Loading...
HomeMy WebLinkAboutR-13-0495City of Miami Legislation Resolution: R-13-0495 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 13-01338 Final Action Date: 12/12/2013 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED OCTOBER 8, 2013, PURSUANT TO INVITATION TO BID ("ITB") NO. 12-13-063, FROM H&R PAVING, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE CENTER GROVE ROADWAY IMPROVEMENTS PROJECT, B-30621, IN THE AMOUNT OF $1,055,990.53, WHICH INCLUDES $1,008,890.53, FOR THE SCOPE OF WORK AND $47,100.00, FOR SELECTED ADD ALTERNATE ITEMS, PLUS ATEN PERCENT (10%) OWNER CONTINGENCYAMOUNT OF $105,599.05, FORA TOTAL NOT TO EXCEED AWARD VALUE OF $1,161,589.58; ALLOCATING FUNDS IN THE AMOUNT OF $1,161,589.58, FROM CAPITAL IMPROVEMENT PROJECT NO. B-30621; 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- 063 for construction services for the Center Grove Roadway Improvements Project, B-30621 ("Project"); and WHEREAS, seven (7) bids were received by the Office of the City Clerk on October 8, 2013; and WHEREAS, CIP has determined H&R Paving, Inc. ("H&R") to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization to execute a contract with H&R, in the amount of $1,055,990.53, which includes $1,008,890.53, for the scope of work and $47,100.00, for selected add alternate items, plus a ten percent (10%) owner contingency amount of $105,599.05, for a total not to exceed award value of $1,161,589.58; and WHEREAS, funds in the amount of $1,161,589.58 are to be allocated from Capital Improvement Project No. B-30621; 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 October 8, 2013, pursuant to ITB No. 12-13-063 from H&R, the lowest responsive and responsible bidder, for the Project, in the amount of $1,055,990.53, which includes $1,008,890.53, for the scope of work and $47,100.00, for selected add alternate items, plus a ten percent (10%) owner contingency amount of $105,599.05, for a total not to exceed award value of $1,161,589.58, is accepted, with funds in the amount of $1,161,589.58, allocated from Capital City of Miami Page 1 of 2 File Id: 13-01338 (Version: 1) Printed On: 9/22/2017 File Number: 13-01338 Enactment Number: R-13-0495 Improvement Project No. B-30621. 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: 13-01338 (Version: 1) Printed On: 9/22/2017