HomeMy WebLinkAboutText File ReportCrystal Report Viewer
`3vF`.
City of Miami
Text File Report
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File ID: 08-00984 Type: Resolution Status: Passed
Enactment #: R-08-0508 Enactment Date: 9/11/08
Version: 1 Introduced: 8/18/08 Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING
THE BID RECEIVED MAY 23, 2008, PURSUANT TO INVITATION FOR BIDS NO. 07-08-016,
FROM G.C. CHASE CONSTRUCTION MANAGEMENT, INC., THE LOWEST RESPONSIVE AND
RESPONSIBLE BIDDER, FOR THE PROJECT ENTITLED "GSA FLEET TRUCK WASH UPGRADE,
B -74205A," IN AN AMOUNT NOT TO EXCEED $1,018,000, FOR THE SCOPE OF WORK, PLUS
AN ADDITIONAL $101,800, OWNER CONTINGENCY, FOR A TOTAL NOT TO EXCEED
CONTRACT AMOUNT OF $1,119,800; AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. B -74205A.
WHEREAS, the Capital Improvements Program ("CIP") received bids for construction services for the project entitled
"GSA Fleet Truck Wash Upgrade, B -74205A", pursuant to formal Invitation for Bids No. 07-08-016, issued April 10, 2008;
and
WHEREAS, seven (7) bids were received and opened by the Office of the City Clerk on May 23, 2008, at 11:00 a.m.; and
WHEREAS, CIP performed an initial review for responsiveness of the three lowest submitted bids: 1. J.R.T. Construction
Company, 2. Tran Construction, Inc., and 3. Coastland Construction, Inc.; and
WHEREAS, CIP determined the three lowest bidders did not meet the minimum requirements as stated in the solicitation,
as none could demonstrate successful completion of a vehicle wash system of similar size, scope, and complexity; and
WHEREAS, the fourth lowest bidder, G.C. Chase Construction Management, Inc. ("Chase"), was determined by CIP to
be the lowest bidder that successfully completed the installation of a vehicle wash system as required in the solicitation; and
WHEREAS, Chase installed a bus wash system for Miami -Dade Transit which was similar in size, scope, and complexity
to said project, for which the same equipment manufacturer was utilized that has been specified for this project; and
WHEREAS, CIP therefore determined Chase to be the lowest responsive and responsible bidder, as detailed in the
attached recommendation of award memorandum; and
WHEREAS, the City Manager reviewed and approved CIP's findings; and
WHEREAS, funds in the total not to exceed amount of $1,119,800, consisting of $1,018,000, for the scope of work, plus
an additional $101,800, owner contingency, are available from Capital Improvements Project ("CIP") B -74205A, entitled "GSA
Fleet Truck Wash Upgrade;"
http://egov.ci.miami.fl.us/LegistarWeb/temp/repl51.htm1[6/4/2009 4:28:53 PM]
Crystal Report Viewer
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
Section 2. The bid received May 23, 2008, pursuant to Invitation for Bids No. 07-08-016, from Chase, the lowest
responsive and responsible bidder, for the project entitled "GSA Fleet Truck Wash Upgrade, B -74205A," in the amount of
$1,018,000, for the scope of work, plus an additional $101,800, owner contingency, for a total not to exceed contract amount
of $1,119,800, is accepted, with funds allocated from CIP No. B -74205A.
Section 3. The City Manager is authorized 11 } to execute an Agreement, in substantially the attached form, for said
purpose.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2}
http://egov.ci.miami.fl.us/LegistarWeb/temp/repl5l.html[6/4/2009 4:28:53 PM]