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