Loading...
HomeMy WebLinkAboutR-77-0665• 1 — RESOLUTION 'NO, Allq8SOLUTION ACCEPTING THE BID OF CUYAHOGA WRECKING ORPORATION IN THE AMOUNT OF $76,700 FOR INCINERATOR 410,1 - SALVAGE & DEMOLITION (PHASE II)(2ND BIDDING); ALLOCATING THE AMOUNT OF $76,700 FROM THE ACCOUNT ENTITLED "POLLUTION CONTROL & INCINERATOR FACILITIES BOND FUND" TO COVER THE CONTRACT COST; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $8,47 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $1,534 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM, 77-665 WHEREATealed bids were received May 31, 1977 for INCINERATOR NO, 1 = SALVAGE & DEMOLITION (PHASE II) (2ND BIDDING); .and WHEREAS, the City Manager reports that the $76,700 bid 01 Cuyahoga Wrecking Corporation is the lowest responsible bid and recommends that a Contract be awarded to said firm; and WHEREAS, funds are available for allocation from the account entitled "Pollution Control & Incinerator Facilities Bond Fund" for the proposed amount of the Contract, for Project Expense, and for such items as Advertising, Testing Laboratories, Postage; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. That the May 31, 1977 bid of Cuyahoga Wrecking Corporation in the proposed amount of $76,700 for the project entitled INCINERATOR NO. 1 - SALVAGE & DEMOLITION (PHASE IT) (2ND BIDDING), namely Base Bid of Proposal, based on lump sum bid be, and the same is hereby, accepted at the price stated therein. Section 2. That the amount of $76,700 be, and it is hereby, allocated from the account entitled "Pollution Control & Incinerator Facilities Bond Fund" to cover the proposed cost of the Contract. Section 3, That, the amount of $8,4 37 be, and it is hereby, allocated from the aforesaid account to cover the cost of Project Expense which includes engineering, surveys and inspection work performed by City Forces. "DOCUMENI- INDEX i ITEM \L. CITY COMMISSION MEETING OF JUL 2 8 1977 RESOI.UTION tPc7 7 - 6 § REmARKs: 5 1 1 RESOLUTION NO.. 7746 A RESOLUTION ACCEPTING THE BID OF CUYAHOGA WRECKING tORPORATION IN THE AMOUNT OF $76)700 FOR INCINERATOR N0.1 - SALVAGE & DEMOLITION (PHASE II)(2ND BIDDING); ,HH ALLOCATING THE AMOUNT OF $76,700 FROM THE ACCOUNT ENTITLED "POLLUTION CONTROL & INCINERATOR FACILITIES BOND FUND" TO COVER THE CONTRACT COST; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $8,437 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $1,534 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING) TESTING LABORATORIES, POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS) INCINERATOR NO. 1 .and WHEREAS) Cuyahoga Wrecking recommends that a WHEREAS, sealed bids were received May 31, 1977 for SALVAGE & DEMOLITION (PHASE II) (2ND BIDDING)l'H', the City Manager reports that the $76,700 bid of Corporation is the lowest responsible bid and Contract be awarded to said firm; and funds are available for allocation from the,'•'. account entitled "Pollution Control & Incinerator Facilities Bond Fund" for the proposed amount of the Contract, for Project Expense, and for such items as Advertising, Testing Laboratories, Postage; NOW, THEREFORE, BE IT RESOLVED By THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. That the May 31, 1977 bid of Cuyahoga Wrecking Corporation in the proposed amount of $76,700 for the project entitled INCINERATOR NO. 1 - SALVAGE & DEMOLITION (PHASE II) (2ND BIDDING), namely Base Bid of Proposal, based on lump sum bid be, and the same is hereby, accepted at the price stated therein. Section 2. That the amount of $76,700 be, and it is hereby, allocated from the account entitled "Pollution Control & Incinerator Facilities Bond Fund" to cover the pronosed cost of the Contract, Section 3. That the amount of $8,437 be, and it is hereby, allocated from the aforesaid account to cover the cost of Project Expense which includes engineering, surveys Performed by City Forces, and inspection work "DOC"up.17Nr ,'.:7." IT r r,i INDEX CITY COMMISSION MEETING OF JUL 2 C 1977 mounioN /7 7 7 - 6 REwms: 5 Section 4, That the amount of $1)534 be) and it is hereby) ailOoated from the aforesaid account to cover the cost of such items as Advertising) Testing Laboratories; Postage, Section 5. That the City Manager is hereby authorized to enter into a Contract on behalf of The City of Miami with Cuyahoga Wrecking Corporation for INCINERATOR NO. 1 — SALVAGE & DEMOLITION (PHASE II) (2ND BIDDING). PASSED AND ADOPTED this 28 day of JUL-Y ATTEST: 42;0416 ri,y Clerk PREPARED AND APPROVED BY Assistant City Attorney APPROVE S TO FORILI AND CORRECTNESS: City ttorney MAURICE A. FERRE MA Y O R 1977. .5 9 10 Joseph Re Crassie City Manager William E. Parkes Acting Director Department of Public Work i� • it 1 . L jUL;;i 283 1977 2715 INCINERATOR NO. 1 - SALVAGE & DEMOLITION (PHASE II) (2ND BIDDING) i Resolution Awarding Contract and Allocating Funds Bids Were received May 31, 1977 for the demolition and removal of: 2 cranes and cabs, 6 furnaces, 6 combustion chambers, 4 boilers, 2 spray chambers and other miscellaneous material from the interior of Incinerator No. 1, located at 1950 N.W. 12 Avenue. As reflected in the Tabulation of Bids, the $ r 6, 700 bid of Cuyahoga Wrecking Corporation is the lowest responsible bid for Base Bid of the Pz'onosal, based en lump sum bid. THE DEPARTMENT OF ?UBLIC WORKS AND THE CITY MANAGER RECOMMENDS ADOPTION OF THE RESOLUTION AWARDING THE BID RECEIVED MAY ?1, 1977 OF CUYAHOGA WRECi:ING CORPORATION TN THE PROPOSED AMOUNT, OF 7 , t 00 ; ALLOCATING '' THE AMOUNT OF , 0 FRGi'i THE ACCOUNT ENTITLED �}�r6 L�Ct1ll.i�t 1�y •,Tf"1 �''` i 141 � `. i.� r,v T� FACILITIES it'+T"G� BOND FUND" TO COVER "POLLUTION CONTROL & INCINERATOR . t iL. .:1ES THE CON'�Tj',..:;T CO.,T; ALLOCATING ;'ROM its D ACCOUNT THE AMOUNT OF 1 $8 !}3 , TO COVER THE COST OF PRo,TECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $1,5?? TO COVERTHE COST OF SUCH ITE'�I AS T, ADVERIN • T;, -.T1:, LABORATORIES, POSTAGE; AND AUTHORI:INO THE CITY MANAGER ENTER CONTRACT IN BEHALF OF THE CITY OF MIAMIFOR _ NCIUERATORNO. 1 - SALVAGE & DEMOLITION') (PHASE II) '(2ND BIDDING. 71EP:EAE: fs b AWAIID .FACT wSI ET Fer The City Maha el' J ;� t AM INCINERATOR NO, 1 - SALVAnt & DEMota 't°1 ASE II) �,_r _ -- -- (2NdD BIDDING) PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER Ci y.ahoka' WW reking' Cbrp._ The demolition and removal oft 2 cranes and cabs, 6 furnaces 6 combustion chambers 4 boilers, 2 Spray chambers and other miscellaneous material from the interior of Incinerator Noel. $10G,Goo AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS Form PW #389 6/76.; $76, 700'.00 45 calendar days Pollution Contr. o 1. „Boil 111111111111 111111111111 TABULATION ,'o,P NC'./ - / L l -�A r INC/• City Manager, omomme C, ty Clerk Received by the - OF BIDS t A L t t M� m�, Florida at Cot c a FOR ;- Li,� -•• �, { (,./(--,zi /%%}}} B1_ L��L 1- J - ! :,,, G P. M. _L r D 4,1),!. B dder L U iliZE44 14Y.L2/ : J ..: J` 1S_P/(E f ,; _ yr, r~ /Leb), : ��1, I y`. Licensed go Insured as Per City Code S Metro Ord t 5 B.c Bond Amount _ _ 4 Irregulot o t o es ��.1 sod--- `� Item 1 Umt DESCP;PT,ON N:. I Face Total Unit Totol Pro r. Unt Tor Froze Unit Tory Pace ;n r Tata! Pnc► Unit Toroi 0r:ce- i 1 4r {iir,2JS4/mil o 4// l4/ i_ lfI%',!>Ler!� %5 Z,Ic� P.�c!li_�i1L1,t' t d 14 r dr'i F i1il.il One/ / C•1),•, 1'‘!l1 1 ( r3Ili/VT f • /`' l "i5'_ (cir' / f /e'it. C o fi 4 ,7' ,1 ` V_ + C.;:n . • C' •....-'7: 1, .�tx'ctr.� T 1 IPREGULARITIES LEGENC ' IT IS RECOMMENDED 0 /%.12 / Tq Coil TLC e'._. //7---zlh LHAT f-e !-z,� Gf. ycIl hop - - 14,07 D(STRtBUT,JNc A - No Power. of- Attcrney B - No Aff dog t as to Capitol S,rclvs of Bano n^ Company C - Corrected Extens,ons D - Proposal Unsigned or ,mproperly S gn.d or No Corporate Seal £_ G _Improper Bid Bond H - CBid _ -— _. Q jr fhc Z11 �_/ -1s.�a, --rc_c£5r<-.-•y ' b-e a id-r cl eLsz . __La_ ._C L C f„{t2Y1CL)� — --__--_- El I' D,F_�//:....._ •> l ' ---- —.— --- - - - &7 -77-?5 f _..:..-, ja j � f 7 0 C,orrected --- BID SECURITY ITEM Incineration No. 1 - Salvage i DPmn1 ition DATE BIDS RECEIVED (PHASE II) - 1977 (Second Bidding)Bid No.76-77-75) Public Works, Ext. 6856 - Joe Harris May 31, 1977 BIDDER TYPE Or SECURITY AMOUNT F OR ACCOUNTING USE Cuyahoga Wrecking Corporation 1790 Service Road Opa Locka, Florida 33054 L•c• Peoples Liberty Natl. Bk.of N. Miami - #3354 Total - __R7,7no_On Item 1 - $75,700.00 Item 2 - $ 1,000.00 $3,835.00 Hercules Wrecking Company 1715 S.W. 97t- Place Miami, Florida C.C. - ChaseAssoc Federal iov} g�---1 $4,825.00 & Loan ssoc.,Miami,- - no Item 1 - $93,677.00 Item 2 - $ 1,000.00 J ABC DEMOLITION CORPORATION 14301 Biscayne Boulevard North Miami, Florida 33161 Total - Item 1 - Item 2 - $138,444.00 $137,444.00 $ 1,000.00 rf 4 Received the o pve des t rI ed checks this "'1 day of &A/VC p FOR ACCOUNTING DIVISION 19 cm OF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS L \9 DEPTIDIV ini^Y�fl4r�li ,(,.I^ ACCOUNT CODE u 1 Q BID NO. i= ••• of PREPARED BY J. “arr, PHONE__ DATE f-: / r f 1" — CODE ITEM DESCRIPTION (Ti? . IT) 1977 . (Seconr.I. B1,5ciinJ TOTAL ESTIMATED COST : CONTRACTUAL: S , ... . 11 INCIDENTAL : 1 . 5 TOTAL • UNIT AMT. PRtCE APPROVE BY : QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS BIDS TO BE SECURED FOR J.e72i.1.0 .t r2IO i (?TiA i, .77 — 19 77 ... (SECO►, I � - -,z•?;: } FOR THE DEPARTMENT OF: ADVERTISE ON Y 1 +:, 7 7 BIDS TO BE RECEIVED ON May 1977 DIRECTOR OF ISSUING DEPARTMENT SOURCE OF FUNDS: --{' a=-4.;_ - 1_ rr#= 'A1 ;r-=ri f?i +�� iz+ri�3(' �+iP � i': se�:� ,Orly =, To bp /illyd in by EXPENDITURE CONTROL: PROJECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED_.___._.__ AD 000E". 1?:i• f.f'C GT FXPENCITURE1 •NTRCLLER COPIES TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure (:uutral — Issuing Department — Other Affected Department WHITE GREEN FINK CANARY BLUE GOLDENROD GPM NO. 1043 -REV. 74 _,•.tea.,-3 a4 yy:= Bid No, 76,-77x75 ADVERTISEMENT FOR RIDS Sealed bids for "INCINERATOR NO, 1 SALVAGE AND IAMOLITION (PHASE II) - 1977 (SECOND BIDDING)" will be re., cei.ved by the City Manager and the City Clerk of The City of Miami, Florida, not later than 2:00 P,M._on_the_31st day of May 1977, in the City Clerk's (5ffi ce, First F1o6r—of-Effie aniT-Ci€y Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133 at which time and place they willbe publicly opened and read. The project consists of the demolition and removal at the City's incinerator No.1 (N.W. 12 Avenue and 20 Street) of: Two cranes and cabs along with their rails Six furnaces, including hoppers and ash dumps Six combustion chambers Four toilers Two spray chambers And other miscellaneous piping and equipment All demolition is on the interior of the building, All bids shallbe submitted in accordance with the Instructions to Bidders and Specifications. Plans artd Spec- ifications may be obtained from the Office of the Director, Department of Public Works, , 3332 Pan American Drive, Miami, Florida. Flans 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 Specifica- tions contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the r1':ht to waive any informality in any bid, and the City Manager may reject any or all bids, and re -advertise. ,Joseph I. Grassie City Manager BID SECURITY ITEM INCINERATOR NO. 1- SALVAGE & DEMOLITION- (PHASE II) B-2715 Public Works Dept. - Ext. 6856 BIDDER Cuyahoga Wrecking Corporation 1790 Service Rd. (P.O.Box 65) Opa Locka, Florida 33054 DATE BIDS RECEIVED March 18, 1977 TYPE OF SECURITY AMOUNT Base Bid -- $67,20.0.00 Item #1 -- $66,200.00 Item #2 -- $ 1,000.00 Bank Money Order #678569 Hercules Wrecking Company Not.Inc. (Chase Federal Say. & Loan Assbc.) Amount $5,500.00 Base Bid-- $107,000.00 Item #1 -- $1nh,nO0 00 ABC Demolition Corp. 14301 Biscayne Blvd., N. Miami, Florida 33161 R & N Construction Co.,Inc. 9901 N.W. 80 Ave. Bay-0 Hialeah Gardens, Fla. 33016 Item #2 -- $ 1,000.00 Base Bid -- $148,_4a4 00 Item 41 $147.444.00 Item #2 -- $ 1,000.00 Item #1 $154,500.00 Item #2 Received the above described checks this 1 / day of R ACCOUNTING DIVISION FOP ACCOUNTING USE r 19 77 mi • ya RAtIP}t 5TEI14 ' ,'n • �I �„• .ti .:• ' ,,;1; f+',� s. • ' 1 ce} 210 1-1:1 i"t ^a. a.• • • Ili nryi 6Stha911' F1,.L. 1 ntIf S » 11:14, !Ily }`,11I1 I l I! t �l i,:l }ila 1.t. ;/ 1 I•'.. V {�. r l') ^ ! 11 IIN! III 11111111 , e 1. i. �;. 1 .IIII.11N1 -} r/mcnorr 21: t'7 10,11 2,1,00` :14 20 1 CITY OF MIAMI, FLORIDA REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT ADVERTISEMENT FOR BIDS REQUIREMENTS root MONTHS Public t>idiitO o f .: 4 DEPTIDIV 11) ACCOUNT CODE Index i1i0 ("r B 76-77_47 DATE 2.1/-/I Q BID NO. c" PREPARED BY Jd3 Harris PHONE 6856 Z ITEM DESCRIPTION .iNCIN:'.BATO,jL 40s �.Mr SALVAGE t4ato ITI0.3 (PHASE II) ".�..__..�...� TOTAL ESTIMATED COST : CONTRACTUAL: TOTAL 3-2715 $ 150,000 16,500 $ 3,000 $ 169, 0L QUANTITY AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT BIDS TO BE SECURED FOR INCINERATOR NO. 1 - SALVAGE DEHOLIT'IID - (PHASE II) FOR THE DEPARTMENT OF: Public Works ADVERTISE ON a Iarc12 , 1977 BIDS TO BE RECEIVED ON iwrch 18, 1977 UNIT PRICE AMOUNT APPROVED BY DIRECTOR OF ISSUING DEPARTMENT SOURCE OF FUNDS: Pollution Control & Incinerator facilities Bond Fund To b.• fillf•d in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE AD CODE it 3 y0%%$ COPIES TO; Purchasing (O►g.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD FORM NO. 1043-REV. 74 Bid No, i -7 7_-L7 Ai)VF,t TI ik'.t'tu FOR BIDS 'Sealed bids for c"INCIiiERATDR n0 1. - SAL.VALIE A db D MOLt'''ION in Ii) = 1917" Will be b;,; `,, .. City ManaL,or and the '.tit;/ Clerk of The City of Miami., Florida, not later than 2:00 P.M. di. the ivt,h �� day of March, ly t r 77 ) the in City Glerk`s Office, First Vloar of the Miar^.i. City Hall, 35710 Pan American Drive, Dinner Key, Miami, Florida 33133 at which and place they will be publicly t.:�'_ ied and rDad. The pr:3ject cons,tsof the demolition and rea _oval at the C:". xtyts incineratorNo.1- ri.v{W. 12 Avenue and 20 Street) of: i ,:D cranes ; and cabs al, n with their rails Six furnaces, a( Ys, ':..c, _ . i.i` r. , , ,.. ?.. ash d'.l:i!C,tE, 1 - -tio.i chambers S i Y C� r7ti� Li: chambers boilers T;c spry cha iirs And other i;tisr+._, j i ?r,_ .,'.:' - ^i n .'' and equipment All d...1,`t101 i_. ^,^��. `r.,,«�,, of the bi31�.i.n c All bids shall be submitted in accorc:r.r'c: with the Instruc- tions CSpecifications. Plans and Specifications may .eons to Bidder. and ap t.� r be obtained the Office of the Director, ti'partment of public Works, i ;. Priri ;:mer'Ica 1 �II'�'.' !_� ii,"i, Florida. Plans and spe�:- '� ot'ts are be i' �•'- me is600d anci unraar - d within -V days after bids hav c-_en received. Proposal includes the time of performance and Specifications contain provisions for liquidate damages for failure to complete the work on time. The City Commission reserves the right to waive any inform- ality in any bid, and the City :anagrer may reject any or all bids, and re -advertise. Joseph R. Grassie City Manager I