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