Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #4772 Date: 09/25/2018 Commission Meeting Date: 10/25/2018 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 4 Type: Resolution Subject: Accept Bid - Court Roadway and Drainage Improvements Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received June 19, 2018, for a construction contract with Maggolc, Inc. ("Maggolc"), the lowest responsive and responsible Bidder, pursuant to Invitation to Bid ("ITB") No. 17-18-024 for the SW 64th Court Roadway and Drainage Improvements — D4 — Project No. B-30972, in the amount of $278,927.48, plus an Owner's Contingency Allowance in the amount of $11,129.10, for a total contract amount not -to -exceed $290,056.58. Background of Item: On May 18, 2018, the Department of Procurement ("Procurement") issued ITB No. 17- 18-024 — SW 64th Court Roadway and Drainage Improvements — D4 — Project No. B- 30972 (the "Project") under full and open competition to obtain construction services. On June 19, 2018, the ITB closing date, three (3) bids were received in response to the ITB. Maggolc is the lowest responsive and responsible Bidder for the Project following the guidelines in the ITB. The local preference ordinance is not applicable since no other Bidder maintains a "local office." Procurement and OCI determined that Maggolc's bid is acceptable. Procurement hereby recommends award of the contract to Maggolc, whose total bid amount is $278,927.48, plus an Owner's Contingency Allowance in the amount of $11,129.10, for a total contract amount not -to -exceed $290,056.58. Budget Impact Analysis Item is an Expenditure Item is NOT Related to Revenue Item is NOT funded by Bonds Total Fiscal Impact: $290,056.58 Project No.: B-30972 Reviewed B Office of Capital Improvements Office of Management and Budget Office of Management and Budget Department of Procurement 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 Steven Williamson Yvette Smith Christopher M Rose Annie Perez 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 Department Head Review Completed 09/25/2018 4:00 PM Budget Analyst Review Completed 10/04/2018 7:10 PM Budget Review Completed 10/05/2018 10:51 AM Procurement Review Completed 10/09/2018 11:02 AM Assistant City Manager Review Completed 10/11/2018 9:42 AM City Manager Review Completed 10/11/2018 11:05 AM Legislative Division Review Completed 10/11/2018 11:25 AM Deputy City Attorney Review Skipped 10/11/2018 11:25 AM Approved Form and Correctness Completed 10/11/2018 8:06 PM Meeting Completed 10/25/2018 9:00 AM Signed by the Mayor Completed 11/02/2018 4:08 PM Signed and Attested by the City Clerk Completed 11/02/2018 4:26 PM Rendered Completed 11/02/2018 4:26 PM City of Miami Legislation Resolution Enactment Number: R-18-0470 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 4772 Final Action Date:10/25/2018 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED ON JUNE 19, 2018, PURSUANT TO INVITATION TO BID ("ITB") NO. 17-18-024, FROM MAGGOLC, INC., A FLORIDA PROFIT CORPORATION ("MAGGOLC"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE SOUTHWEST 64TH COURT ROADWAY AND DRAINAGE IMPROVEMENTS — D4 — PROJECT NO. B- 30972, IN THE AMOUNT OF $278,927.48 FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF $11,129.10, FOR A TOTAL NOT -TO -EXCEED AWARD VALUE OF $290,056.58; ALLOCATING FUNDS FROM THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-30972; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS AND EXTENSIONS, SUBJECT TO ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVAL 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 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. WHEREAS, on May 18, 2018, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 17-18-024 for construction services for the Southwest 64th Court Roadway and Drainage Improvements — D4 — Project No. B-30972 ("Project"); and WHEREAS, three (3) bids were received by the Office of the City Clerk on June 19, 2018; and WHEREAS, Procurement has determined Maggolc, Inc., a Florida profit corporation ("Maggolc") to be the lowest responsive and responsible Bidder; and WHEREAS, the City Manager requests authorization to execute an Agreement with Maggolc in the amount of $278,927.48, plus an Owner's Contingency Allowance in the amount of $11,129.10, fora total not -to -exceed award value of $290,056.58; and WHEREAS, funds in the amount of $290,056.58 are to be allocated from Office of Capital Improvement ("OCI") Project No. B-30972; 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 as if fully set forth in this Section. Section 2. The bid received June 19, 2018, pursuant to ITB No. 17-18-024, from Maggolc, the lowest responsive and responsible Bidder, to provide construction services for the Project in the amount of $278,927.48 for the scope of work, plus an Owner's Contingency Allowance in the amount of $11,129.10, fora total not -to -exceed award value of $290,056.58, is accepted. Section 3. Funds to be allocated from OCI Project No. B-30972. Section 4. The City Manager is authorized' to execute the negotiated Agreement with Maggolc, in substantially the attached form, consisting of the ITB documents and attachments. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments and extensions, subject to allocations, appropriations, and budgetary approval 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 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 6. This Resolution shall become effective immediately upon its adoption and signature by the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey 10/11/2018 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.