Loading...
HomeMy WebLinkAboutR-83-0660J-3?-574 0 RESOLUTION N0.��,—�,Q► A RESOLUTION ACCEPTING THE BID OF R. A. HALPERN, INC. IN THE PROPOSED AMOUNT OF $83,625.00, BASE BID OF THE PROPOSAL, FOR FLAGLER HOUSE - RESTORATION; WITH MONIES THEREFOR ALLOCATED FROM THE "CITY OF MIAMI/ UNIVERSITY OF MIAMI JAMES L. KNIGHT INTERNATIONAL CENTER AND PARKING GARAGE" ACCOUNT IN THE AMOUNT OF $83,625.00 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $8,363.00 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $1,673.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORA- TORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $3,345.00 TO COVER INDIRECT COST; AND AUTHORIZ- ING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received June 23, 1983 for FLAGLER HOUSE - RESTORATION; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from R. A. Halpern, Inc. be accepted as the lowest responsible and responsive bid; WHEREAS, the Capital Improvements Appropriation Ordinance No. 9534, as amended, was adopted on December 9, 1982, 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 Miami James L. Knight International Center and Parking Garage", as set forth under Section X, Item B.1, of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF JUL 18 1983 601 REMARKS. 1v Section 1. The June 23, 1983 bid of R. A. Halpern, Inc., in the proposed amount of $83,625.00, for the project entitled FLAGLER HOUSE - RESTORATION, for the base bid of the proposal, based on lump sum prices, is hereby accepted at the price stated therein. Section 2. The amount of $83,625.00 is hereby allocated from the account entitled "City of Miami/ University of Miami James L. Knight International Center and Parking Garage" to cover the cost of said contract. Section 3. The additional amount of $8,363.00 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $1,673.00 is hereby allocated from the aforesaid fund to cover the cost of such incidental items as advertising, testing laboratories, and postage. Section 5. The additional amount of $3,345.00 is hereby allocated from the aforesaid fund to cover the indirect cost. Section 6. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami with R. A. Halpern, Inc. for FLAGLER HOUSE - RESTORATION, base bid of the proposal. PASSED AND ADOPTED this 18th day of July , 1983. Maurice A. Ferre M A Y 0 R ATTEST: a C3-tf Clerk PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS: Z4e4qwl 1e4e ;2 A &a -,00.ee.44�. Deputy City Attorney City Attorney - 2 - 83 -660, !' rD AvIARD FACT 511 ET or The City i'9an;3s;=�r B-2865 PROJECT `I A.' AND LOC t I"ION Flagler House -Restoration in Ft. Dallas Park S.E. 4 Street & S.E. 1 Avenue PROJECT SCOPE The restoration of an existing frame building along with adding a new front porch and rear stairs. :(.=�T! .':H ruv C��1J i 1Lt 1. TOl1 �v37 DATE 31DS tiE ,EIS D NU?•T3ER OF BIDS RECEIVED NA747 OF LOW 3IDD� R A'?OU:iT OF LOtd AID TCTA L FUNIDS TO BE ALLOCAT D Cc:-: ` _ _ : t . Project E::pense: Incidentals: .d .. .. C'3J u . Total $70,000.00 June 23, 1983 4 R. A. Halpern, Inc. $83,625.00 $83,625.00 8,363.00 1,673.00 3.345.00 $97,006.00 LE:iCT'H CO?;STRU CTI()N 70 working days SOURCE' OF FU:,iD1 City of Miami/University of Miami James L. Knight International Center & Parking Garage Account C.I. Ord. 9534 Sec. X-.B.1 Form PS-1 #38: 1/82 Prepared by: Date: r FLAGLER HOUSE - RESTORATION JOB NO. B-2865 CONTRACTOR'S FACT SHEET I. R. A. Halpern, Inc. 7311 N. E. First Place Miami, FL 33138 Phone: 754-0588 II. Principals: Elliot Galanter, President Richard Halpern, Secretary III. Contractor is properly licensed and insured. IV. Subcontractors: none required at this time. V. Experience: 14 years Chase Federal Savings and Loan $200,000 Bank of America 550,000 VI. Not a minority contractor VII. 15 advertisements mailed out by certified mail 78 advertisements mailed out by regular mail 16 contractors picked up plans and specifications 4 contractors submitted bids June 28, 1983 TABULATION OF BIDS FOR y/�� /� 1�J 1 r.-v r _ F� 6 r r) r^.,,• .-. --+ .t --•-„t t,.�' � F / r City Manager, C-t.T '.Le4- •• F: P. m. t✓rltl Received by the C-::t�-C..�•...•-:'*a*. City Clerk, City of Miami, Florida of .•,• s L) 'i t rry lOr ✓it �n �t alter f, t Bidder Ord. . S' . � . al e, Licensed & Insured as Per Gay Lode 6 Metro --{--/ Bid Bond Amount l , J Innpulaahes U-t Total Unit Price Total Unit Pace Total Unit Total Nem DESCRIPTION Price Total Price Pf1CQ No. t t . IRREGULARITIES LEGEND A - No Power -of. Attorney B _ No Affidavit as to Capital & Surplus of Bonding Company C - Corrected Extensions D - Proposal Unsigned or improperly Signed or No Corporate Seal too E _ LJ F _ G - improper Bid Bend M - Corrected Bid t d_ t_e-a too oa^ 0,60 too ,OD 4r D 3� 0,70 L // r )LY s — Y 60 ` 60" Zoo-- ZOQ . do 2 S4 - Go - 4 - •i ,. 4 & J- D ,D. r �iQ �t Ira - /•/o tcfn 3Oo, .�t7nri �7.nAr1 1t•t7t t- Cr c'tcth • IT IS RECOMMENDED THAT li C' /9✓JTr'��' l h '4" r1�O t K c' t /rlG. __ cvv ;✓ila V a DISTRIBUTION: BID 4 Unit Total Pnce t — 1 0 0 81 -9 CITY OF MIAM1, FLORIOA INj�R.v�FrICE \M&I RANDUNI XZ TO. Howard V. Gary DATE: June 30, 1983 FILE: B-2865 City Manager SUBJECTS FLAGLER HOUSE - RESTORATION - Resolution Awarding Contract ,:ROM, (For Commission Meeting Donald W. Cather REFERENCES: of July 18, 1983) Director �o�f�-7iWorks i ENCLOSURES: The Department of Public Works recommends adoption of the resolution accepting the bid received June 23, 1983 of R. A. Halpern, Inc. in the amount of $83,625.00; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for FLAGLER HOUSE - RESTORATION. Bids were received June 23, 1983 for restoration of an existing frame building, along with adding a new front porch and rear stairs, in Ft. Dallas Park, S. E. 4 Street and S. E. First Avenue. As reflected in the tabulation of bids, the $83,625.00 bid of R. A. Halpern, Inc. is the lowest responsible bid for the base bid of the proposal. Funds have been allocated under the "City of Miami/ University of Miami James L. Knight International Center and Parking Garage" account for the estimated amount of the contract, for project expense, and for such items as advertising, testing laboratories,postage, and indirect cost. Sixteen contractors picked up plans and specifications; four contractors submitted bids. The engineer's estimate was $70,000.00. Resolution attached ( f 0 83-660 r BID SECURITY jT&O Flagler House -Restoration O�T� �10f �ECtttltO June 23, 1983 2:00 P.V. WE OF SECM17T SIOOt� TWAL AYOOM? R.A. Halpern, Inc. 7311 N. E. 1st Place Miami, Florida 33138 $83,625.00 $4,000.00 Cashier's Check #103574 3ymer Construction Corp., Inc. L59 E. Lucy Street Florida City, Fla 33034 $83,672.00 57, BB Lartran Corporation 8578 N. W. 56th Street Miami, Fla 33166 $108,314.00 5% BB Centruly Contracting Co., Inc. 1830 N. E. 163rd Street, Suite A N. Ifiami Beach, Fla 33162 $109,930.00 5% BB 9 ;•s�i,r�1 !►• above! Sfewli•! O&Ods N►1. ii3 00 81 r1 ( - IL:.3.. n ...�, iiii � �OYMTI�t6 Mt1�1RIM j.�' 4� to 0 Ralph Ongie June 29, 1983 B-2865 City Clerk Bid Security Bid No. 82-83-85 Donald W. Cather Di ector 'c Works Bids were received on June 23, 1983, for the Flagler House - Restoration project. The low bidder's Bid Bond was short in the amount of $181.25. The Law Department determined that this is not sufficient cause to reject the bid, but that the City should require the full Bid Bond in the amount of $4,181.25. By copy of this memorandum, I am requesting that the Finance Department return R. A. Halpern's bid security check for p$4,000; a new check for $4,181.25 will accompany this request. Please correct your records to reflect this change. :az cc: Carlos Garcia Bob Clark 5-3-- 6 � Q 13 Bi:i in. 82-83-85 ADVERT TSEMIENT FOR BIDS Sealed bids for FLAGLER HOUSE -RESTORATION will be received by the City Manager and the City Clerk at 2:00 p.m. on the 23rd day of June, 1983 in the City Clerk's Office, first floor of the Miami City Ball, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. This project consists a public park facility to S.E. 4th Street. Work to include: of the construction located adjacent to 1. Demolition 2. New Front Porch 3. New West Facade 4. New & Restored kiindows and Doors 5. New Roof 6. New Metal Stair 7. Now Service Area 8. New Concrete Walk 9. Termite Proofing the Building of the FLAGLER IjVUSE-#SST TION, w the Miami Rivefafk, I nr� ,i1 =� Vt r Plans and specifications for the FLAGLER HOUSE -RESTORATION were prepared by Beilinson-Tinney-Architects-Planners, P.A. For technical questions, telephone Les Beilinson at (305) 442-4147, or Juanita Shearer at (305) 579-6900, City of Miami, Parks Department. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. First set of plans and specifications may be obtained free from the office of the Director, Department of Public Works, 275 N.W. 2 Street (4th floor), Miami, Florida, on or after June 9, 1983. Addition- al sets may be obtained for a $20 deposit each. Deposits will be refunded only upon return of plans and specs, unmarked and in good condition within two (2) weeks after the opening of the bids. Prospective bidders are alerted to the provisions of Ordinance No. 9530 regarding allocation of contracts to minority vendors. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305) 754-4903, if they require assistance in preparing their bid packages. Proposal includes the time of performance, and specifications contain F provisions for liquidated damages for failure to complete the work on. time. LI y� The City Commission reserves the right to waive any informality in any 0 bid, and the City Manager may reject any or all bids, and readvertise. A prebid meeting will be held at the project site on June 16th from 5, 8:30 a.m. to 10:00 a.m. The architect will be present during that time and prospective bidders may examine the interior of the structure. Access to the structure may be gained at other times by appointment only through the Department of Parks. (B-2865. Req. 0624). Howard V. Gary City Manager 93-660 Bid No. 82-83-85 ADVERTISEMENT FOR BIDS Sealed bids for FLAGLER HOUSE -RESTORATION will be received by the City Manager and the City Clerk at 2:00 p.m. on the 23rd day of June, 1983, in the City C1erI•'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 react. This project consists of the construction of the FLAGLER HOUSE -RESTORATION a public park facility located adjacent to the Miami Riverwalk, North to S.E. 4th Street. Work to include: 1. Demolition 2. New Front Porch 3. New West Facade 4. New & Restored Windows and Doors 5. New Roof 6. New Metal Stair 7. New Service Area 8. New Concrete Walk 9. Termite Proofing the Building Plans and specifications for the FLAGLER HOUSE -RESTORATION were prepared by Beilinson-Tinney-Architects-Planners, P.A. For technical questions, telephone Les Beilinson at (305) 442-4147, or Juanita Shearer at (305) 579-6900, City of Miami, Parks Department. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. First set of plans and specifications may be obtained free from the office of the Director, Department of Public Works, 275 N.W. 2 Street (4th floor), Miami, Florida, on or after June 9, 1983. Addition- al sets may be obtained for a $20 deposit each. Deposits will be refunded only upon return of plans and specs, unmarked and in good condition within two (2) weeks after the opening of the bids. Prospective bidders are alerted to the provisions of Ordinance No. 9530 regarding allocation of contracts to minority vendors. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305) 754-4903, if they require assistance in preparing their bid packages. Proposal includes the time of performance, and specifications contain R: provisions for liquidated damages for failure to complete the work on. LAN time, �y The City Commission reserves the right to waive any informality in any 451., bid, and the City Manager may reject any or all bids,and readvertise. A prebid meeting will be held at the project site on June 16th from 8:30 a.m. to 10:00 a.m. The architect will be present during that time and prospective bidders may examine the interior of the structure. Access to the structure may be gained at other times by appointment only through the Department of Parks. (B-2865. Req. 0624). Howard V. Gary City Manager �� C0 111--Wo �Inftffl n., REG11J1S1110PPFOR IA'0VARTISEMENT DEPT DIV. ACCOUNT CODE _ DATE PHONE APPROVED BY. ------------ - PREPARED BY Publish the attached advertisement Type of advertisement. legal _ (Check One) Ri7a First four words of advertisement: Remarks: This number must appear in the advertisement. DIRECTOR OF ISSUING DEPARTMENT times. (number of times) classified _____— display Starting date DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DO Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 125,34 39,42 45 50,51 56 57 62 63 65 66 71 0 1 2 4 1 V P I I I 1-1-L2 0 21 1 1.1-T--T]2 8 7 1 2 314 7 8 V P 12.13114115 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Green - Finance Pink - Department