HomeMy WebLinkAboutR-18-0340City of Miami
Resolution R-18-0340
Legislation
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), 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 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
City of Miami Page 1 of 3 File ID: 4431 (Revision:) Printed On: 4/3/2025
File ID: 4431 Enactment Number: R-18-0340
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.
City of Miami Page 2 of 3 File ID: 4431 (Revision:) Printed on: 4/3/2025
File ID: 4431
APPROVED AS TO FORM AND CORRECTNESS:
r
dez, ity
ttor
ey 7/16/2018
Enactment Number: R-18-0340
City of Miami Page 3 of 3 File ID: 4431 (Revision:) Printed on: 4/3/2025