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