HomeMy WebLinkAboutM-89-03441
Bid No. 88-89-080
ADVERTISEMENT FOR BIDS
Sealed bids for construction of DOWNTOWN HIGHWAY IMPROVEMENT PHASE II; BID "A",
B- 4521 will be received by the City Manager and the City Clerk of the City of
Miami, Florida at 11:00 a.m. on the 13th day of April, 1989, at the City
Commission Chambers 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.
The project consists of the construction of approximately 0.3 mile of street in
the area of N.W. 1 Avenue between N.W. I Street and H.H. 5 Street. Construction
will include the following: clearing & grading, construction of asphaltic
pavement, concrete curbs and gutters, concrete sidewalks, storm sewer facilities
and landscaping. Bidders will furnish perforvance and bid bonds in accordance
with Resolutions No. 86-963 and No. 87-915. For clarification of technical issues
as presented in the documents and specifications, please contact Leonard Helmers,
P.E., at (305)579-6865. Prospective biters will be mqufred to submit, with
their bid, a copy of the appropriate Certificate of Cospetency, 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 originals. Plans and specifications may be obtained from the office
of a rec or of Public Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida,
33128, on or after March 23, 1989. 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. There will be a $20 deposit required for
the first set of p ai ns and specifications. Additional sets may be purchased for a
fee of $20 per set and this is not refundable. Deposits will be refunded only
upon the return of one set of plans and specifications to the Department of Public
Works, unmarked and in good condition within two (2) weeks after the opening of
the bids.
Prospective bidders will be required to submit with their bid a copy of the
appropriate Certificate of Competency as required by Dade County, which authorizes
the bidder to perform the proposed work.
Bidders are alerted to the provisions of Ordinance Pao. 10062 regarding allocation
of contracts to minority vendors. This has been designated a mir amity set -aside
construction project. Bidding will be restricted to City of lilt=nf certified
majority (51%) hispanic. black-, Or um'z' n-e ,mad cor� 'r atfans and joint Ventures.
This certification process must be co pleted prior to the Aff'irr,,ative Action Plan,
as defined in said Ordinance, and as required in the Instructions to Bidders.
The Cite of Piiarfl has adopted Ordinance Eio.. 10032, which Ule Tirst
Source Eiir`irrt� t$ I"G 111`f�f�a" TEre Object of tEsis or"(iirii�r�ce is to far r4°ids c.; lrye r i
opportunities to City of E iariiii residents On contracts resulting ifi ldira crOrItion of
new permanent jobs. Contractors may be eligible for ulage roir°,bur sew° rat under this
prograiu. For further information contact the Departxt-ent of Public Edorks, 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 cork on time. The City
Commission reserves the right to waive any informality in any bid, and the City
Manager may reject any or all bids, and readvertise (8-4521, Req. 6632).
Cesar H. Odio
City Manager
Awn o f'l
88 - 34r „