Loading...
HomeMy WebLinkAboutR-80-0463RESOLUTIO14 NO. 8 0- 4 6 3 A RESOLUTIO14 ACCEPTING THE BID OF FRISA CORPORATION IN THE PROPOSED AMOUNT OF $358,176.67, TOTAL BID OF THE PROPOSAL, PLUS ADDITIVE ITEMS 1 A14D 2, FOR BUE14A VISTA C.D. PAVING PROJECT - PHASE IV; ALLOCATING THE IVIOU111T OF $358,176.67 FROM THE "5TH AND 6TH YEARS FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS" TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $39,400.00 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUIJI OF $7,163.33 TO COVER THE COST OF, SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY AANAGER TO EXECUTE A CONTRACT WITH SAID FIRM [•IHEREAS, sealed bids were received June 10, 1980 for BUENA VISTA C.D. PAVING PROJEC'L' - PHASE, IV; and WHEREAS, the City 14anaEer reports that the $3589176.67 bid of Frisa Corporation for the total bid of `•l, r 1, l 13 additive items 1 and 2, including a 550 roJuctlon �f all 1_anit prices, is the lowest responsible bid and recommends th•:rt a contract be awarded to said firm; and WHEREAS, tho proposed amount of the contract is to be .:allocated from the accounts entitled "5th and 6th Years Federal Community Development Block Grant Funds"; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSIO14 OF THE CITY OF MIA,'4I, FLORIDA: Section 1. The June 10, 1980 bid of Frisa Corporation in the proposed amount of $358,176.67 for the pro,!ect entitled BUENA VISTA C.D. PAVI14G PROJECT - PHASE IV, for the total bid of the proposal, plus additive items 1 and 2, incl,adinr a 5;' reduction on all unit prices, is hereby accepted at the prices stated therein. �UPI ORTIVE DOCUMENTS FOLLOW" "DOCUMENT INDEX ITCP;', r��._.,,,......r., CITY COMMISSION MEETING OF JUN2 6 1980 0-46 Section ?. The amount of $358,176.67 be, and it is hereby, allocated from the accounts entitled "5th and 6th Years Federal Community Development Block Grant Funds" to cover the cost of said contract. Section 3. The additional amount of $39,400.00 is hereby allocated from the aforesaid funds to cover the cost of project expense. Section 4. The additional amount of $7,163.33 is hereby allocated from the aforesaid funds to cover the cost of such items as advertising, testing laboratories, and postage. Section 5. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Frisa Corporation for BUENA VISTA C.D. PAVING PROJECT - PRASE IV, total bid of the proposal, plus additive items 1 and 2, including; a 5j reduction on all unit prices. PASSED AND ADOPTED this 26 day of 1UNE , 1980. ATTEST: (:�i��Ci cf 0�r'— D R�L H 6: ONGIE, CITY CLERKQ PREPARED AND APPROVED BY: &"4y 'Of ROBERT F. CLAR • ASSISTANT CITY ATTORNEY APPROVED AS TO F 1 ' OR : F. KNOX, i 1 AND CORRECTNESS: .. CITY ATTORI4 MAURICE A. FERRE MAURICE A. FERRE, M A Y 0 R .i LJ •., 1 . : ice. NTS )VVrr 80•463 BID SECURITY iRiw Dwaa Vista C.D. Fving ct Ph Projease IV DATE BIDS RECEIVED June 10, 1980- ruo N: or to limit 5% ACCFOR OUNTING USE -Frist Corporation Total $372,861.48 / 1150 N. W. 72 Ave. #730 IIII 263,476.00 Miami, Fl 33126 IfBft 109,385.48 -FRE Construction Co., Inc. Total $384.352.00 1% �•• ��� y 2911 S. W. 98th Avenue "A" 276,987.00 Miami, Fl 33165 1#B11 107,365.00 -P.J. Constructors, Inc. Total $399 821.48 1% 4300 S. W. 70 Ct. "A" 288,660.00 Miami, F1 33155 "B" 111,161.48 -Garcia Allen Construciton Co., In .Total $404,720.63 2% P. 0. Box 876 Tamiami Station "A" 282,020.00 Miami, F1 33144 "B" 122,700.63 -P.N.M. Corporation Total $434,198.48 f DV V Fo 0,T i LO•*'r 3501 S.W. 8th St.,Suite 201 "A" 310,640.00 Miami, Fl 33135 "B" 123,558.48 - Williams Paving Co., Inc. Total $435 908.48 2 7001 N. W. 84th Avenue "A" 293.470.00 Miami, F1 33166 "B" 142,438.48 -T & N Construction Co., Total $438,302.00 1840 West 49th St. "A" 311,834.00 Hialeah, Fla. 33012 "B" 126,468.00 -Joe Reinertson Equipment Co. Total No Bid 2027 N. W. 7th Avenue "A" No Bid Miami, F1 "B" $148,599.80 Received 06 40eve rejviksd checks this 4ey of POR ACCOUNTING DIVISION 01�0` u h CITY Of M MI, MDA REQUISITION FOR ouAjmTr MtMteINrM otPARTNsW ADVERTISEMENT FOR MDS *uouistumstm rm RECEI'JED r ;% r I DEPTDIV `�a1i61 or a' "'"i` DATE DATE DATE OATE 0 ATE DATI ACCOUNT I ' a BID NO. 7 DATE 1: / PREPARED BY ' ..:I I• _ ' PHONE— AMOUNT AMOUNT AMOUNT AMOUN♦ AMOUN♦ AMO Z CODE f ITEM DESCRIPTION QUANTITY rNICET AMT. BIDS TO BE SECURED FOR "SUPPORTIVE DOCU M EN'l :. FOLLOW" FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON TOTAL I I I ESTIMATED COST: APPROVED BY: CONTRACTUAL: S — INCIDENTAL : $ T DIRECTOR OF ISSUING DEPARTMENT TOTAL $ T SOURCE OF FUNDS: _—_ ---- - - - _ - ----- -- l.t b, Jiflt d in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE AD CODE_____-_ (.oPlt:s 7o.-Purchasing (Org.) - City Manager - City Clerk—Iixpena'itwre Control - Isswng DepaMleNt - Otber Allectel Depoomew WHITE GREEN PINK CANARY BLUE GOLDENROD r UNM NO IC43 MEY 14 T Bid No. 79-80-74 ADVERTISEMENT FOR BIDS Sealed bids for construction of BUENA VISTA COMMUNITY DEVELOPMENT PAVING PROJECT - PHASE IV, b-4443, will be received by the City Manager and the City Clerk of the City of Miami, Florida at 2:00 p.m. on the loth day of June, 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. Briefly, the work will include the construction of 0.70 mile of streets on: N.W. 44 Street from N.W. 6 Avenue to N.W. 5 Avenue N.W. 45 Street from N.W. 6 Avenue to N.W. 2 Avenue N.W. 5 Avenue from N.W.44 Street to N.W. 46 Street N.W. 3 Avenue from N.W.44 Street to N.W. 46 Street Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system, and landscaping. Bids may be offered on any one or both of the following categories: highway and drainage. However, in order to offer a TOTAL BID, bids must be offered on both categories. For any technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Thoze minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. The City Commission reserves the right to waive any informality in any bid, and the City Planager may reject any or all bids, and readvertise. Proposal includes the time of performance, and specifications contain provision.,, for liquidated damages for failure to complete the work on time. «SUPPORTIVE DON MENTS FOLLOW„ or 001:k In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (Federal Regulation) which require all developers, contractors, and subcontractors create feasible opportunities to employ and train residents in the area of the project; and give preference in subcontracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. No bidder may withdraw his bid within 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the specifications. The estimated cost of this project is $410,000. Joseph R. Grassie City Manager n o1P- Bid No. 79-80-74 ADVERTISEMENT FOR BIDS ° Sealed bids for construction of BUENA VISTA COMMUNITY DEVELBP PAVINGFROJECT -PUASE IV - , will be received y the Ci anager and the City Clerk of the City of Miami, Florida at f June, 980 in the City Clerk's offi ce, first floor of the Miami Ci-Ty—Trall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. Briefly, the work will include the construction of 0.70 mile of streets on: N.W. 44 Street from N.W. 6 Avenue to N.W. 5 Avenue N.W. 45 Street from N.W. 6 Avenue to N.W. 2 Avenue N.W. 5 Avenue from N.W.44 Street to N.W. 46 Street N.W. 3 Avenue from N.W.44 Street to N.W. 46 Street rn y Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system, and landscaping. Bids may be offered on any one or both of the following categories: highway and drainage. However, in order to offer a TOTAL BID, bids must be offered on both categories. For any technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. 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. Proposal includes the time of performance, and specifications contain provisions for liquidated damai4es for failure to complete the work on time. «SUPPDPTJVE DO TS F 171.1_ J wil In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (Federal Regulation) which require all developers, contractors, and subcontractors create feasible opportunities to employ and train residents in the area of the project; and give preference in subcontracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. No bidder may withdraw his bid within 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the specifications. The estimated cost of this project is $410,000. Joseph R. Grassie City Manager Bid No. 79-80-74 ADVERTISEMENT FOR BIDS Sealed bids for construction of BUENA VISTA COMMUNITY DEVELOPMENT PAVING PROJECT - PHASE IV, B-4443, will be received by the City Manager and the City Clerk of the City of Miami, Florida at 2:00 p.m. on the loth day of June, 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. Briefly, the work will include the construction of 0.70 mile of streets on: N.W. 44 Street from N.W. 6 Avenue to N.W. 5 Avenue N.W. 45 Street from N.W. 6 Avenue to N.W. 2 Avenue N.W. 5 Avenue from N.W.44 Street to N.W. 46 Street N.W. 3 Avenue from N.W.44 Street to N.W. 46 Street Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system, and landscaping. Bids may be offered on any one or both of the following categories: highway and drainage. However, in order to offer a TOTAL BID, bids must be offered on both categories. For any technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Fan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses Interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. 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. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. "SUPPORTIVE DOCUMENTS F0;1 ` 0 W " In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (Federal Regulation) which require all developers, contractors, and subcontractors create feasible opportunities to employ and train residents in the area of the project; and give preference in subcontracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. No bidder may withdraw his bid within 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the specifications. The estimated cost of this project is $410,000. Joseph R. Grassie City Manager Joseph R. Grassie City Manager Donald W. Cather I} ector of Public Works June 129 1980 B-4443 BUENA VISTA C.D. PAVING PROJECT - PHASE IV - Resolution Awarding; Contract (For Commission Meeting of June 26, 1980) The Department of Public Works and the Department of Community Development recommend adoption of the resolution accepting the bid received June 10, 1980 of Frisa Corporation in the amount of $358,176.67, and authorizing the City Manager to enter into a contract on behalf of the City of Miami for BUENA VISTA C.D. PAVING PROJECT - PHASE.IV. Bids were received June 10, 1980 for the rebuilding, of 0.70 miles of streets. Construction will include asphaltic pavement, concrete curb:, and gutters, concrete sidevialk, drainage and landscaping. The project is bounded by i1. w. 46 Street on the north, IN. W. 2 Avenue on the east, N. W. 44 Street on the south, and 11. W. 6 Avenue on the west. As reflected in the tabulation of bids, the $358,176.67 bid of Frisa Corporation i:, the lowest responsible bid for the total bia of the proposal and additive items #1 and #2, includin:* a 5" reduction of all unit prices. Funds have been allocate(l from the "5th and nth Year Federal Community Dev,�lopment Profrraml' for th�� estimate i amount of the contract, for project expense, and for such items as advertisin;,;, testin.; laboratorie3, nostajre. JAE,:hc Resolution attach,-j "SUPPORTIVE DOCUMENTS FOLLOW" SO- 463' R, BUENA VISTA C. D. PAVING PROJECT - PHASE IV JOB. NO. B-4443 CONTRACTOR'S FACT SHEET 1. FRISA CORPORATION 1150 N. W. 72 Avenue, Suite 730 Miami, Florida 33126 Phone: 592-6426 2. Principals: Jose Frias - President Victor Gallo - Secretary/Treasurer 3. Contractor is properly licensed and insured 4. Subcontractors: Paving -- General Asphalt Landscaping -- Recio & Associates 5. Experience: 5 years West End Storm Sewer Project $727;000 Western Drainage Project E-46 252:600 Virginia Key Rubbish Pit Closing - Phase I 107,000 Virginia Key Rubbish Pit Closing - Phase II 6119000 Virginia Key Fill (City of Miami) 59,250 Virginia Key Restoration (City of Miami) 78$00 6. A minority contractor 7. 76 advertisements mailed out by regular mail 14 contractors paicked up plans and specifications 8 contractors submitted bids "SUP?OPTIVE DOCUMENTS FOLLOW" 80-46.3 BID AWARD FACT SKEET For The City Manager PROJECT NAME & LOCATION - Buena Vista C.D. Paving Project - Phase IV R-4443 NW 44-46 Street (NW 6-2 Avenue) PROJECT SCOPE - Rebuild 0.7a mile of streets. Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, drainage and land- scaping. ESTIiIATE'D CONSTRUCTION COST - s41o,000 DATE BIDS ' RECEIVED - June,10, 19°0 NUMBER OF BIDS RECEIVED - Fight (9) NAME OF LOW BIDDE'1 - FRISA CORPORATTON AMOUNT OF L0:1 BID - 176.�7 (Incluclin* Ad3itive Item,,) TOTAL FUNDS TO BE ALLCCAT7.7D LENGTH OF TIvE ALLOWED FOR CO:ISTRUC^IO:I - +,,�,,,7t;0 "SUPPORTIVE DOCUMENTS FOLLOW" SOURCi OF FUI:DS - 'I!-, ,ii I rt .. •ir nog —1opm-lit Fun,l Form PW #389 6/76 I • �.;�. t..,. u 1 TABULATION OF BIBS f-LJ t BUENA VISTA COMMUNITY DEVELOPMENT PAVING PROJECT PHASE IV B-4443 City Manager. City Clerk 2.00 June 10, 1980 Received by the ¢j �K X-N.' --'x- �§jiX 3ZNl( City o1 Miami, Florida of P. M. Bidder FRISA CORP. FRE CONST. CO. P.J. CONSTRUCTORS GARCIA ALLEN CONST Licensed IT Insured as Per City Code S Metro Ord. Y p g Yes Y es Bid Bond Amount 5Q10 Sol, of Inegulorities � -_ TOTAL BID 372, 861.48 384, 352. 00 401, 421.48 404, 720. 63 BID "A" HIGHIVAY 263, 476. 00 276. 987. 00 288, 660. 00 282. 020. 00 BID "B" DRAINAGE) 109, 385.48 107, 365.OQ 112, 761.48 122, 700. 63 ADDITIVE ITEM•# 1 2,256.80 2, 951. 20 3720. 00 3.720.00 — ADDITIVE ITEM #2 59.1.00 722.70 866.25 940.50 n � Irk, O.• ,� w AIS • r A !i IRREGULARITIES LEGEND A - He Power -of. Attorney IT IS RECOMMENDED THAT A CONTRACT BE AWARDED TO B - FRISA CORP. IN THE AMOUNT OF $358, 176.67 FOR C - Corrected Extensions THE TOTAL BID AND ADDITIVE ITEMS # 1 AND 02, 6} 96 D — Proposal Unsigned or irwteperly S•90e4 or No Corporate Seal INCLUDING A 5% REDUCTION OF ALL UNIT P ICES. It E- � BID 79-80-74 F- ' G - Ittgropor Bid bend ----, M - Corrected bid I - ice 40. j - r 8-4443 Pteo. by. D. C. Brenner 6-11-80 rttow er TABULAT ION of �IDs Foa T 1 PNAS E ]� FA�iNC PROJECT C A &1- 3ur �U N ZfAC) P. W 11 ' city y Clerk Cary °i MiOn`i• City ,, Sy d the , Rrccr+°d IA, e - B.dM+ City COde S lre'r° Ord. bell 00 Iwsured °r ps+ Irr��•aes .. ,7���Ci a171E5 1-EGEND IRRIEGIJ B � Co+rected EAens,°"� i�Pf°P��y S,9ce! a �O Corp °rpie Sao, E— aid Bend N — c' c*°d B'd • 17 IS RECOMMEN )rD 7h1A7 ell. tD r Qp r � r r� I BID •7q—ba—�`� r p NUS P, `'YO