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.