Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #4431 Date: 07/02/2018 Commission Meeting Date: 07/26/2018 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 2 Type: Resolution Subject: Award Contract - Downtown Miami Signage and Wayfinding System 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 Florida Engineering and Development Corp. (Florida Engineering), the sole responsive and responsible bidder, pursuant to Invitation to Bid (ITB) No. 17-18-022 for the Downtown Miami Signage and Wayfinding System, Project No. B-30941, in the amount of $1,545,940.50, plus a ten percent (10%) Owner's Contingency Allowance in the amount of $154,594.05, for a total contract amount not -to -exceed $1,700,534.55, allocating funds from Office of Capital Improvement Project No. B-30941. Background of Item: On April 25, 2018, the Department of Procurement (Procurement) issued ITB No. 17- 18-022 for the Downtown Miami Signage and Wayfinding System, Project No. B-30941 (Project) under full and open competition to obtain construction services. On the ITB closing date, June 6, 2018, one (1) bid was received in response to the ITB. Florida Engineering was the sole responsive and responsible bidder for the Project. Procurement hereby recommends award of the contract to Florida Engineering, for a total base bid amount is $1,545,940.50, plus a ten percent (10%) Owner's Contingency Allowance in the amount of $154,594.05, for a total contract amount not -to -exceed $1,700,534.55. Budget Impact Analysis Item is an Expenditure Item is NOT Related to Revenue Total Fiscal Impact: $1,700,534.55 Project No.: B-30941 Reviewed B Office of Capital Improvements Steven Williamson Office of Management and Budget Yvette Smith Office of Management and Budget Christopher M Rose Department of Procurement Annie Perez Department Head Review Budget Analyst Review Budget Review Procurement Review Completed 07/05/2018 12:17 PM Completed 07/12/2018 10:47 AM Completed 07/12/2018 12:26 PM Completed 07/13/2018 10:52 AM City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Office of the City Clerk Nzeribe Ihekwaba Nikolas Pascual Valentin J Alvarez Valentin J Alvarez Victoria Mendez Nicole Ewan Mayor's Office City Clerk's Office City Clerk's Office Assistant City Manager Review City Manager Review Legislative Division Review Deputy City Attorney Review Approved Form and Correctness Meeting Signed by the Mayor Signed and Attested by the City Rendered Completed Clerk Completed Completed Completed 07/13/2018 12:37 PM Completed 07/16/2018 11:32 AM Completed 07/16/2018 11:58 AM Skipped 07/10/2018 9:39 AM Completed 07/16/2018 12:21 PM Completed 07/26/2018 9:00 AM 08/06/2018 4:08 PM 08/06/2018 4:44 PM 08/06/2018 4:45 PM City of Miami Legislation Resolution Enactment Number: R-18-0340 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 4431 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. 17-18-022, FROM FLORIDA ENGINEERING AND DEVELOPMENT CORP., A FLORIDA PROFIT CORPORATION ("FLORIDA ENGINEERING"), THE SOLE RESPONSIVE AND RESPONSIBLE BIDDER, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH FLORIDA ENGINEERING, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, TO PROVIDE CONSTRUCTION SERVICES FOR THE DOWNTOWN MIAMI SIGNAGE AND WAYFINDING SYSTEM, PROJECT NO. B-30941, IN THE AMOUNT OF ONE MILLION FIVE HUNDRED FORTY FIVE THOUSAND NINE HUNDRED FORTY DOLLARS AND FIFTY CENTS ($1,545,940.50) FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF ONE HUNDRED FIFTY FOUR THOUSAND FIVE HUNDRED NINETY FOUR DOLLARS AND FIVE CENTS ($154,594.05), FORA TOTAL NOT -TO -EXCEED AWARD VALUE OF ONE MILLION SEVEN HUNDRED THOUSAND FIVE HUNDRED THIRTY FOUR DOLLARS AND FIFTY FIVE CENTS ($1,700,534.55); ALLOCATING FUNDS, FROM THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-30941; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVALS HAVING BEEN PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"), INCLUDING, THE CITY OF MIAMI'S ("CITY") PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND THE FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE. WHEREAS, on April 25, 2018, the City of Miami ("City") Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 17-18-022 for construction services for the Downtown Miami Signage and Wayfinding System, Project No. B-30941 ("Project"); and WHEREAS, one (1) bid was received by the Office of the City Clerk on June 6, 2018, from Florida Engineering and Development Corp., a Florida profit corporation ("Florida Engineering"); and WHEREAS, Procurement has determined Florida Engineering to be the sole responsive and responsible bidder with a bid in the amount of One Million Five Hundred Forty Five Thousand Nine Hundred Forty Dollars and Fifty Cents ($1,545,940.50); and WHEREAS, the City Manager requests authorization to execute an Agreement with Florida Engineering, in their bid amount of One Million Five Hundred Forty Five Thousand Nine Hundred Forty Dollars and Fifty Cents ($1,545,940.50), plus an Owner's Contingency Allowance in the amount of One Hundred Fifty Four Thousand Five Hundred Ninety Four Dollars and Five Cents ($154,594.05), for a total not -to -exceed award value of One Million Seven Hundred Thousand Five Hundred Thirty Four Dollars and Fifty Five Cents ($1,700,534.55); and WHEREAS, funds in the amount of One Million Seven Hundred Thousand Five Hundred Thirty Four Dollars and Fifty Five Cents ($1,700,534.55) are to be allocated from Office of Capital Improvements ("OCI") Project No. B-30941; 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. 17-18-022, from Florida Engineering, the sole responsive and responsible bidder, to provide construction services for the Downtown Miami Signage and Wayfinding System, Project No. B-30941, in the amount of One Million Five Hundred Forty Five Thousand Nine Hundred Forty Dollars and Fifty Cents ($1,545,940.50) for the scope of work, plus an Owner's Contingency Allowance in the amount of One Hundred Fifty Four Thousand Five Hundred Ninety Four Dollars and Five Cents ($154,594.05), for a total not -to -exceed award value of One Million Seven Hundred Thousand Five Hundred Thirty Four Dollars and Fifty Five Cents ($1,700,534.55), allocating funds from OCI Project No. B-30941, is accepted. Section 3. The City Manager is authorized' to execute an Agreement with Florida Engineering 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 allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the City Code including, the City's Procurement Ordinance, Anti - Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with applicable regulations, as may be necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 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 (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. APPROVED AS TO FORM AND CORRECTNESS: