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