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: