HomeMy WebLinkAboutLegislationFile Number: 08-00984
Final Action Date:
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 vehiole
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
City of Miami Page I of 2 Printed On: 8/22/2008
City of Miami
City Hall
3500 Pan American
Drive
Legislation
Miami, Ft 33133
vwvw.miamigov.com
Resolution
File Number: 08-00984
Final Action Date:
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 vehiole
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
City of Miami Page I of 2 Printed On: 8/22/2008
File Number.' 08-00984
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;"
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 (1) 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}
APPROVED AS TO FORM AND CORRECTNESS:
JULIE O. BRU
CITY ATTORNEY
Footnotes:
{1 } The herein authorization is further subject to compliance with all requirements that may be imposed
by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code
provisions.
{2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
City of Miand Page 2 of 2 Printed On: 8/22/2008