFICATION
PROJECT
C.D.11A.11: 7021)1(1 LOCA70: 111M
DEBCRI
TYPE: PROJECT MANA` :
ddRIWR D. NUy,EZ, R.1.A
PMERAL PARTICIPATION: AIS"TED DEPARTMENT: PUBLIC WORKS
ASIiRNA E: Q
ENEROENCY: I_J
REfOLUTIOM A: 10 REQUEIT:
FORMAL
MFORMAL �]
DOCRIPrION: THE PRAI" (MAIA , f1F THE SEAUTIFIQN10N
THROUGH LANOSCA 1413 OF THE ARt&DOUDED
BY B BOU
4 W COURT TQTHEVVE6T,NEdI STMITOTHISOUTR
AN TOT
MLAM
NMf38
n ON
SCOPE OF SERVICES: CITY
CUTSca AMOUNT
(% Ot CONBT. CORM
SURVEYIPLAT Q
Q
SITS INVESTIGATION
PLANNING AND STUDY
[Q $
1,220.00 1
DESIGN
Q =
016 7�%OF (810)
SPEC$ AND AD PROCESS r—x7
Q =
11.280.Q0 2
BLUEPRINTING AND ADVERTISING
Q $
002.00
CONSTRUCTION
$
64_522LOR(w)
CONST, INBP. A MANAGEMENT [ c�
%OF BID
OTHER TESTING _
Qi
rzUSTOTAL !
7S.A00.00
INDIRECT CM8 0.43%)
CONTKlENCIE S
(!'p 6! wlil001 l ocit i 21.450A0
TOTAL
� 5,000 0
� p11MA/i ,
CONTRACTOR'S INFORMATION:
a AM Q [1P C] TYPE OF WORK: LANDSCAPING_
NON ASNORITY Q
YEARS OF EITABLISHMENT: 11YEARS
_
MINORITY a] QF
NAME: Vluuj WkhA,NDSCAPING coRP,
LICENSE COC ostsns
ADDRESS: 204SI S.W. 216 JI T MIAMI, FL V 70
CONTACT PERSON: JUAN CA%OB VILA
TELEPHONE ( Hi ) X 255CM
OUB.CONTRAl;TARR
NAMES:
r'n M poomm PALS
S
915- - 56 3
FORMA - ATT)
BISCAYNE BOULEVARD WEST BEAUTIFICATION PR,QJECT:-.
Project Number: 13-4679 CDBG No.: 701204 *':.-.Bid No.:._04.-95-037
Project Manager: ENRIQUE M. NUNEZ, R.L.A. Date: 12
Person who received the,!bldg: E. ESTEVEZ Received at: CLERK!9-'&F10E,CItY HALL
- -CITY
Construction Estimate 64,i450,00 Times 11:00 A.M.
BIDDER
IBID
VITA er SON.MNDSCAPINC%
P
ARAZOZA BROTHERS CORP.
RECTO AND AMOCIATM. INC.
REED iAWDSCAPING. INC.
ADDRESS
'INC
20451 S.W. 216 ST.
ST
Miami, ft 33170
70
15901 S.W. 242 ST.
HOMESTEAD. FL 33031
8053 N.V. 64
MIAMIj Fl, 331sT 4k
951. S.W. 121 AVE.
FORT LAUDERDALE, FL 33325
BOND AMOUNT
B.B. S. 10.000.00
0
Ir]A
B.B. $5,000.00
13.
WB. 15.000.00
IRREGULARITIES
H. C
MINORITY
OWNED
YES; H
UNIT TOTAL
L
PRICE
YES, H
UNIT TOTAL
PRICE
UNIT
PRICE'.
''TOTAL
NO
UNIT- TOTAL
TEM No.
DESCRIPTION
PRIDE
BASE BID: The Total of Items I thru 12
based on a sixty (60) 4irkinirday completion
time, the sum of
4
-64.522.00
68,556.40
76.096.40
1
23 Oak Trees (121- •i4' H.t. by 8' Spread)
165.00
3.795.00
160.00
3.680.00
170,Q0
q,9110-00
JAF),00
4,255.00-
2
24 Mahogany Trees (12'. 14":ht. by 8' Spread)
150.00
3.600.00
165.00
3,960.00
183.0
4,:p2..00
185.00
4,440.00
3
10 Black Olives (12'-� 14' `Ht. by 8' Spread
150-00
1.500.00
140.00
1,400.00
170.
1;7.00.00
160.00
1.600.00
4
71 Pink Trumpets (12*-"14' !Lt. by S' Spread)
160.00
11.360.00
130.00
9,230.00
180.0.
g,780,00
190:00
13,490.00
5
9 Queen Palms (15' Ht., Fi6ld Grown)
150-00'
1.350.00
160-00
.449.00
141.00.
1: A*9 00
125.90
1,126.00
6
160 Coconut Palms (It!- 14' Ht.. I - C. W.)
185-00
29J600,00
230-00
36800.00
193.00
:3Q.960.00
236-00
37.600.00
*1
Relocate 11 existingpalmy72.00
792.0,0
80.00
880.00
8 .00
.00
Remove 44 existing shade trees
234.00
10.296.00
150.00
6,600.00
357.00
16.708,
.00
6.600.00
Remove 36 exIsLlng,.paIm$` and shrubs
19.00
684.00
75.00
2,700.00
GO
65.00
2.340.00
VV
Remove 127 sq. ft. of colic. pavement
1-60
203,20
5.00
10.00.
I,,,g70,
I
Installing 480 sq. ft....'ef-Arientine Bahia
solid sod.
0.48
230.40
0.25
120.00
0:610,
3.00
1,440.00
2
_
Provision for Special ;items -..
1,111.40
11111.40
V. k 1.1:40
1,111.40
EGULARITIES LEGEND 'ff HAS BEEN DETERMINED BY THE DEPARTI NT. Q F PUBLIC WORKS THAT
1:
No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE'' Bib:JS.- FROM. Vilado Son
No Affidavit a. to Capital & 'Surplin of Bonding Company Landscaping
C.
C - Corrected Extensions Corp. FOR THE TOTAL 49010T OF 64,522.00
D- Proposal Unsigned or Improperly �,Jlned or no Corporate Seal
E - Incomplete Extensions
F - Non -responsive bid -if-the above contractor is not the lowest'...b
- ---------------------
C - Improper Bid Bond 7-.7 7 -------------
H- Corrected Bid ------------------------- -------- ------ -----
I - No First Source Hiring Complianed' Statement -
-------------------------- -----
J - No Minority Compliance Statement'
K- No Duplicate Old Proposal ------------- --------- ------------
L - No copy of Certificate of Competincy or State Contractor's Cert.'ai-RealoLration SHEET 1 OF 3 F"Wed Dr. L fttem
". FORMiAL BID
-�l
I
J0
. • ' '•
•BISCAYNE BOULEVARD WEST BEAUTIFICATION PRt?;J QT •MEN
Project Number: B-4579 :, CDBG No.: 701205 ' .' '= :Hid No.:• 'J14-95-037
Project Manager: ENRIQUE L'D. NUNEZ. R.L.A. Date: 12 129 � 94
Person who received the; bids: E. ESTEVEZ Received at: CITY CLE�tK'S •:UF`FICE, CITE HALL
Construction Estimate -' S 64,450.00 Time: 11:00 A.M. ��•
BIDDER >
SMITH HAMMOCK
ADDRESS
28225 S.O. 172 AVE.
HOMESTEAD FL 33030
BID BONQ AMOUNT
IRREGULARITIES
'
MINORITY OWNED
YES. H
ITEM No.
DESCRIPTIQN
UNIT
PRICE
TOTAL •%,
UNIT
PRICE
TOTAL
UNIT-,
PRICE,
i0'CAL
UNIT
PRICE
TOTAL
BASE BID: The Total of Items:l thru 12
based on a sixty (60) Morklr4, day completion
time, the sum of '
NO BiD
1
23 Oak Trees (12'-.44' Ht. by 8' Spread)
'•
2
24 Mahogany Trees (12'= 14`.: Hl. by 8' Spread)
3
10 Black Olives (12'= 14'::Ht. by a' Spread
'' '•
'
4
71 Pink Trumpets (12'7. 14' :Ht. by 8' Spread)
5
9 Queen Palms (15' Ht., FSleld Grown)
8
160 Coconut Palms (12'- f4' Ht., 1' C. O.)
�•'
7
Relocate 11 existing palms
`�
f,'•
8
Remove 44 existing shale trees
i
9
Remove 38 existing 'palm s' and shrubs
10
Remove 127 sq. ft. mff cone. pavement
'
11
Install 480 s ft. of �'•Ar c+ittine Bahia
solid sod.
12
Provision for Special: items
IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPART99N'I OF ' PUBLICWORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE' BI• Y.' •IS FROM Vi a:' & Son
8- No Affidavit as to Capital &. Surp Ua of Bonding Company Landscaping Corp. FOR THE TOTAL. AM�CINT OF 64 522.00
C - Corrected Extensions '
D - Proposal Unsigned or improperly :�Igned or no Corporate Seal
E - Incomplete Extensions %
F - Non -responsive bid If the above contractor is not the lowest.b�i,dde'r explain: ---------
---------------------------- ---
,--:-•----
G - Improper Bid Bond
--------------------------=-�'M.----,------,r------------
H - Corrected Bid Lw�/_
I- No First Source Hiring Compllanc;e Statement _________________________ __--;.________ __________-__
J - No Minority Compliance Sla emend _ +
________-___ ______ _____________
K - No Duplicate 'Bid Proposal = �^
L - No copy of Certificate of Co►npetlncy or Slate Contractor's Carl. of Registration SHEET 3 OF 3 .. •:T ' F spoo Dr. s• to1e"
DID-SICDAITT_LIST
BISCAYNE BOULEVARD WEST BEAUTIFICATION PROJECT B-4579
DID I?Ens
----------------
��-----1------------- l--Y�!l-lM--- - - - ---------1---�-
D I A go. : 94-95-037
ID,tE SIDS) OPENED: DECEMBER 29, 1994 11:00 AM I
TOTAL DID BOND for)
443
DIDDEA TID-#1,2VKT CASHIER I S_CASCK_�
--_•_---- -1------------------ ------!_---------M-
VILA & SON LANDSCAPING OORP. $ 82,452.60 BB $10,000.00
!-!-l--!!!--lM .............
----l-- -------.....
lM_r-lM--
ARAZOZA BROTHERS CORP. 87,774.00 BB. 5,000.00
------------ ------------- -----------------------
REED LANDSCAPING, INC. 95,690.00 BB 5,000.00
RECIO & ASSOCIATES, INC.
95, 889.00 BB 50 ,
LANDSCAPING ASSOCIATES, INC. 100,241.00 ICK #15329 $5,012.05 •.
PNM CORPORATION 110,776.00 BB 5%
BANNERMAN LANDSCAPING, INC. 116,729.00 BB VOUCHER BB95-005 '
MELROSE NURSERY, INC. -122, 826;00 _- BB- 5% -----------------
------------------- }---------------t---------------------
------------------------------- ----------------------
HAMMOCK LANDSCAPE & CONST., INC.1
-----------------i------------------------------------
------------- ---- A-----•--____ — ----== _—
"Offprs from tho ve lors lzst�d here1, are the only Offers
-���Qd--1?y-fps-•e� 41�-c:�L-a�-tr+:�r• r�-e�e�4�-t�r�e�-�'i=�--- -
othAr offers �n r4spo no to Ill 3 --clicliaHon, if any,
-fi-eg�s7-trs�nELI-ix ------------------------------ -
i
-------- --------- r--------------+------------- ---
--------------------------- ----------------------
--------------------------- --- '.l 9�-��
1---i�— Z--rr-''----_-
---------___-----_-_--_-----}-___------_
t-- - --- - - - _______________ !-------------- t-------------------------
�!YR0.5 srtc-VeI
__received (I_) envelopes on aahalf of
receiviat bids)____w
u
Public 6_ork�----------------------- on J.2 � /-�11_-_--------.�
(City Department)
SICNI
(D�put� C
LANDSCAPING ASSOCIATES, INC.
P.O. BOX 330062
MIAMI, FLORIDA 33233.0062
TO THE
ORDER � r
OF
TOTALBANK 15329
CORAL WAY BRANCH
2720 CORAL WAY
MIAMI, FL 33145.3271
63.915/660 4
)Rip-de?4 izwyoo
AUTHORIZED SIGNATURE
1110 1 S 3 2911' 1:066009 i S SI: 400 14 S 3 21,006
BID SECURITI( DOCUMENTS
too f,
j=h '� TITLE: G2JJy?""S • .ICI lf?�Yt ilO�^�C�''� "
« tltl J IIItt O! r
OffafAxF p, JOB #: B'"� Sr% �CLJ��' G..-!(,'
{ TMENT OF PUBLIC WORKS
330708 / Miami, Florida 33233-0708 TH'S c1I11F1 OPF Prk!7A NS. — BID BOND
I
BID BOW VOUCHER
1
(�1IIiD�,QBOND CHECK
FAILURE TO SUBMIT THIS ENVELOPE WITH THE NECESSARY DOCUMENTS MAY RE T TN THE Ck—
REJECTION OF YOUR BID. --77
k�
CONTRACTOR/BIDDER: k5octo-AA `
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Matty Hirai
City Clerk
FROM: /issette Lopez
Department of Public as
DATE : December 6, 1994 FILE
SUBJECT: BISCAYNE BOULEVARD WEST
BEAUTIFICATION PROJECT B-4579
REFERENCES B I D NO. 9 4- 9 5- 0 3 7
ENCLOSURES:
Contractors will submit bids for the above reference project to
be opened on.
December 29, 1994 Time: 11:00 AM.
Any bid submitted after the above appointed time will not be
accepted by the City Clerk. Please make the necessary provisions
for this bid opening. A representative from our Department will
be present. We will notify you in writing if there will be a
postponement or cancellation prior to the opening of bids.
/11
J
M
L�
M
J
BID. NO. 93-94-037
ADVERTISEMENT FOR BIDS z:w'
Sealed bids for "BISCAYNE BOULEVARD WEST BEAUTIFICATION PROJECT B-4579'1�' will be
received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 29th day
of December, 1994, 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 work shall consist of planting new shade trees and palms, relocating and removing
existing shade trees, palms and shrubs located along the boundaries of N.E. 4th Court
to Biscayne Boulevard and from N.E. 61st Street to N.E. 77th Street Road. Bidders
will furnish a bid bond in accordance with Resolutions No. 86-983 and No. 87-915.
For clarification of technical issues as presented in documents and specifications,
please contact Enrique D. Nunez, Register Landscape Architect, Project Manager, at
(305) 579-6865. 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, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or
after December 9, 1994. If bidders wish, a set of 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 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 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 Ordinances Nos. 10062 and 10538 regarding
allocation of contracts to minority vendors, contractors and subcontractors. All
bidders must submit an Affirmative Action Plan with their bids.
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) 579-6856.
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 readvertise (B-4579, Req. 2566).
Cesar H. Odio
City Manager
0i I
,y City of Miami 2.566
t �.. REQUISITION FOR ADVERTISEMENT This number must
appear In the
advertisement.
5 iFi C� t
A. Department;: 2. Division:
iPublir.
Wo xks Administration
3. Account Cody number: 4. Is this a confirmation: 5. Prepared by:
Yes ❑ No Liss ette=Lope
i 6. Size of advertisement: 9 4 - 9 5 -- B;Starting date:
8. Telephone number:
9. Number of times this advertisement is to be 10. Tyne of advertisement:
ublished:_ nnc Legal ❑ Classified ❑ Dis la
'
11. Remarks:
i
"BISCAYNE BOULEVARD WEST BEAUTIFICATION PROJECT B-4579"
j 12..
Publication
Date(s) of
'Amount
Advertisement
Invoice No
i
i
i
-=+
x-,
Ti
.,,,^
.13.
Approved
❑ Disapproved
_ 4- I I>��
a
epartmen irect Designee Date
Approved for Payment Date
C IGS/PG 503 RAv 191AQ RnuNnn• geil-A to/1,1f- -A
- • -•, •- _ •• •• %' W,;Wtn o� rvianaynnromy ana retain mnK CCpy.
DISTRI UTION: White - G.S.A.; Canary -Department
c•) %CJ
BID. NO. 93-94-037 -'
ADVERTISEMENT FOR BIDSci
�. v
Sealed bids for "BISCAYNE BOULEVARD WEST BEAUTIFICATION PROJECT B-4579�6 will be
received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 29th day
of December, 1994, 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 work shall consist of planting new shade trees and palms, relocating and removing
existing shade trees, palms and shrubs located along the boundaries of N.E. 4th Court
to Biscayne Boulevard and from N.E. 61st Street to N.E. 77th Street Road. Bidders
will furnish a bid bond in accordance with Resolutions No. 86-983 and No. 87-915.
For clarification of technical issues as presented in documents and specifications,
please contact Enrique D. Nunez, Register Landscape Architect, Project Manager, at
(305) 579-6865. 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, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or
after December 9, 1994. If bidders wish, a set of 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 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 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 Ordinances Nos. 10062 and 10538 regarding
allocation of contracts to minority vendors. contractors and subcontractors. All
bidders must submit an Affirmative Action Plan with their bids.
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) 579-6856.
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
i-. reject any of all bids, and readvertise (B-4579, Req. 2566).
Cesar H. Odio
City Manager
R E C E ! VF-
'94 29 All :00
ri
CITY