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