Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #4428 Date: 07/02/2018 Commission Meeting Date: 07/26/2018 Type: Subject: Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 5 Resolution Award Contract - Overtown Greenway Phase 2 Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received on June 6, 2018 for a construction contract with R&G Engineering, Inc. (R&G), the lowest responsive and responsible bidder, pursuant to Invitation to Bid (ITB) No. 17-18-029 for the Overtown Greenway at NW 11th Terrace - Phase 2, Project No. B-30624, in the amount of $1,804,667.79, plus a ten percent (10%) Owner's Contingency Allowance in the amount of $180,466.77, for a total contract amount not -to -exceed $1,985,134.56, allocating funds from Office of Capital Improvements Project No. B-30624. Background of Item: On April 23, 2018, the Department of Procurement (Procurement) issued ITB No. 17- 18-029 - Overtown Greenway at NW 11th Terrace - Phase 2, Project No. B-30624 (Project) under full and open competition to obtain construction services. On the ITB closing date, June 6, 2018, four (4) bids were received in response to the ITB. R&G was the lowest responsive and responsible bidder for the Project. Procurement hereby recommends award of the contract to R&G, whose total base bid amount is $1,804,667.79, plus a ten percent (10%) Owner's Contingency Allowance in the amount of $180,466.77, for a total contract amount not -to -exceed $1,985,134.56. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Total Fiscal Impact: $1,985,134.56 Project No.: B-30624 Office of Capital Improvements Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division Reviewed B Steven Williamson Yvette Smith Christopher M Rose Nzeribe Ihekwaba Valentin J Alvarez Department Head Review Budget Analyst Review Budget Review Assistant City Manager Review Legislative Division Review Completed Completed Completed Completed Completed 07/05/2018 12:15 PM 07/10/2018 6:34 PM 07/12/2018 12:25 PM 07/12/2018 3:47 PM 07/12/2018 3:49 PM City Manager's Office Nikolas Pascual City Manager Review Completed 07/12/2018 5:04 PM Office of the City Attorney Valentin J Alvarez Deputy City Attorney Review Skipped 07/12/2018 3:49 PM Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed 07/12/2018 5:07 PM City Commission Nicole Ewan Meeting Completed 07/26/2018 9:00 AM Office of the Mayor Mayor's Office Signed by the Mayor Completed 08/06/2018 4:07 PM Office of the City Clerk City Clerk's Office Signed and Attested by the City Clerk Completed 08/06/2018 4:45 PM Office of the City Clerk City Clerk's Office Rendered Completed 08/06/2018 4:46 PM City of Miami Legislation Resolution Enactment Number: R-18-0339 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 4428 Final Action Date:7/26/2018 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED ON JUNE 6, 2018, PURSUANT TO INVITATION TO BID ("ITB") NO. 17-18-029, FROM R&G ENGINEERING, INC., A FLORIDA PROFIT CORPORATION ("R&G"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH R&G, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, TO PROVIDE CONSTRUCTION SERVICES FOR THE OVERTOWN GREENWAY AT NORTHWEST 11TH TERRACE — PHASE 2, PROJECT NO. B-30624, IN THE AMOUNT OF ONE MILLION EIGHT HUNDRED FOUR THOUSAND SIX HUNDRED SIXTY SEVEN DOLLARS AND SEVENTY NINE CENTS ($1,804,667.79) FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF ONE HUNDRED EIGHTY THOUSAND FOUR HUNDRED SIXTY SIX DOLLARS AND SEVENTY SEVEN ($180,466.77), FORA TOTAL NOT -TO -EXCEED AWARD VALUE OF ONE MILLION NINE HUNDRED EIGHTY FIVE THOUSAND ONE HUNDRED THIRTY FOUR DOLLARS AND FIFTY SIX CENTS ($1,985,134.56); ALLOCATING FUNDS FROM THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-30624; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO PRIOR ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVALS HAVING BEEN MADE, AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, THE ANTI -DEFICIENCY ACT, AND THE FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE RULES AND REGULATIONS, AS MAY BE REQUIRED FOR SAID PURPOSE. WHEREAS, on April 23, 2018, the City of Miami ("City") Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 17-18-029 for construction services in the Overtown Greenway at Northwest 11 th Terrace — Phase 2, Project No. B-30624 ("Project"); and WHEREAS, four (4) bids were received by the Office of the City Clerk on June 6, 2018; and WHEREAS, Procurement has determined that R&G Engineering, Inc., a Florida profit corporation ("R&G"), is the lowest responsive and responsible bidder with a bid in the amount of One Million Eight Hundred Four Thousand Six Hundred Sixty Seven Dollars and Seventy Nine Cents ($1,804,667.79); and WHEREAS, the City Manager seeks authorization to execute an Agreement with R&G in the amount of One Million Eight Hundred Four Thousand Six Hundred Sixty Seven Dollars and Seventy Nine Cents ($1,804,667.79), plus an Owner's Contingency Allowance in the amount of One Hundred Eighty Thousand Four Hundred Sixty Six Dollars and Seventy Seven Cents ($180,466.77), for a total not -to -exceed award value of One Million Nine Hundred Eighty Five Thousand One Hundred Thirty Four Dollars and Fifty Six Cents ($1,985,134.56); and WHEREAS, funds in the amount of One Million Nine Hundred Eighty Five Thousand One Hundred Thirty Four Dollars and Fifty Six Cents ($1,985,134.56) are to be allocated from Office of Capital Improvements ("OCI") Project No. B-30624; 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 herein as if fully set forth in this Section. Section 2. The bid received on June 6, 2018, pursuant to ITB No. 17-18-029, from R&G, the lowest responsive and responsible bidder, to provide construction services for the Project, in the amount of One Million Eight Hundred Four Thousand Six Hundred Sixty Seven Dollars and Seventy Nine Cents ($1,804,667.79) for the scope of work, plus an Owner's Contingency Allowance in the amount of One Hundred Eighty Thousand Four Hundred Sixty Six Dollars and Seventy Seven Cents ($180,466.77), for a total not -to -exceed award value of One Million Nine Hundred Eighty Five Thousand One Hundred Thirty Four Dollars and Fifty Six Cents ($1,985,134.56), allocating funds from OCI Project No. B-30624, is accepted. Section 3. The City Manager is authorized' to execute an Agreement with R&G, in substantially the attached form, consisting of the ITB documents and attachments. Section 4. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to prior allocations, appropriations, and budgetary approvals having been made, and in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including, but not limited to, the City of Miami's Procurement Ordinance, the Anti -Deficiency Act, and the Financial Integrity Principles, all as set forth in the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable rules and regulations, as may be required for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: "ri e tCity ttor 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 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.