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