HomeMy WebLinkAboutText File ReportCrystal Report Viewer
File ID: 08-00734
Enactment #: R-08-0501
Version: 1
City of Miami
Text File Report
Type: Resolution
Introduced: 6/16/08
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
Status: Passed
Enactment Date: 9/11/08
Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING
THE BID RECEIVED MAY 12, 2008, PURSUANT TO INVITATION FOR BIDS NO. 07-08-015,
FROM NAC CONSTRUCTION INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER,
FOR THE PROJECT ENTITLED "REPLACEMENT OF FIRE STATION NO. 11, B-60452," IN AN
AMOUNT NOT TO EXCEED $3,024,000, FOR THE SCOPE OF WORK, PLUS $302,400,
ADDITIONAL OWNER CONTINGENCY, FOR A TOTAL NOT TO EXCEED CONTRACT
AMOUNT OF $3,326,400; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT
NO. B-60452; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE.
WHEREAS, seventeen (17) bids were received on May 12, 2008, for construction services for the project entitled
"Replacement of Fire Station No. 11, B-60452," pursuant to formal Invitation for Bids No. 07-08-015, issued April 3, 2008 at
11:00 a.m; and
WHEREAS, the Capital Improvements Program ("CIP") performed an initial review for the responsiveness of the three
lowest submitted bids: I, TC& F Builders, Corp., 2. American Building Engineers and 3. NAC Construction, Inc.; and
WHEREAS, CIP determined that the two lowest bidders, T C& F Builders, Corp., and American Building Engineers did
not meet the minimum bid requirements and were determined to be non-responsive; and
WHEREAS, the third lowest bidder, NAC Construction Inc., was responsive to the minimum bid requirements and has
successfully completed projects of similar size and scope for the Miami -Dade County Public Schools and Miami -Dade
County; and
WHEREAS, CIP therefore determined NAC Construction, Inc., was the lowest responsive and responsible bidder; and
WHEREAS, the City Manager reviewed and approved CIP's findings; and
WHEREAS, funds in the total not to exceed amount of $3,326,400, consisting of $3,024,000, for the scope of work, plus
an additional $302,400, owner contingency, are available from Capital Improvements Project ("CIP") B-60452, entitled
"Replacement of Fire Station No. 11, B-60452;"
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.
http://egov.ci.miami.fl.us/LegistarWeb/temp/repFB3.htmi[i0/15/2009 11:36:23 AM]
Crystal Report Viewer
Section 2. The bid received May 12, 2008, pursuant to Invitation for Bids No. 07-08-015, from NAC Construction Inc.,
the lowest responsive and responsible bidder, for the project entitled "Replacement of Fire Station No. 11, B-60452," for the
scope of work, plus an additional $302,400, owner contingency, for a total not to exceed contract amount of $3,326,400, is
accepted, with funds allocated from CIP Project B-60452.
Section 3. The City Manager is authorized( I } 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. 21
http://egov.ci.miami.fl.us/LegistarWeb/temp/repFB3.htntl[10/15/2009 11:36:23 AM]