Loading...
HomeMy WebLinkAboutR-17-0324City of Miami Resolution R-17-0324 Legislation City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 2410 Final Action Date: 7/13/2017 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED JANUARY 25, 2017, PURSUANT TO INVITATION TO BID ("ITB") NO. 15-16-040, FROM WEST CONSTRUCTION, INC. ("WEST"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE CURTIS PARK NEW SWIMMING POOL FACILITY — DISTRICT 1 PROJECT, IN THE AMOUNT OF $2,983,745.00 FOR THE SCOPE OF WORK PLUS A TEN PERCENT (10%) OWNER CONTINGENCY AMOUNT OF $298,374.50 FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $3,282,119.50; ALLOCATING FUNDS FROM THE OFFICE OF CAPITAL IMPROVEMENTS PROJECT NO. B-35806/B- 35806S; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH WEST CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, AND TO NEGOTIATE AND EXECUTE ANY AND ALL SUBSEQUENT DOCUMENTS, INCLUDING ANY AMENDMENTS AND MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE. WHEREAS, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 15-16-040 to provide construction services for the Curtis Park New Swimming Pool Facility — District 1 Project ("Project"); and WHEREAS, two (2) bids were received by the Office of the City Clerk on January 25, 2017; and WHEREAS, Procurement has determined West Construction, Inc. ("West") to be the lowest responsive and responsible bidder; and WHEREAS, the Bid Security List indicates that West's bid was in the amount of $2,983,745.00; and WHEREAS, the City Manager requests authorization to execute a contract with West in the amount of $2,983,745.00, plus a ten percent (10%) owner contingency amount of $298,374.50, for a total not to exceed award value of $3,282,119.50; and WHEREAS, funds in the amount of $3,282,119.50 are to be allocated from Office of Capital Improvement Project No. B-35806/ B-35806S; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: City of Miami Page 1 of 2 File ID: 2410 (Revision:) Printed On: 3/24/2025 File ID: 2410 Enactment Number: R-17-0324 Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid received January 25, 2017, pursuant to ITB No. 15-16-040, from West, the lowest responsive and responsible bidder, to provide construction services for the Project in the amount of $2,983,745.00 for the scope of work plus a ten percent (10%) owner contingency of $298,374.50 for a total not to exceed award value of $3,282,119.50 is accepted. Section 3. Funds are to be allocated from Office of Capital Improvement Project No. B- 35806/B-35806S. Section 4. The City Manager is authorized' to execute the negotiated agreement with West, in substantially the attached form, consisting of the ITB documents and attachments. Section 5. The City Manager is further authorized' to negotiate and execute any and all subsequent documents, including any amendments and modifications to said agreement, in a form acceptable to the City Attorney, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey 6/3072017 1 The herein authorization is further subject to compliance with all regulations that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) 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: 2410 (Revision:) Printed on: 3/24/2025