Loading...
HomeMy WebLinkAboutR-89-0886J-89-839 9/27/89 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF SIGMA CONSTRUCTION & ENGINEERING CORP. IN THE PROPOSED AMOUNT OF $134,961.00, BASE BID PLUS ADDITIVE ITEM A OF THE PROPOSAL, FOR DEMOLITION OF FORMER INCINERATOR NO. 1, WITH MONIES THEREFOR ALLOCATED FROM THE 1989 CAPITAL IMPROVEMENT ORDINANCE NO. 10521, PROJECT NO. 31101.8 IN THE AMOUNT OF $134,961.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received August 17, 1989 for DEMOLITION OF FORMER INCINERATOR NO. 1; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Sigma Construction & Engineering Corp. be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1989 Capital Improvement Ordinance No. 10521, was adopted on November 17, 1988, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 311018 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The August 17, 1989, bid of Sigma Construction & Engineering Corp., in the proposed amount of $134,961.00, for the project entitled Demolition of Former Incinerator No. 1, for the base bid plus Additive Item A, of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $134,961.00 is hereby allocated from the 1989 Capital Improvement Ordinance No. 10521, Project No. 311018 to cover the cost of said contract. 16 is 4, Section 3. The City Manager is hereby authorized to enter into a contracts on behalf of the City of Miami with Sigma Construction & Engineering Corp., for Demolition of Former Incinerator No. 1, base bid plus Additive Item A of the proposal. Section 4. This resolution sha11 become effective immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 12th day of October , 1989. Z, MAYOR r ' SUBMITTED BY: ., DIRECTOR OF PUBLIC WORKS CAPITAL PROJECT: FFt'R !OFDRT-G APPROVED AS TO FORM AND CORRECTNESS: A, -n�- \ CITY ATTORN Y 1� The herein authorization is further subject _ to compliance with all requirements that may be imposed by the City Attorney as prescribed by applicable City Charter and Code provisions. 'BID SECURITY LIST SID► ITEM: Demolition of Former Incinerator No. 1 DID NO: 88-89-145 DATE BIDS RECEIVED: August 17, 1989 11: 0 0 a . rn . BIDDER TOTAL BID AMOUNT BID BOND (or) h %' CASHIER'S CHECK Sigma Const. & Engr. Corp $124,989.00 BB Voucher Cuyahoga Wrecking Corp $183,000.00 $15,000.00 BB Juelle, Inc $196,940.00 None JR Builders, Inc. $198,745.00 BB Voucher (one copy) Tree Masters, Inc. $199,344.00 BB Voucher RECEIVED e. (S ) envelopes on behalf of pul2l i c SIGNED: (City epartment DATE: / 2 Received the hereinabove described checks this day of 119 in connection with the hereinabove cited bids, which were anded to the under-s—igned on behalf oTthe Accounting Division (or) (City Department) SIGNED: DATE: 11 BID SECURITY LIST BID ITEM: Demolition of Former Incinerator No. 1 BID NO: 88-89-145 DATE BIDS RECEIVED: August 17, 1989 11: 0 0 a.m. BIDDER TOTAL BID AMOUNT BID BOND (or) CASHIER'S CHECK Sigma Const. & Engr. Corp $124,989.00 BB Voucher Cuyahoga Wrecking Corp $183,000.00 $15,000.00 BB Juelle, Inc $196,940.00 None JR Builders, Inc. $198,745.00 BB Voucher (one copy) Tree Masters, Inc. $199,344.00 BB Voucher 'RECEIVED (s) envelopes on behalf of 1 9:1 --- w SIGNED: (City epartment DATE: / Received the hereinabove described checks this day of 19 in connection with the hereinabove cited bids, Which were anded to the un rsigne on alf owe Accounting Division (or) SIGNED: (City Department) DATE: 1 Sealed bids for " Bid No. 88-89-145 ADVERTISEMENT FOR BIDS or August, 198EJPat the City TM 1, n Drive, Dinner and place they will be publicly opened INTy of f1 as i , 1- 1 on da lab .00 a.m. on ME Clerks office first floor o Key, Miami, Florida, 33133, at which time and read. The project consists of demolition of the concrete and structural steel former incinerator structure, located at 1950 N.W. 12 Avenue. Bidders will furnish performance 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 Edmund Connor, 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 subunit 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 August 1, 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 plans ns and specificaTfions. Additional sets may be purchased for a fee of $ZU 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. 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. 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 or all bids, and readvertise (B-2972-A Req. 5543). Cesar H. Odio City Manager T1 nipo REQUISITION FOR ADVERT,,IPEMEff This number must appear In the advertisement. 6EPT/DIV. Public Works/construction 5543 -28 140 'N -1.4 Project No. :N/A, Index No. 311601 �7 �,�89 99 5 ACCOUNT CODE -------- --L(-: Ilk DATE July 19, 1989 PHONE 579-6874 8Y: PREPARED BY George Picard DIRECTOR OF ISSUING DEPARTMENT', Publish the attached advertisement once times. (number of times) Type of advertisement: legal X classified display (Check One) August 1, 10,89 -size: Starting date First four words of advertisement: Sealed bids for "Demolition . . . Remarks: Demolition of Former Incinerator No. I (B-2972A) DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LIME PUBLICATION ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 1 F12 E DATE 10BJ PR0,J ECT. LINE TRANS VOUCHER DU INDEX COD YY MM DD Adv. Doc. Reference VENDOR E EG 11 13 1 11718 2534 39 50 51 57 62163 65166 "%T, ,1 1 0 1 21411 1 : JVJPJ I I I I I Ilk Wo A2M--] T] ]J _t_l I -12187 J] - 1 14 718 V P 12113114115 DESCRIPTION 36164 DISCOUNT 69172 2 3 AMOUNT;:1 5 2 ololflohtJ I I I 1 11 1 1 1 1 1 White - Purchasing Yellow - Finance Pink - Department iyment CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: Honorable Mayor and Members of the City Commission FROM 4�)''City esar H. Odi o Manager RECOMMENDATION CA"i I DATE : t, �++' ;� FILE 8 - 2 97 2 SUBJECT Resolution Awarding Contract for DEMOLITION OF FORMER INCINERATOR NO. 1 REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Sigma Construction b Engineering for Demolition of Former Incinerator No. 1, received August 17, 1989 in the amount of S 134,961.00 Base Bid plus Additive Item A; authorizing the City Elanager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $134,961.00 q of Cost Estimate: 61.3T Cost Estimate/Budgeted Amount: $220,000 / $220,000 Source of Funds: 1989 C.I.P. Ordinance "lo, 10621 as amended Minority Representation: 68 invitations mailed contractors picked up plans & specs (4 Hispanic, 1 Black, 0 Female) contractors submitted bids (3 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Sid notice published Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on August 17 and determined that the lowest responsible and responsive bid, in the amount of $134,9+61.00, is from Sigma Construction & Engineering Corp., 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. Resolution attached DEMOLITION OF FORMER INCINERATOR NO. 1 JOB NO. B-2972-A CONTRACTOR'S FACT SHEET 1. Sigma Construction & Engineering Corp. 4420 S.W. 97 Avenue Miami, Florida 33165 Tel: 305/221-0280 2. Principals: i Luis Morejon, President Gilda Morejon, Vice President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1987 ; 6. A Hispanic minority contractor. 7. Project and Scope: The project consist of the demolition, removal of the debris from the site and rough grading. The project is located at 1950 N.W. 12 Avenue. Forty five (45) working days construction time. 8. Funds allocated: Contract: $ 134,961.00 Project Expense 20,244.00 Blueprint 200.00 Advertising: 600.00 Testing: 500.00 �. Postage: 50.00 1' SUB -TOTAL 156,555.00 Indirect Cost 1,785.00 TOTAL. S 15$,340.00 } Prepared by: G. E. Picard i i r ' x TABULATION OF BIOS FOR Received by tM City Commiasio City Manager. City Cierk. City of Misal. Florida at A.M. -DO. 17 Au - 1 94f 9 exam ;am& n C 2MMVXE AS M CITY CODE t METfM ORD. 000 ACCOtW tECULAflIT2�3 ttINDRITY OWNED [T04 NO.'' DESCRIPTION a p t (2 g F U G 1i k. f F� PRICE TOTAL 1 S 3 4 -" UNIT PRICE TOTAL UNIT PRICE TOTAL 40 . oo UNIT TOTAL �, o v . ;� een �noar�: fo S c�a1 I¢eir,S .� /Gaio7�i t�+o%fi�if li l09 98a /SOD 0.0o 4 72. a6 ! 5 D d 0. o a �> ) 1)hU.00 ! nen IRRE%LARITIES LEGEND fA- No P:oatr-of-Attorney a- 0�0 Affidavit as to Capital 6 Surplus of Bonding Company C- corrects Extensions Proposal Unsigned or Improperly Signed or No Corporate Seal E-- tjoraW, Oita ii0nd � ? " 4�otY'sct#d Bid $�•- GO ,,yJ�y THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT A.6S 1'/v n i•r lJir fear Grr ,�tkr�i► 1� ,rfmom 13 J m 5 g e �.-�... •�- 0- 0 -� `.► /per^►j JOB NO. BID N0. SZ 97Z A TABULATION OF,BIDS FOR IV bitpie i j/ .-J I i, -Ov4. 7 is tip coint"i0k i city ii"6, iti 6f 14 -11,11"1. Ck Viii AS PER --CM C em:ACCUM 13, S P— UNIT *ZHORM. UNIT TOTAL PRICE UNIT TOTAL - UNIT TOTAL PRICE PRICE To DESCRIPTION PRICE 1 ... . . . . . . . 2 46 6.00 'Mon 3-745-00 rna/tt� I 7 TIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT TOTAL A- w pv"w--of-#ttGrnvy s_ ft *ffldovlt as to Capitol & Surplus of Sonding Company C- torreeted Cxt§Mi*m unsioned or Improperly Signed or No corporate Seal SA F— a— smpfvw aid sond JOB NO. QD ab sz97ZA BID NO LM Lai