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