Loading...
HomeMy WebLinkAboutR-94-0276J-94-270 4/6/94 RESOLUTION NO. 9 4- 276 A RESOLUTION ACCEPTING THE BID OF ROYAL ENGINEERING CONSTRUCTION, INC., IN AN AMOUNT NOT TO EXCEED $175,250.00, TOTAL BID OF THE PROPOSAL, FOR "COCONUT GROVE SIDEWALK REPAIR PROJECT SECOND BIDDING B-4563"; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 341175, AS PREVIOUSLY APPROPRIATED BY ORDINANCE NO. 10938, AS AMENDED, IN THE AMOUNT OF $175,250.00 TO COVER THE CONTRACT COST AND $29,150.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL PROJECT COST OF $204,400.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, sealed bids were received March 31, 1994, for "Coconut Grove Sidewalk Repair Project Second Bidding B-4563"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Royal Engineering Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, Capital Improvement Ordinance No. 10938, as amended, adopted on December 5, 1991, appropriated funds for the proposed amount of the contract, project expense, and incidentals under Project No. 341175 of said Ordinance. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF APR 1 4 1994 8aaolution No. 94- 276 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 March 31, 1994, bid of Royal Engineering Construction, Inc., in the proposed amount of $175,250.00, for the project entitled "Coconut Grove Sidewalk Repair Project Second Bidding B-4563" 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 $204,400.00 is hereby allocated from Capital Improvement Project No. 341175, as previously appropriated by Ordinance No. 10938, as amended. Said total project cost consists of the $175,150.00 contract cost and $29,150.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorizedl1 to execute a contract, in a form acceptable to the City Attorney, on behalf on the City of Miami with Royal Engineering Construction, Inc. for "Coconut Grove Sidewalk Repair Project Second Bidding B-4563", total bid of the proposal. Section 5. The Resolution shall become effective immediately upon its adoption. 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 Code provisions. 2 - 94_ 276 PASSED AND ADOPTED this 14th day of April , 1994. S PHEN P. MARK MAYOR ATTE MA TY HIRAI, CITY CLERK SUBMITTED BY: to I c-et,,— WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS CAPITAL PROJECT REVIEW: EDU#RDO RODPAGURZ, DIRE ASSCT MANAGEMENT AND CAPITAL IMPROVEMENTS LEGAL REVIEW BY: ��N %IMN G.'MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: R. " QUI" J I I I CITY ATTO M4241/asm GMM 94- 276 mm APR- b-94 WtV i 5 c UU rUdL 1 u WUKAb r hn IXU. U I CUU , I. CITY OF MtAMI, FLORIDA �� INTER -OFFICE MEMORANDUM TO, Honorable Mayor and Members DATE AM 'g FILE: B-4663 of the City Commission SUBJECT: Resolution Awarding Contract for Coconut Grove Sidewalk Repair Project Second Bidding FROM : CeS d l o REFERENCES Clt alter ENCLOSURES: Resolution i RECOMMENDATION It Is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Royal Engineering Construction, Inc., a company located within Dade County and not within the City of Miami, for Coconut Grove Sidewalk Repair Project Second Bidding, received March 31, 1994 In the amount of $176,260, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid; $175,250 % of Cost Estimate: 70% Cost Estimates: $260,000 Source of Fundss Fiscal Year 1991-92 C.I.P. Orinance No. 10938, as amended Minority Representation: 282 Invitations mailed 14 contractors picked up plans & specs (7 Hispanic, 5 Black, 1 Female) 10 contractors submitted bids (8 Hispanic, 1 Black, 1 Female) Public-Hearings/Notices: No public hearing/Sid Notice published. Assessable ProJe:ct: No Discussion: The Department of Public Works has evaluated the bids received on March 31, 1994 and determined that the lowest responsible and responsive bid, In the amount of $176,260 Is from Royal Engineering 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. Attachment: Proposed Resolution ' r6 - 94- 276 I APR- 6=94 WED 15:U1 VU8LIU wUXQ rnn IrU, 01dOOI i , FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 415/1994 JOB#: B-4563 PROJECT NAME: COCONUT GROVE SIDEWALK REPAIR pRO,IECT 2nd Bid(ling) cIP s- 34117E LOCATION: COCOnut Grove _ TYPE; PROJECT MANAGER: Tom Wammack FEDERAL PARTICIPATION; 0--11 ASSOCIATED DEPARTMENT: PUBLIC WORKS ASSESSABLE: t� EMERGENCY: RESOLLMON A: BID REQUEST: - FORMAL. go INFORMAL= DESCRIPTION: This Pro ect consists of the removal and replacement of approximatelyEpproximately is 000 a . ft. of brick sidewalk In the Coconut Grove Business Disirfat and approximately 25,000 a .tt of concrete sidewalk In the area bounded by S.Dixte bLAX., 6i:ca a asy. SE 28 Rd., a the South and West Clify limits. trN909AAARY, CONnNLEON MRIAC SCOPE OF SERVICES: CCCY OUTSIDE AMOUNT (% OF CONST, COST) SURVEY ) PLAT 0 u S SITE INVESTIGATION PLANNING AND STUDY 116 OF(EC) oesloN t 10,500.00 6% % OFMC) SPECS AND BID PROCESS Q >) 500.00 % OF(EC) BLUEPRINTING AND ADVERTISING i $00.00 (E) CONSTRUCTION 6, 175,2S0.00 (m) CONST. INSP. R MANAGEMENT S 12,270.00 79+. % OF BID OTHER 2,500.00 SUBTOTAL : 201,520.00 INDIRECT COST5 (1.43%) t 2,880.00 (ENG. FEE) CONTINGENCIES (51/6) NO) ISTI MArECONSr, COSr.• $ 260,000 TOTAL i 204,400.00 M 98nVArN CONTRACTOR'S INFORNIATION: CLASS: =]gol=J TYPE OP WORK: MINORITY L. J L F J YEARS OF ESTABLISHMENT: __ LICENS5 E -1823 ,,,,_ NAME: Royal Engineering Cons tructlon, Inc. TELEPHONE ( 305 ) 326 -1602 ADDRESS: 6900 SW 14 AVe. Miami, Florldo 33173 696 - 9147 CONTACT PERSON: Arlel Martinez/ Fernando Miranda SUB -CONTRACTORS None CLASS: J■ JOINT Pm PRAfm S- Sun MINORITY: At- BLACK H- HMPAMO F- FEMALE COPIES: ASSISVANIT DIRECTORS, COST ANALYSIS, FILE, CIP MANAGER, ASSOCIATED DEPT., CIP MANAGER 94- 276 TABULATION OF BIDS FOR COCONUT GROVE SIDEWALK REPAIR PROJEC-f tleeeltN !1' Its City Clerk, City or "lost, Plorldo el Il,eb A.N. ON 111egi .M /094 - SECOND BIDDING 9ldder — - 1 & P TMES. MC. P s L ipIsllll>CTION, INC Ii AL ENSINEMIN& tmW AmmicW raNtoelCTlxi iWm J. cOlOTil Tmm torMi01 OMIMMM uE4MM Cult. IIirSIP Itddi011 r. Al�rrlav 12262 SW 128 ST OM WEST 21 LANE 6900 S.W. 94 AVE 272 N.E. AO ST. 99 W 103 Sm.ftdo5 N.V. "AVE 10410 SW $02 5T. 4e6_S_j LamIad to The City of Nlaml NO NO YES NO NO NO leaeee a Iremrsd M PW 0111 Olds 4 Retto Ord. No NO YES ► O YES NO � �_ F 61d Band Aomml B.S. VOUCHER �12 500.00 5% t2.500.00 115.000.00 - --- B.B. Irre larlflh C,H I I C,H i IC,H.A,K- Minority Dwwd YES,F YES,H YES.H YESM YES.H ves H YES.IB 1'1e, ASE 610t THE TOTAL OF ITEMS 1 MU 13 BASEO ON A OW HILIM0 - - 100) WORKING DULY COMPLETION 71WE $170.200.00 $174.625.00 175.250.00 $191,753.00 $226,500.00 : 239.W1.-100 _ t3[dder JCI INTERMT10NAL IWO Imm ICTION CIM. PROJECt tm n3w ARr AAA COMM" -- - -- Addrem 12265 SW 132 CT 3501 Sw a 51 92.00 5 DADELAM 6300 NW 53 ST _ --- Located Located In the Clly of H1=1 NO YES :Nceewd 4 Immd ow I%r Elty Cede A ?Wre Oat. NO NO — - 81d Bond A aunl 5% - Irv* ivi t leo C.1i,1 _ MlrlorIly Owmd YES.H YES.H --- - -- U19E 810: THE TOTAL OF ITEMS f --- NHRU 13 BASED ON A ONE 1TiRMED !! MID i VOWING VAY COMPLETION T I ME $272523.50 $494. 800.00 NO BID NO B I D 1 HMMULAR I T I I=5 LEGEND A - ma Pswr-dt-Atlnrnsy 0 - W Atflderll an I repItoI a Surplus Of Bundling Ompam C - rerrecled Esitameipne - ft - I. UmIgmed br Iopreperly SI}wd or We Corporate Seal - 111coeolete Eslormlom F - Nyt-r"Mmelee ►id G - limrwer told Hand H - Corrected told W First Source fileIm COepllofts Stoteaat1w RIMMITt CWVIF11 R - No Mlne►Ily comptInfes Slalwant THE DEPARTMEM OF PUBLIC WOWS HAS DETERMINED that ibe Ioweel Responsible and Resuormlve bidder to ROYAL ENGINEERING CONST. In the Amount of $175,250.00 K - rb awl ice. Old Pr-p-,ml V - r If/ -7/ step. 110,M E. L . Lo I V114 81`D 93-94-C SID_SECURITY LIST 'tD Y?Eli: — COCONUT GROVE SIDEWALK REPAIR PROJECT (Second bidding) --.--_ ________ _______ __ -__ -N ---_-----N-.►_ -.--_ w---- y------- - - - - - - ----N --r - - _ ---r - - - ---N---- $ID StO. s .._,2a-94-QEL--------- --------------------- MARCH 31, 1994 11:00 a.m. D►TZ DID(S) OPENSD:-._..r.__ ___------- ---------------------- TOTAL DID_DOXD_jor1 BIDDER II ID 1d6IINT CASii5-R_S—CHICK_M — — J. & P. TILES,INC. — — $ 168,480 00 B.B. VOUCHER - - -.re ---------r ------- F & L CONSTRUCTION -----------r $ 174,625.00 B&B. 5 -------------- ROYAL--------- ENG. CONST. INC. ---- --------------- $ 175,250.00 B.B. $ 12,500.00 AMERICAN CONTRATING, INC. $ 191,783.00 - B.B. 5 % ---- HARDS J. CONSTRUCTION CORP. --------- --- $ 220,750.00 ---- ----,...- B.B. $ 12,500.00 ;•, B.B.$ 15,000.00 - - -- We receivecT on-r ne c SOVEREIGN CONSTRUCTION GROUP.- $ 239,881 00 __- ---------- —�.— _ __- - - - LE -BAKER CONSTRUCTION INC . _ $ 255 , 247 .00 _ $ 256,550.00 of the bid. ' _ , B. B. VOUCHER - NOXON CONTRUCTION CORP. ------------------ JCI INTERNATIONAL INC'. ------------ $270,773.00 ------------------------ B.B. 5 % -------------------t*----494,800.------ CAZO CONSTRUCTION CORP. --------- ---------------------- 00-- ------- Q-_-_--------- B B 5 /o ---------------------- NO BID: -------------------L------------- I ---------------------- PROJECT EAST CONTRUCTION, INC. -------------------------------------------------- MODULAR CONTRACTOR, INC. ------------------, -------- ---- -----------�f-�-� ---- -------------- ------------- -------------- _----_-_M---r I -- — ---------- -------- �-i -�L ; -� 0) _3 ---------------------- --------+-------------- --------------------- t ----------------------- ------t------•---------- --------------_ ------------- ---•-------------------------- ------------- ---------M-__- -------------rr------------- _ c12� envelopes _ socsivo on behalf of a (Parson receieia&—b'ids) I Public Woqon y ---------- (Cit�—Department) . ( eputj City Cleric) CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM I 1 TO Matty Hirai City Clerk I FROM : Tony rat Department of Public Works DATE : March 7, 1994 FILE B-4563 SUBJECT : COCONUT GROVE SIDEWALK REPAIR PROJECT (SECOND BIDDING) REFERENCES: BID NO. 93-94-087 ENCLOSURES: Contractors will submit bids for the above reference project to be opened on: March 31, 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. /tP O - 3 BID. NO. 93-94-087 ^� ADVERTISEMENT FOR BIDS Sealed bids for "COCONUT GROVE SIDEWALK REPAIR PROJECT (Second Bidding) B-4563", will be received by the City Clerk of the City of Miami., Florida at 11:00 AM on the 31st day of March, 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 tims 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 15,000 square feet of brick sidewalk in the Coconut Grove Business District and approximately 35,000 square feet of concrete sidewalk in the area bordered by S. Dixie Highway, Biscayne Bay, S.E. 26th Road, and the South and West city limits. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, reinstallation of existing brick paver sidewalks, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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 Leonard Helmers, P.E. Chief Civil Engineer, (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Cc npetency, 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 of the Department of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or after March 15, 1994. If bidders wish, a set of specifications will be mailed to then 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 Ordinance No. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. In addition, this bid has a requixen ent for the utilization of Minority aryl/or W mre n-Owned Business Enterprises (M/WBEs) contractors &/or subcontractors, in the amount of 30% of the total bid. Details 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) 579-6856. 52 p Proposal includes the time of performance, and specificati,pntain prisions for liquidated damages for failure to complete the work :on --'timer Thg City Commission reserves the right to waive any informality in 'an bid, end to City Manager may reject any or all bids, and readvertise (B-4563, ,:�bteq,.. 251 . Cesar H. Odio City Manager r Vie. ....•.�� ,....... ,.;, a+, ,.. .:.�-1�� }�• �.. >IG. i1� � 5°�n. d''tti! r�i i��'lF� { 5 � ,r ''a d�'���'��Ji,� +. �.�4�i� �yi.. � �; �#t.',' tt sr J M A °F 4 �s City of 2513 G, m1'i got , REQUISITION FOR ADVERTISEMENT This nurr,ber must appear in the 4 advertisement. INSTR CT{C $t; Elam 4. Department Public Works 2. Division: Administration 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 341175 KI Yes ❑ No -Tony Prat 6. Size of advertisemenV3-94--0 77 Starting date: 8. Telephone number: Index Code #319201-287 March 15, 1994 579-6865 9. Number of times this advertisement is to be 10. Tye of advertisement: published: once Le al ❑ Classified ❑ Display 11. Remarks: "COCONUT GROVE SIDEWALK REPAIR PROJECT (SECOND BIDDING), B-4563". 12. Dates) of Publication Invoice No. Amount Advertisement i i f i IrTj 21 s. f 1I t 13. Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date { C JGS/PC 503 Rev. 12/89 i Routing Forward White and Canary to G.S.A. (Procurement Management) ano retain rinK copy. DISTRIBUTION: White - G.S.A.; Canary - Department 11 sit ITEM: BID —SBCDRITT----- LIST --------- COCONUT GROVE SIDEWALK REPAIR PROJECT B-4563 - -__----------------------------- -_-------------N-b-�- DID wo.s-.-93_94-050-- ----------------------- SATE BIDS) OPENED: A UARY 20, 1994 11:00 a.m. -- ------------------------------- TOTAL BID BOND�or� BIDDER DID AWOVNT CASHII R_i CABCR ...- ---- ------ — ---- ----- ----- P TILE INC $ 183 050.00 Cashier Check ir164952 J . cc . N� - ----------__ ------- AMERICAN CONTRACTING, INC. _------__--- - _ - ------------- $ _ 191,783.00 -------- Proposal Bond 5i0' -_--_----•---------- --! .ROYAL E14GINEERING CONST. �.�------ $ ------------ 216,000.00 B.B. $ 12,500.00 --- ------------- F . U L . CONST. INC. $ 230,680.00 B.B. 5`/0 ----- --- ------------- ------ - NOXON CONST. CORP. $ 233,170.00 ---- B.B. VOUCHER 4.. ------ --------------- TECHNOLOGY CONST. INC. $ 237 550.00 B.B. 12,500.00 LUMECO MAJAGEMENT, INC. $ ------------- 249,142,00 B.B. B. ------ 5 C , /o --------------- -- ----'----------------- ------------------- +--------------- *--------------------- -•.------------------+---------------t--------------------- ------------------------------ r--------------------- ----------------------------wt------------------ ---------------- L-------------_ ------------------- ----------------- '------------------------------------- ------------------------------------------------------- —?-7f :___; ------------- - --------------------------- t-- /f/ ---------------*---------------t---------------- ------ - -- -•- ------ -- -- - -- - •• - - -- - - - - - - - - - -- - ---- -------------- 4-------------- *----------------------- �- ----------------:---------------4-------------------------- r -�raeaived (-L) aavaiopea on bohalf of ( rso racaivia& bida) Public Worsf- ----oa ---- `' ___ __ (City Dapartmaat) f I C NE D �-� 0 puty City Clark TION: White - Treasury Management; Canary - Department (After validated by Treasury Management) Routing: Carry both copies and funds to Treasury Management (Finance Dept) DISTRIBU r-:THE FACE OF THIS DOCUMENT lid mill• , , PURPOSE J&P Tiles, Inc. 111 d 5-4 5 b 3 Bond Check fnr h;rl � . NCH E TO CUSTOMERMISPLACED � 164952 IN THE EVENT THISCHECK IS LOST. MISPLACED OR ST THE PURCHASE OF AN INDEMNITY BOND FOR TWICE TH AMOUNT WILL BE PROVIDED BEFORE IT IS REPLACED OR ocm,uncn AUTHOR ZED Ila L6495 2112 1:0670060631: 1"`1089 '1300L4 1,118 17 R E F.- '94 j'AN 20 1111 0 CITY CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM I To: Matty Hirai li City Clerk FROM : Tony Prat Department of Public Works Design/Administration DATE : December 9, 1993 FILE : SUBJECT : COCONUT GROVE SIDEWALK REPAIR PROJECT, B-4563 r� lc REFERENCES: ENCLOSURES: BID NO. 93-94-050 Contractors will submit bids for the above reference project to be opened on: January 20, 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. TP .� yl w -_ BID. NO. 93-94-050 ADVERTISEMENT FOR BIDS Sealed bids for "COCONUT GROVE SIDEWALK REPAIR PROJECT B-4563", will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 20th day of January, 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 project consists of the removal and replacement of approximately 15,000 square feet of brick sidewalk in the Coconut Grove Business District and approximately 35,000 square feet of concrete sidewalk in the area bordered by S. Dixie Highway, Biscayne Bay, S.E. 26th Road, and the South and West city limits. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, reinstallation of existing brick paver sidewalks, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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 Richard Blount, Project Manager, at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Cbmpetency, 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 30, 1993. 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 L8. 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 Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. In addition, this bird has a requi=ement for the utilization of Minority Ubmen and/or Black Dmied Enterprise (M/WBE) Subcontractors, in the amount of 30% of the total bid price. Only M/WBE fine/individuals certified by the State of Florida, any of its political subdivisions, agencies or municipalities, prior to bid opening date will be eligible to participate. 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-4563, Req. 5746). Cesar H. Odio City Manager REQUISITION FOR ADVERTISEMENT This number must appear In the advertisement. DEPTIDIV. Public Works JAdministration �� ACCOUNTCODE C.I.P.# 341175. INDEX CODE #319201--287, Bid No.93--94--0 December 10, 1993 579-6865 DATE PHONE APPROVED Y: h PREPARED BY Tony brat DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement once (number of times) 'type of advertisement: legal x classified (Check One) Size: First four words of advertisement: _ times. display Starting date Decentber 30, 1993 Sealed bids for "COCONUT �r, >>- 8CT L-�iri63 "COCONUT c.<:.�C�r�� �=;a:�� �;a��r�aax i;a�,t ��:i.N s� �,c� r Remarks: � ,� , DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENWNLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT . '..`-INVOICE' � AMOUNT 0 = ": ra B-2 C-3 _ D-4 E-5 F3 f F4 F5 F7 F8 F9 F10 F11 F12 LINE S TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECr PROJECT 11 1.'3 17 18 1 25.34 39,42 45 50 51 56 57 62 63 65 66 71 0 1 1g, 14 11 V P 2 0 2 21817 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64DISCOUNT 69 72 AMOUNT 80 5 2 Q 0 2 Oil. I White - Purchasing i i i i Approved for Payment Yellow - Finance Pink - Department