Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #7366 Date: 04/02/2020 Commission Meeting Date: 05/14/2020 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 1 Type: Resolution Subject: Accept Bid - American Pipeline Construction, LLC. Purpose of Item: The purpose of this item is to approve a resolution from the Miami City Commission, accepting the bid received on January 6, 2020 from APC, the lowest responsive and responsible bidder, pursuant to ITB No. 19-20-009 to provide construction services for NW 24th Avenue, NW 25th Avenue, and NW 32nd Street Road Improvements - D1, Project No. B-30723 ("Project"), in the amount of $897,499.32 for the City of Miami ("City") -related scope of work, plus $271,507.13 for the Miami -Dade County ("MDC") Water Main -related work, plus $54,000.00 for a Dedicated Allowance to fund Off -Duty Police, $38,000.00 for a Dedicated Allowance to reimburse permit fees, plus $76,000.00 for the Owner's contingency allowance, for a total not -to -exceed contract award value of $1,337,006.45, allocating funds from the Office of Capital Improvements ("OCI") Project No. B-30723; authorizing the City Manager to execute an agreement with APC, 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, renewals, and extensions, subject to all allocations, appropriations, and prior budgetary approvals, in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended, ("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, all in a form acceptable to the City Attorney, and all in compliance with all applicable rules and regulations, as may be deemed necessary for said purpose; provided, however, that any bond funding for any phase shall require further City Commission approval. Background of Item: On November 8, 2019, the Department of Procurement ("Procurement") issued ITB No. 19-20-009, NW 24th Avenue, NW 25th Avenue, and NW 32nd Street Road Improvements - D1, Project No. B-30723, under full and open competition to procure construction services. On January 6, 2020, four (4) bids were 'received in response to the ITB. APC was deemed the lowest responsive and responsible bidder for the Project following the guidelines set forth in the ITB. The local preference ordinance was not applicable since the second lowest bid was not within fifteen percent (15%) of the lowest bid. After thorough review, and in consultation with OCI, it was determined that APL's bid was acceptable. Procurement hereby recommends that the bid received on January 6, 2020 from APC, the lowest responsive and responsible bidder, in the amount of $897,499.32 for the City -related scope of work, plus $271,507.13 for the MDC water main -related work, plus $54,000.00 for a dedicated allowance to fund off -duty police, plus $38,000.00 for a dedicated allowance to reimburse permit fees, plus $76,000.00 for the Owner's contingency allowance, for a total not -to -exceed contract award value of $1,337,006.45, be accepted. Budget Impact Analysis Item has NOT an Expenditure Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $1,337,006.45 OCI Project No.: B-30723 Department of Procurement Office of Capital Improvements Department of Risk Management Office of Management and Budget Office of Management and Budget City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Reviewed B Annie Perez Steven Williamson Ann -Marie Sharpe Yvette Smith Christopher M Rose Nzeribe Ihekwaba Arthur Noriega V Valentin J Alvarez Pablo Velez Barnaby L. Min Victoria Mendez Todd B. Hannon City Clerk's Office Procurement Review Department Head Review Risk Review Budget Analyst Review Budget Review Assistant City Manager Review City Manager Review Legislative Division Review ACA Review Deputy City Attorney Review Approved Form and Correctness Meeting Rendered Completed 04/16/2020 6:43 PM Completed 04/20/2020 2:58 PM Completed 04/20/2020 3:12 PM Completed 04/30/2020 12:43 PM Completed 04/30/2020 12:52 PM Completed 05/04/2020 8:09 AM Completed 05/04/2020 8:33 AM Completed 05/04/2020 10:21 AM Completed 05/04/2020 4:50 PM Completed 05/04/2020 5:41 PM Completed 05/05/2020 12:26 PM Completed 05/14/2020 9:00 AM Completed 05/21/2020 8:01 AM City of Miami Legislation Resolution Enactment Number: R-20-0149 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 7366 Final Action Date:5/14/2020 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID RECEIVED ON JANUARY 6, 2020 FROM AMERICAN PIPELINE CONSTRUCTION, LLC, A FLORIDA LIMITED LIABILITY COMPANY ("APC"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, PURSUANT TO INVITATION TO BID ("ITB") NO. 19-20-009 FOR THE PROVISION OF CONSTRUCTION SERVICES FOR THE NORTHWEST 24TH AVENUE, NORTHWEST 25TH AVENUE, AND NORTHWEST 32ND STREET ROAD IMPROVEMENTS - D1, PROJECT NO. B-30723, COMPRISED OF THE FOLLOWING AMOUNTS: EIGHT HUNDRED NINETY SEVEN THOUSAND FOUR HUNDRED NINETY NINE DOLLARS AND THIRTY TWO CENTS ($897,499.32) FOR THE CITY OF MIAMI ("CITY") RELATED SCOPE OF WORK, TWO HUNDRED SEVENTY ONE THOUSAND FIVE HUNDRED SEVEN DOLLARS AND THIRTEEN CENTS ($271,507.13) FOR THE MIAMI-DADE COUNTY WATER MAIN -RELATED WORK, FIFTY FOUR THOUSAND DOLLARS AND ZERO CENTS ($54,000.00) FOR A DEDICATED ALLOWANCE TO FUND OFF -DUTY POLICE, THIRTY EIGHT THOUSAND DOLLARS AND ZERO CENTS ($38,000.00) FOR A DEDICATED ALLOWANCE TO REIMBURSE PERMIT FEES, AND SEVENTY SIX THOUSAND DOLLARS AND ZERO CENTS ($76,000.00) FOR THE OWNER'S CONTINGENCY ALLOWANCE, FOR A TOTAL NOT -TO -EXCEED CONTRACT AWARD VALUE OF ONE MILLION THREE HUNDRED THIRTY SEVEN THOUSAND SIX DOLLARS AND FORTY FIVE CENTS ($1,337,006.45); ALLOCATING FUNDS FROM THE CITY'S OFFICE OF CAPITAL IMPROVEMENTS PROJECT NO. B-30723; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH APC, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, CONSISTING OF THE ITB DOCUMENTS AND ITS ATTACHMENTS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("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 ALL APPLICABLE LAWS, RULES, AND REGULATIONS AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE; PROVIDED, HOWEVER, THAT ANY BOND FUNDING FOR ANY PHASE SHALL REQUIRE FURTHER CITY COMMISSION APPROVAL FOR THE SAME. WHEREAS, on November 8, 2019, the City of Miami's ("City") Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 19-20-009 for the provision of construction services for the Northwest 24th Avenue, Northwest 25th Avenue, and Northwest 32nd Street Road Improvements - D1, Project No. B-30723 ("Project") under full and open competition for procurement of the same; and WHEREAS, on January 6, 2020, in response to said ITB, four (4) bids were received by the City's Office of the City Clerk; and WHEREAS, of the bids received, Procurement determined that American Pipeline Construction, LLC, a Florida limited liability company ("APC"), is the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization to execute an agreement ("Agreement") with APC comprised of the following amounts: Eight Hundred Ninety Seven Thousand Four Hundred Ninety Nine Dollars and Thirty Two Cents ($897,499.32) for the City related scope of work, Two Hundred Seventy One Thousand Five Hundred Seven Dollars and Thirteen Cents ($271,507.13) for the Miami -Dade County ("MDC") water main -related work, Fifty Four Thousand Dollars and Zero Cents ($54,000.00) for a dedicated allowance to fund off - duty police, Thirty Eight Thousand Dollars and Zero Cents ($38,000.00) for a dedicated allowance to reimburse permit fees, and Seventy Six Thousand Dollars and Zero Cents ($76,000.00) for the Owner's contingency allowance, for a total not -to -exceed contract award value of One Million Three Hundred Thirty Seven Thousand Six Dollars and Forty Five Cents ($1,337,006.45); and WHEREAS, funds for the Agreement shall be allocated from the City's Office of Capital Improvements ("OCI") Project No. B-30723; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid received on January 6, 2020 from APC, the lowest responsive and responsible bidder, pursuant to ITB No. 19-20-009 for the provision of construction services for the Project comprised of the following amounts: Eight Hundred Ninety Seven Thousand Four Hundred Ninety Nine Dollars and Thirty Two Cents ($897,499.32) for the City related scope of work, Two Hundred Seventy One Thousand Five Hundred Seven Dollars and Thirteen Cents ($271,507.13) for the MDC water main -related work, Fifty Four Thousand Dollars and Zero Cents ($54,000.00) for a dedicated allowance to fund off -duty police, Thirty Eight Thousand Dollars and Zero Cents ($38,000.00) for a dedicated allowance to reimburse permit fees, and Seventy Six Thousand Dollars and Zero Cents ($76,000.00) for the Owner's contingency allowance, for a total not -to -exceed contract award value of One Million Three Hundred Thirty Seven Thousand Six Dollars and Forty Five Cents ($1,337,006.45) is accepted. Section 3. Funds shall be allocated from OCI Project No. B-30723. Section 4. The City Manager is authorized' to execute the Agreement with APC, in a form acceptable to the City Attorney, consisting of the ITB documents and its attachments. Section 5. The City Manager is further authorized' to negotiate and execute any and all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("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 all applicable laws, rules, and regulations as may be deemed necessary for said purpose; provided, however, that any bond funding for any phase shall require further City Commission approval for the same. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey ) 5/5/2020 1 The herein authorization is further subject to compliance with all legal regulations that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions.