HomeMy WebLinkAboutM-91-0124Bid NO. 90-91-058
ADVERTISEMENT FON BIDS
Sealed bids for "LAWRENCE WATERWAY HIGHWAY IMPROVEMENT, 11-4536", and "LAWRENCE
WATERWAY RETROFITTING, B-5542" Will be received by the City Commission of the
City of Miami, Florida at 1100 A.M. on the 14th day of February, 1991, at the
City Clerk's office first floor of the Miami City Hail, 3500 Pan American
Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be
publicly opened and read.
The project consists of the construction of approximately 0.30 miles of
streets in the area of N.W. 17 Place and N.W. 18 Avenue between N.W. 7 Street
and N.W. 9 Street under B-4536. Construction will include the following:
clearing & grading, construction of asphaltic pavement, concrete curbs and
gutters, concrete pavement, brick pavers, storm sewer facilities and
landscaping. Under B-5542, construction will consist of retrofitting an
existing storm sewer system in the area of N.W. 2 Street and N.W. 6 Street
between N.W. 14 Avenue and N.W. 17 Avenue. Bidders will furnish bid bonds in
accordance with Resolutions No. 86-963 and no. 87-915. For technical
questions regarding plans and specifications, please contact Richard Blount,
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, 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 on Plans and specifications msy be obtained
from the office of the Director of Public Works, 275 N.W. 2 street, 3rd floor,
Miami, Florida, 33128, ' on or after January 17, 1991. 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 to check for $8. There will
be a $20 deposit required for the first o plans and specifications.
Additional sets may be purchased for a of $20 per set and this is not
refundable. Deposits will be refunded only upon the return of one set of
plans and specifications to the Department of Public Works, unmarked and in
good condition within two (2) weeks after the opening of the bids:
Bidders are alerted to the provisions of Ordinance No. 10538 regarding
allocation of contracts to minority vendors. The City will expect prospective
bidders to submit an Affirmative Action Plan, as defined in said Ordinance, as
required in the instructions to Bidders.
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 tocomplete the work on time.
The City Commission reserves the right to waive any informality in any bid,
and the City Manager my reject any or all bids, and readvertise : (B-4536,! B-
5542 Reg. 5623).
Cesar H. Odio
City Manager
go
a
�a
{ '