Loading...
HomeMy WebLinkAboutLegislation-SUBTHIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. City of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 13-00067 Final Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED JANUARY 25, 2013, PURSUANT TO INVITATION TO BID ("ITB") NO. 12-13-011, FROM MAGGOLC, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE BEACOM PROJECTAREA IMPROVEMENTS, PHASE I, B-30699, IN THE AMOUNT OF $767,132.40, WHICH INCLUDES $259,118, FOR THE SCOPE OF WORK AND $508,014.40, FOR ADD ALTERNATES, PLUS A TEN PERCENT (10%) OWNER CONTINGENCY AMOUNT OF $76,713.24, FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $843,845.64; ALLOCATING FUNDS IN THE AMOUNT OF $843,845.64, FROM CAPITAL IMPROVEMENT PROJECT NO. B-30699, SUBJECT TO BUDGETARY APPROVAL; 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. 12- 13-011 for construction services for the Beacom Project Area Improvements, Phase I, B-30699 ("Project"); and WHEREAS, ten (10) bids were received by the Office of the City Clerk on January 25, 2013; and WHEREAS, CIP has determined Maggolc, Inc. ("Maggolc") to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization to execute a contract with Maggolc, in the amount of $767,132.40, which includes $259,118, for the scope of work and $508,014.40, for Add Alternates, plus a ten percent (10%) owner contingency amount of $76,713.24, for a total not to exceed award value of $843,845.64; and WHEREAS, funds in the amount of $843,845.64 are to be allocated from Capital Improvement Project No. B-30699, subject to budgetary approval; 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 January 25, 2013, pursuant to ITB No. 12-13-011, from Maggolc, the lowest responsive and responsible bidder, for the Project, in the amount of $767,132.40, which includes $259,118, for the scope of work and $508,014.40, for Add Alternates, plus a ten percent (10%) owner contingency amount of $76,713.24, for a total not to exceed award value of $843,845.64, is accepted, with funds in the amount of $843,845.64, allocated from Capital Improvement Project No. City of Miami Page 1 of 2 File Id: 13-00067 (Version: 2) Printed On: 2/13/2013 /3 - oo(°6 7 — Ley or) - Sue THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. File Number: 13-00067 B-30699, subject to budgetary approval. 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 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 Miami Page 2 of 2 File Id: 13-00067 (Version: 2) Printed On: 2/13/2013 SUBSTITUTED City of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Fil 'umber: 13-00067 Final Action Date: A ' SOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACC TING THE BID RECEIVED JANUARY 25, 2013, PURSUANT TO INVITA ON TO BID ("ITB") NO. 12-13-011, FROM MAGGOLC, INC., THE LOWES 'ESPONSIVEAND RESPONSIBLE BIDDER, FOR THE BEACOM PROJECT 'EA IMPROVEMENTS, PHASE I, B-30699, IN THE AMOUNT OF $471,423.50, HICH INCLUDES $259,118, FOR THE SCOPE OF WORK AND $212,305.50, ,` R ADD ALTERNATE B, PLUS A TEN PERCENT (10%) OWNER CONTINGENCY OUNT OF $47,142.35, FOR A TOTAL NOT TO EXCEED AWARD VALUE 0 ',518,565.85; ALLOCATING FUNDS IN THE AMOUNT OF $518,395.85, FROM APITAL IMPROVEMENT PROJECT NO. B-30699; AUTHORIZING THE Y MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE • ACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTAR MENTS, FOR SAID PURPOSE. WHEREAS, the Capital Improve 13-011 for construction services for the Be ("Project"); and and is Program ("CIP") issued Invitation to Bid ("ITB") No. 12- m Project Area Improvements, Phase I, B-30699 WHEREAS, ten (10) bids were received • the Office of the City Clerk on January 25, 2013; WHEREAS, CIP has determined Maggolc, Inc. aggolc") to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization amount of $471,423.50, which includes $259,118, for the scop Alternate B, plus a ten percent (10%) owner contingency amount exceed award value of $518,565.85; and execute a contract with Maggolc, in the f work and $212,305.50, for Add f $47,142.35, for a total not to WHEREAS, funds in the amount of $518,565.85 are to be alloc• ed from Capital Improvement Project No. B-30699, for said purpose; and WHEREAS, the award of Add Alternates A and C to Maggolc will be Commission approval at a future date once additional funds are appropriated eduled for City the Project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE TY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution re adopted by reference and incorporated as fully set forth in this Section. Section 2. The bid received January 25, 2013, pursuant to ITB No. 12-13-011, from golc, City of Miami Page 1 of 2 File Id: 13-00067 (Version: 1) Primed On: 1/31/2013 SUBSTITUTED File Number: 13-00067 the lowest responsive and responsible bidder, for the Project, in the amount of $471,423.50, which includes $259,118, for the scope of work and $212,305.50, for Add Alternate B, plus a ten percent (10%) owner contingency amount of $47,142.35, for a total not to exceed award value of $518,565.85, is accepted, with funds in the amount of $518,565.85, allocated from Capital Improvement Project No. B-30699. 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 CORRECTNESS J _ JULIE O. BRU CITY ATTORNEY M&_ 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: 13-00067 (Version: 1) Printed On: 1/31/2013