Loading...
HomeMy WebLinkAboutSummary Form,41, `1 s p AGENDA ITEM SUMMARY FORM RE. 11 FILE ID• 6q Date: 8/13/2008 Requesting Department: CIP Department Commission Meeting Date: cl i c District(s) Impacted: ®1 ❑2 ❑3 04 ❑5 Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item ❑ Other_ Subject: GSA Fleet Truck Wash Upgrade, B -74205A Purpose of Item: To accept the bid and authorize execution of an agreement with C.G. Chase Construction Management, Inc., the lowest responsive and responsible bidder, pursuant to Invitation for Bids No. 07-08-016, received May 23, 2008, 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, with funds allocated from CIP, Proiect No. B -74205A. Background Information: Seven (7) bids were received and opened by the Office of the City Clerk on May 23, 2008, at 11:00 A.M. pursuant to formal Invitation for Bids No. 07-08-016, issued April 10, 2008, for the "GSA Fleet Truck Wash Upgrade, B -74205A." The Capital Improvements Program ("CIP") did an initial review of the three lowest: submitted bids: 1. J.R.T. Construction Company, 2. Tran Construction, Inc., and 3. Coastland Construction,' Inc.. CIP determined the three lowest bidders did not meet the minimum requirements as stated in the solicitation and were deemed to be non-responsive. The fourth lowest bidder, G.C. Chase Construction Management, Inc., was the lowest bidder that successfully completed the installation of a vehicle was system as I required in the solicitation. They installed a bus wash system for Miami -Dade Transit which was similar in size, scope, and complexity to this project. Additionally the same equipment manufacturer was utilized that has been specified for this project. The City Manager is recommending that the contract be awarded to G.C. Chase Construction Management, Inc., as the lowest responsive and responsible bidder with a bid amount of $1,018,000 for the scope of work and an additional owner contingency of $101,800, for a total contract amount [not to exceed $1,119,800. ... (continued on page 2) Budget Impact Analysis NO Is this item related to revenue? YES Is this item an expenditure? If so, please identify funding source below. General Account No: Special Revenue Account No: CIP Project No: " B-74205 NO Is this item funded by HomelaiTd-D*feneighborbood Improvement Bonds? Start Up Capital Cost: Fc—kAP,- I- ATV -Mn A '�10I`61D1 Maintenance Cost: Fra - Wt(-mA 3,-01bto Total Fiscalf!--�......�,. 0-1--119,800 6 �•1 P A-PPROV,44: Final Approvals i (SIGN AND DATE) CIP *rc Budget =�sv+ If using or r i Grants N/A M Risk Management Purchasing Dept. Director Chief -c'' City Manager Page 1 of 2 Progr er: anuel Me ido Continued from page 1 The scope consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, and services necessary to perform the renovation of the existing masonry truck wash facility, demolition of the existing metal building and the construction of a new 2,670 square foot single story masonry expanded truck wash facility, equipment room and associated site work. This facility will be used by the City of Miami to wash garbage disposal trucks and other trucks as deemed