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.