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.