HomeMy WebLinkAboutLegislationCity of Miami
Legislation
Resolution
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 12-00905 Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED JUNE 8, 2012, PURSUANT TO INVITATION TO
BID ("ITB") NO. 11-12-020, FROM FHP TECTONICS CORP., THE LOWEST
RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE MIAMI RIVER
GREENWAY NW 10TH AVENUE TO NW 12TH AVENUE PROJECT, B-30651, IN
THE AMOUNT OF $1,037,356.74, FOR THE SCOPE OF WORK, PLUS ATEN
PERCENT (10%) OWNER CONTINGENCYAMOUNT OF $103,735.67, FOR A
TOTAL NOT TO EXCEED AWARD VALUE OF $1,141,092.41; ALLOCATING
FUNDS IN THE AMOUNT OF $1,141,092.41, FROM CAPITAL IMPROVEMENT
PROJECT NO. B-30651; AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE
ITB DOCUMENTS AND ATTACHMENTS, FOR SAID PURPOSE.
WHEREAS, the Capital Improvements Program ("CIP") issued Invitation to Bid ("ITB") No. 11-12-
020 for construction services for the Miami River Greenway NW 10th Avenue to NW 12th Avenue
Project, B-30651 ("Project"); and
WHEREAS, nine (9) bids were received by the Office of the City Clerk on June 8, 2012; and
. WHEREAS, CIP has determined FHP Tectonics Corp. ("FHP") to be the lowest responsive and
responsible bidder; and
WHEREAS, the City Manager requests authorization to execute a contract with FHP, in the
amount of $1,037,356.74, for the scope of work, plus a ten percent (10%) owner contingency amount
of $103,735.67, for a total not to exceed award value of $1,141,092.41; and
WHEREAS, funds in the amount of $1,141,092.41 are to be allocated from Capital Improvement
Project No. B-30651, for said purpose;
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 fully set forth in this Section.
Section 2. The bid received June 8, 2012, pursuant to ITB No. 11-12-020, from FHP, the lowest
responsive and responsible bidder, for the Project, in the amount of $1,037,356.74, for the scope of
work, plus a ten percent (10%) owner contingency amount of $103,735.67, for a total not to exceed
award value of $1,141,092.41, is accepted, with funds in the amount of $1,141,092.41, allocated from
Capital Improvement Project No. B-30651.
City of Miami Page 1 of 2 File Id: 12-00905 (Version: 1) Printed On: 8/30/2012
File Number: 12-00905
Section 3. The City Manager is authorized {1} to execute a Contract, in substantially the attached
form, consisting of the ITB documents and attachments, 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 CORRECTNES
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.
C'ip, of Miami
Page 2 of 2 File Id: 12-00905 (Version: 1) Printed On: 8/30/2012