HomeMy WebLinkAboutR-12-0349City of Miami
Legislation
Resolution: R-12-0349
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 12-00881 Final Action Date: 9/27/2012
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED AUGUST 17, 2012, PURSUANT TO INVITATION
TO BID ("ITB") NO. 11-12-041, FROM C&W PIPELINE, INC., THE LOWEST
RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE NW 8TH STREET AND NW
14TH COURT ROADWAY AND DRAINAGE IMPROVEMENTS PROJECT, B-30745
AND B-30746, IN THE AMOUNT OF $425,895.25, FOR THE SCOPE OF WORK,
PLUS ATEN PERCENT (10%) OWNER CONTINGENCY AMOUNT OF $42,589.52
AND AN ADDITIONAL OWNER'S CONTINGENCY AMOUNT OF $57,411.00, FOR A
TOTAL NOT TO EXCEED AWARD VALUE OF $525,895.77; ALLOCATING FUNDS
IN THE AMOUNT OF $367,782.74, FROM CAPITAL IMPROVEMENT PROJECT NO.
B-30745 AND FUNDS IN THE AMOUNT OF $158,113.03, FROM CAPITAL
IMPROVEMENT PROJECT NO. B-30746; 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-
12-041 for construction services for the NW 8th Street and NW 14th Court Roadway and
Drainage Improvements Project, B-30745 and B-30746 ("Project"); and
WHEREAS, ten (10) bids were received by the Office of the City Clerk on August 17, 2012; and
WHEREAS, CIP has determined C&W Pipeline, Inc. ("C&W") to be the lowest responsive and
responsible bidder; and
WHEREAS, the City Manager requests authorization to execute a contract with C&W, in the
amount of $425,895.25, for the scope of work, plus a ten percent (10%) owner contingency amount
of $42,589.52 and an additional owner's contingency amount of $57,411.00, for a total not to exceed
award value of $525,895.77; and
WHEREAS, funds in the amount of $367,782.74 are to be allocated from Capital Improvement
Project No. B-30745 and funds in the amount of $158,113.03 are to be allocated from Capital
Improvement Project No. B-30746, 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 August 17, 2012, pursuant to ITB No. 11-12-041 from C&W, the
City of Miami
Page 1 of 2 File Id: 12-00881 (Version: 1) Printed On: 12/8/2017
File Number: 12-00881 Enactment Number: R-12-0349
lowest responsive and responsible bidder, for the Project, in the amount of $425,895.25, for the
scope of work, plus a ten percent (10%) owner contingency amount of $42,589.52 and an additional
owner's contingency amount of $57,411.00, for a total not to exceed award value of $525,895.77, is
accepted, with funds in the amount of $367,782.74, allocated from Capital Improvement Project No.
B-30745 and funds in the amount of $158,113.03, allocated from Capital Improvement Project No.
B-30746.
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}
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 Miami Page 2 of 2 File Id: 12-00881 (Version: 1) Printed On: 12/8/2017