Loading...
HomeMy WebLinkAboutSummary Form 10/27/11AGENDA ITEM SUMMARY FORM FILE ID: //—(2230I Date: 10/11/11 Commission Meeting Date: 10/27/11 Type: ® Resolution ❑ Ordinance Requesting Department: CIP District(s) Impacted: 2 Emergency Ordinance ❑ Discussion Item Other Law Department Matter ID No. 11-679 Subject: Resolution authorizing payment to Giannetti Contracting Corp., for the North Bayshore Drive Drainage improvements Project, B-50658. Purpose of Item: To authorize payment in an amount of $59,166.72, to Giannetti Contracting.Corp. ("Giannetti") for the North Bayshore Drive Drainage Improvements Project, B-50658, in connection with the financial incentive provision included in the contract pursuant to Addendum No. 4, attached and incorporated as Exhibit "A". Resolution further authorizes the issuance of a purchase order in an amount not to exceed $59,166.72; allocating finds from Capital Improvements Project No. B-50658, for said purpose. Background Information: Fourteen (14) bids were received by the Office of the City Clerk on February 13, 2009, pursuant to formal Invitation for Bids No. 08-09-025, issued on December 29, 2008, for the project entitled "North Bayshore Drive Drainage Improvements, B- 50658" (Project). The City Manager authorized execution of a contract with Giannetti, the lowest responsive and responsible bidder, in the total amount of$1,257,935.68, plus an owner contingency of $125,793.56, for a total amount not to exceed $1,383,729.24, awarded under the expedited list of projects pursuant to Expedite Ordinance No. 13045, adopted December 11, 2008. On September 23; 2010, the City Commission adopted Resolution No. 10-041 1, authorizing Amendment No. 1 to the contract, which increased the award amormt by $155,636, from $1,383,729.24, to a total award amount not to exceed $1,539,365.24, for additional work due to unforeseen conditions and owner requested changes. Pursuant to Addendum No; 4, attached and incorporated as Exhibit "A", the contract contains a financial incentive provision providing that if the work be completed by December 16, 2009, a bonus will be paid to the Contractor. Said contractual provision was orally modified by the former City of Miami (City) Capital Improvements Program (CIP) Senior Horizontal Construction Team Leader to include additional work and required portions of the original work to be postponed until after December 16, 2009. Giannetti has fulfilled the orally modified financial incentive requirements. Therefore, the City has negotiated an adjusted financial incentive in the amount of $59,166.72, commensurate of the work actually completed by December 16, 2009. Continued... 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-50658 NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost: Maintenance Cost: Total Fiscal Impact: $59,166.72 Final Approvals (SIGN AND DATE) CIP NA Budget NA If using or.receiving capital fu Grants' nds Risk Management Purchasing N/A Dept. Director Chief �� City Manager N/A Page 1 of 2 S sstruction Ma = ger: Valentine Onuigbo Giannetti has agreed to this reduced amount and will submit an executed limited release in favor of the City at or before the time payment is made. Authorization to issue a purchase order in an amount not to exceed of $59,166.72 is necessary in order to issue payment for said purpose. Funds are available from Capital Improvements Project No. B-50658. Page 2 of 2 Construction Manager: Valentine Onuigbo