Loading...
HomeMy WebLinkAboutR-80-0556RESOLUTION 110. 8 0- 5 5 6 A RESOLUTION ACCEPi'ING THE BID OF CUYAHOGA WRECKING CORPORATION IN THE PROPOSED AMOUNT OF $31,000, BASE BID OF THE PROPOSAL, FOR BUTLER BUILDI14G - DEItIOLITION AND RELOCATION; WITH MONIES THEREFOR ALLOCATED FROM THE "CTT'% JF MIAMI/UNIVERSITY OF MIAMI - JAME L. KNIGHT INTERNATIONAL CENTER PARKING RAMP CAPITAL PROJECT FUND" III THE AMOUNT OF $31,000 TO COVER THE CONTRACT COST; ALLOCA'� ING FROM SAID FUND THE AI6OUNT OF $3,1110 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $620 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING; LABORATORIES, AND POSTAGE; ALLOCATING FROM SAID FU14D THE AMOUNT 01" t1,215 TO COVER THE INDIRECT oe- ` ��� COST; ANDAUTHORI� IIdG THE CITY MANAGER TO EXECUTE A CONTRACT WTTH SAID FIRM WHERI::AS, sealed bids were received May "7, 1980 for B1JTLER BUTLDING - DEMOLITIOIv AND RELOCATION; and WHEREAS, the Cit.;✓ reports that the $31,000 bid of Cuyahor'a Wrtl�ckinr Corporation, for base bid of the proposal , is the love; t: responsihl(? bid and recommends that, a contract he awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 9019, as amended, was adopted on November 8, 1979, and monies are available for the proposed amount of the contract, project expense, incidentals, and indirect cost from the account entitled "City of Miami/University of '41ami - James L. KniErht International Center Parking Ramp Capital Project Fund", as set forth under Section IX, Item B-1, of said ordinance; NOW, THEREFORE, BlE IT RESOLVED BY THE COMMISSION "DOCUMEENT INDEX GAF THE' CITY OF M1I AI1I, FLORIDA: ITEM 140. � 91 -ectiorn 1. '.he 1.1ay '7, 1980 bid of Cuyahoga Wrt�ekini Corporation in the proposed amount of $31,000 for the project. entitled BUTLER BUILDING - DEGIOLITION AIII) RELOCA71014, for they base bid of the proposal, based Ori 'i lumt, -.um {,ric�_�, i.,, hereby acce_•pted at the price 7tattel therein to cover the cost of said contra CITY COMMISSION MEETING OF J U l 3 1 1980 REM710N 80...... 5 REMARKS.......... ................... Section 2. The amount. of $31,000 is hereby allocated from the account entitled "City of Miami/ University of Miami - Jamr�s L. Knirht International Center Parklm Ramp Capital Project Fund" to cover the cast, of said contract. Section 3. `lie additional amount of $3,410 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. "he a1ditional amount of $6L'O is hereby allocated from the aforesaid fund to cover the cost of such incidental items as advertisin;-, testing; laboratories, and postaj^e. Section 5. The additional amount of $1,15 Is hereby allocated from the aforesaid fund to cover the Indirect cost. Section 6. The City Manafrer is hereby authorized to enter into a contract on behalf of The City of Miami with Cu,yaho:�a Wrecking Corporation for BUTLER BUILDING - DEMOLITION AND RELOCATION, base bid of the proposal. PASSED AND ADOPTED this 24 day of July , 1980. DIAURICE A. FERRE M A Y 0 R AT TI.S 17, 1 . Cit, Clcrl< PRFPARFD AND APPROVED BY: Assistant City Attorney APPROVED AS Ti) FoRM AND CORRECTNESS: City ACt.orhey go-556 BID SECURITY ITSM Butler Building Demolition 6 Relocation DATE BIOS NICIMED _ May 21, 1980- 79-80-71 Public Works Receiver gho #vvr resviksd cheeks this 27th rey of Mav 2& - e!/. &,L-y-4 ✓•..— ION ACCOUNTING DIVISION MY OF MIAMI, OtCftA REQUISITION FOR ADVERTISEMENT FOR BEDS t I.. L) t 4 iL lllll;j�l kc—v DEPT DIV r'f. CIA, DATE DATE DATE DATE DATE OAn ACCOUNT CODE BID NO. DATE z PREPARED BY PHONE M-6-- AMOUNT AMOUNT AMOUNT Ou"T vully COCE QUANTITY UNIT PRICE AMT. BIDS TO BE SECURED FOR ITEM DESCRIPTION FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON TOTAL I 1 1— -1 0 i ESTIMATED COST; APPROVED BY: CONTRACTUAL: S INCIDENTAL: $ DIRECTOR OF ISSUING DEPARTMENf TOTAL SOURCE OF FUNDS: lo lit ft1h d in bs EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED--._- tv)(FE41DITURE CONT'kOLLIER PROJECT CODE AD CODE (.00IMS 10: Purchasing (Org.) — City mAv)agvr City (let* —!`xpepiditure C(marfil — lsssdng DtPartmml — 08ber A//ectedDepdramew FURM41) 1643 REV 74 WHITE GREEN PINK LANAHY BLUE GCLDENROD Bid No. 7940-71 ADVERTISEMENT FOR BIDS Sealed bids for BUTLER BUILDING - DEMOLITION AND RELOCATION will be received by the City Manager and the City Clerk of The City of Miami, Florida not later than 2:00 p.m. on the 27th day of May, 1980 in 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. The project consists of the demolition and removal of the one-story CBS building located at 126 S. E. Second Street, as well as the two-story porch and two-story rear addition at 134 S. E. Second Street; also, the relocation of the wood frame building at 134 S. E. Second Street to a location at 90 S. E. Fourth Street (Fort Dallas Park site). All bids shall be submitted in accordance with the Instruc- tions to Bidders and specifications. Plans and specifica- tions may be obtained from the office of the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good condition and unmarked within 30 days after bids have been received. 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. Joseph R. Grassie City Manager M /E JS f �iLLOW I f' Bid No. 79-80-71 ADVERTISEMENT FOR BIDS Sealed bids for BUTLER BUILDIN - DEMOLITION AND RELOCATION will be received b`y the -C�ty_ Manager a'nd the �i-ty Cher-Tc off" The City of Miami, Florida not later than 2:00 p.m. on the 27th day of _May, 1980 in the City Clerk's office, first moor oo Miami City Ha , 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 demolition and removal of the one-story CBS building located at 126 S. E. Second Street, as well as the two-story porch and two-story rear addition at 134 S. E. Second Street; also, the relocation of the wood frame building at 134 S. E. Second Street to a location at 90 S. E. Fourth Street (Fort Dallas Park site). All bids shall be submitted in accordance with the Instruc- tions to Bidders and specifications. Plans and specifica- tions may be obtained from the office of the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good condition and unmarked within 30 days after bids have been received. 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. Joseph R. Grassie City Manager c ::l c 37. Joseph R. Grassie City Manager Donald W. Cather ector of ubl4c Works May 29, 1980 B-2797 BUTLER BUILDING - DEMOLITION A14D RELOCATION) - Resolution Awarding Contract (For Commission Meeting of July 24, 1980) The Department of Public Works recommends adoption of the resolution accepting; the bid received May 27, 1980 of Cuyahoga Wrecking Corporation in the amount of $31,000; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for BUTLER BUILDING - DEMOLITION AND RELOCATION. Bids were received May 2.7, 1980 for the demolition and 7 removal of the one-story CBS building located at 126 S.E. Second Street, as well as the two-story porch and two- story rear addition at 134 S. E. Second Street; also, the relocation of the wood frame building at 134 S. E. Second Street to a location at 90 S. E. Fourth Street. As reflected in the tabulation of bids, the $31,000 bid Is the lowest responsible bid for the'base bid of the proposal. Funds have bt?,�n allocate(I from the "City of Miami/Ilniversity of 1-liani - James L. Knight. International Center Parking Ramp Capital Project Fund" for the estimated amount of the contract, for .project expense, for such items as advertising, t�stinT laboratories, pe ta�7e, and for indirect cost. JAH:hc Resolution attached so-5s6 / BID AWARD FACT SHEET For The City Manager B-2797 PROJECT NAME AND LOCATION Butler Building - Demolition and Relocation 126 & 134 S. E. 2nd Street PROJECT SCOPE The demolition of the building at 126 S.E. 2 Street. The demolition of portions of the building at 13 S.E. 2 Street and relocation of the remaining portions of this building to 90 S.E. 4 Street. ES T I:•IATED CONSTRUCTION COST $31,500.00 DATE BIDS May 27, 1980 NMBER OF BIAS REC"—T_Vr—':� one OF LOW BIJD:.R Cuyahoga Wrecking Corp. Ts: UNT OF $31,000.00 `I'0'::-.L FUNDS, :O LE ALLOCATL'D LENGTH OF TEST; ALLowED FOR CO:;STRUCTIO'l $36,245.00 30 working days SOURCE. Or rLfI13 The City Of Miami / University Of Miami James L. Knight International Center Parking Ramp Capital Project Fund. Form PW a#389 1/79 BUTLER BUILDING- DEMOLITION AND RELOCATION JOB NO. B- 2797 CONTRACTOR'S FACT SHEET I. Cuyahoga Wrecking Corporation 1790 Service Road Opa Locka, Florida 33161 Phone: 685-5711 II. Principals: M. Schwab, President Richard Mallard, Vice President Samuel Runfola, Secretary III. Contractor is property licensed and insured. • IV. Subcontractors: None required at this time. V. Experience: Since 1897 Administration Building - Bldg. Demolition $39,200. Incinerator No. I - Salvage & Demolition (ph.II) $76,700. VI. Not a minority contractor VII. 61 Advertisements mailed out by Regular Mail 4 Contractors picked up Plans and Specifications 1 Contractor submitted bid TABULATION OF BIDS FOR Ll City Manager, City Clerk r'i i P. M. 27 r• cityof Miami, Received by the ..»T C+•uo%>'�e. r• Florida of -r ram• .. � rn- Bidder �i . -- Licensed 6 Insured as Per City Code S Metro Ord. -- Bid Bond Amount - _ Irrepulor.tes —_ Unit Unit Unit Unit Total Total Unit Unit Total Total Pace Price Item DESCRIPTION JTotal Price Price Total Price Price No. — .� , f i- ' � .>✓ f ,c. r i1 6 S 7S I � i i IRREGULARITIES LEGEND A - He Povw. of - Attorney B - C - Corrected Extensions D - Proposal Unsigned or improperly S%gned or No Corporate Seel O E- 1 F - (� G - Itmproper Bid Bond M - Corrected Bid I- Prep. By: 6• •� 0 1 s DISTRIBUTION: ----------------- IT 1S RECOMME:NOED THA Q Co �a �� - �3 nnn. et o tA4 ,.e -- � BID 1`q0 �M� ,Otl ts0. _719I • i ur N E