Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #6007 Date: 06/04/2019 Commission Meeting Date: 07/11/2019 Requesting Department: Department of Real Estate and Asset Management Sponsored By: District Impacted: District 2 Type: Resolution Subject: Accept Bid - Dinner Key North Mooring Facility Purpose of Item: The purpose of this item is to authorize a resolution of the Miami City Commission, accepting the bid received on March 5, 2019, for a construction contract with Dock and Marine Construction Corp. ("Dock"), the lowest responsive and responsible Bidder, pursuant to Invitation to Bid ("ITB") No. 18-19-009 for Dinner Key North Mooring Facility — Project No. B-70048, in the amount of $198,396.00 for the scope of work, plus an Owner's Contingency Allowance in the amount of $19,839.60, for a total contract amount not -to -exceed award value of $218,235.60, allocating funds from the Department of Real Estate and Asset Management ("DREAM") Project B-70048. Background of Item: On January 25, 2019, the Department of Procurement ("Procurement") issued ITB No. 18-19-009 — Dinner Key North Mooring Facility - Project No. B-70048 (the "Project") under full and open competition to obtain construction services. On March 5, 2019, the ITB closing date, five (5) bids were received in response to the ITB. Dock is the lowest responsive and responsible Bidder for the Project following the guidelines in the ITB. The local preference ordinance is not applicable since the second Bidder is not within fifteen percent (15%) of the lowest Bidder's. After thorough review, DREAM determined that Dock's bid is acceptable. Procurement hereby recommends award of the contract to Dock, whose total bid amount is $198,396.00 for the scope of work, plus an Owner's Contingency Allowance in the amount of $19,839.60, for a total contract amount not -to -exceed award value of $218,235.60, allocating funds from the Department of Real Estate and Asset Management's Project No. B-70048. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $218,235.60 DREAM Project No.: B-70048 Department of Procurement Real Estate and Asset Management Department of Risk Management Office of Management and Budget Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division City Manager's Office 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 Reviewed B Annie Perez Aldo Bustamante Ann -Marie Sharpe Carolina Aguila Yvette Smith Christopher M Rose Fernando Casamayor Valentin J Alvarez Nikolas Pascual Valentin J Alvarez Victoria Mendez Maricarmen Lopez Mayor's Office City Clerk's Office City Clerk's Office Procurement Review Completed 06/04/2019 4:48 PM Department Head Review Completed 06/05/2019 7:58 AM Risk Review Completed 06/05/2019 10:24 AM Budget Analyst Review Skipped 06/05/2019 2:37 PM Budget Analyst Review Completed 06/26/2019 8:23 AM Budget Review Completed 06/27/2019 4:40 AM Assistant City Manager Review Completed 06/27/2019 12:12 PM Legislative Division Review Completed 06/27/2019 7:17 PM City Manager Review Completed 06/28/2019 11:49 AM Deputy City Attorney Review Skipped 06/11/2019 10:15 AM Approved Form and Correctness Completed 07/01/2019 7:39 PM Meeting Completed 07/11/2019 9:00 AM Signed by the Mayor Completed 07/19/2019 1:27 PM Signed and Attested by the City Clerk Completed 07/19/2019 2:11 PM Rendered Completed 07/19/2019 2:12 PM City of Miami Legislation Resolution Enactment Number: R-19-0263 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 6007 Final Action Date:7/11/2019 A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID RECEIVED ON MARCH 5, 2019, PURSUANT TO INVITATION TO BID ("ITB") NO. 18- 19-009, FROM DOCK AND MARINE CONSTRUCTION CORP. ("DOCK'), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE DINNER KEY NORTH MOORING FACILITY — PROJECT NO. B-70048, IN THE AMOUNT OF $198,396.00, FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF $19,839.60, FOR A TOTAL NOT -TO -EXCEED AWARD VALUE OF $218,235.60; ALLOCATING FUNDS FROM THE DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT'S ("DREAM") PROJECT NO. B-70048; AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT WITH DOCK, 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 January 25, 2019, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 18-19-009 for construction services for Dinner Key North Mooring Facility — Project No. B-70048 ("Project"); and WHEREAS, five (5) bids were received by the Office of the City Clerk on March 5, 2019; and WHEREAS, Procurement has determined Dock and Marine Construction Corp. ("Dock") to be the lowest responsive and responsible Bidder; and WHEREAS, the City Manager requests authorization to execute a negotiated Agreement ("Agreement") with Dock in the amount of $198,396.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $19,839.60, for a total not -to -exceed award value of $218,235.60; and WHEREAS, funds in the amount of $218,235.60 are to be allocated from DREAM Project No. B-70048; 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 March 5, 2019, pursuant to ITB No. 18-19-009, from Dock, the lowest responsive and responsible Bidder, to provide construction services for the Project in the amount of $198,396.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $19,839.60, for a total not -to -exceed award value of $218,235.60, is accepted. Section 3. Funds to be allocated from DREAM Project No. B-70048. Section 4. The City Manager is authorized' to execute the Agreement with Dock, 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, ity Attor ey 7/1/2019 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.