HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #7523
Date: 06/11/2020
Commission Meeting Date: 07/23/2020
Requesting Department: Department of Real
Estate and Asset Management
Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Accept Bid - Dock & Marine Construction
Purpose of Item:
A Resolution of the Commission of the City of Miami, accepting the Bid received on
April 2, 2020, from Dock and Marine, the lowest responsive and responsible Bidder,
pursuant to Invitation to Bid (ITB) No. 19-20-017, to provide construction services for the
Watson Island Mooring Field Project, in the amount of $573,460.00 for the scope of
work, plus a ten percent (10%) Owner's Contingency Allowance in the amount of
$57,346.00, for a total not -to -exceed contract award value of $630,806.00, allocating
funds from Capital Project No. B-70047.
Background of Item:
On February 21, 2020, Procurement issued Invitation to Bid ("ITB") No. 19-20-017
under full and open competition to obtain bids from qualified firms on behalf of the City's
Department of Real Estate and Asset Management (DREAM). On April 2, 2020,
Procurement received three (3) bids in response to the solicitation. Subsequently,
Procurement conducted its due diligence and review of the minimum qualifications and
submission requirements of the ITB, upon which Dock and Marine's bid was deemed
the lowest responsive and responsible bid.
Procurement completed the review of the bids following the guidelines published in the
solicitation. As reflected on the Bid Security List, Shoreline Foundation, Inc.
("Shoreline") was the apparent lowest Bidder for ITB 19-20-017. However, the
solicitation explicitly required Bidders to submit with their bid a certificate verifying the
anchor installer's accreditation to install a Certified Helical Anchor system for the
mooring field. Both Shoreline and Kearns Construction Company, the third lowest
bidder, failed to submit the required Helical Anchor system certification and, thus, were
deemed non -responsive to the solicitation. After consultation with the City Attorney's
Office, Dock and Marine was determined to be the lowest responsive and responsible
Bidder for ITB 19-20-017.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$630,806.00
Capital Project No.: B-70047
Real Estate and Asset Management Aldo Bustamante
Department of Procurement
Office of Grants Administration
Office of Management and Budget
Office of Management and Budget
Office of Management and Budget
Department of Risk Management
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
Lillian P Blondet
Carolina Aguila
Rene Lazaro Hernandez
Christopher M Rose
Ann -Marie Sharpe
Fernando Casamayor
Arthur Noriega V
Valentin J Alvarez
Pablo Velez
Barnaby L. Min
Victoria Mendez
Nicole Ewan
City Clerk's Office
Department Head Review
Procurement Review
Grant Review
Budget Analyst Review
Budget Analyst Review
Budget Review
Risk Review
Assistant City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Rendered
Completed 06/11/2020 10:30 AM
Completed 06/12/2020 11:08 AM
Completed 06/18/2020 10:38 AM
Skipped 07/01/2020 9:43 AM
Completed 07/08/2020 11:43 PM
Completed 07/09/2020 7:49 AM
Completed 07/09/2020 8:41 AM
Completed 07/14/2020 11:36 AM
Completed 07/14/2020 11:41 AM
Completed 07/14/2020 11:59 AM
Completed 07/14/2020 5:06 PM
Completed 07/14/2020 5:28 PM
Completed 07/14/2020 7:12 PM
Completed 07/23/2020 9:00 AM
Completed 07/27/2020 8:37 AM
City of Miami
Legislation
Resolution
Enactment Number: R-20-0207
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 7523 Final Action Date:7/23/2020
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED ON APRIL 2, 2020, FROM DOCK AND MARINE
CONSTRUCTION CORP, A FLORIDA PROFIT CORPORATION ("DOCK AND
MARINE"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, PURSUANT
TO INVITATION TO BID ("ITB") NO. 19-20-017, TO PROVIDE CONSTRUCTION
SERVICES FOR THE WATSON ISLAND MOORING FIELD PROJECT IN THE
AMOUNT OF FIVE HUNDRED SEVENTY THREE THOUSAND FOUR HUNDRED
SIXTY DOLLARS ($573,460.00) FOR THE SCOPE OF WORK, PLUS A TEN
PERCENT (10%) OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF
FIFTY SEVEN THOUSAND THREE HUNDRED FORTY SIX DOLLARS ($57,346.00),
FOR A TOTAL NOT TO EXCEED AWARD VALUE OF SIX HUNDRED THIRTY
THOUSAND EIGHT HUNDRED SIX DOLLARS ($630,806.00); ALLOCATING FUNDS
FROM THE DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT
("DREAM") PROJECT NO. B-70047; AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE AN AGREEMENT WITH DOCK AND MARINE, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, CONSISTING OF THE ITB
DOCUMENTS AND ATTACHMENTS; FURTHER AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS,
INCLUDING ANY AMENDMENTS 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.
WHEREAS, on February 21, 2020, the Department of Procurement ("Procurement")
issued Invitation to Bid ("ITB") No. 19-20-017 for construction services for the Watson Island
Mooring Field Project — D2, Department of Real Estate and Asset ("DREAM") Project No. B-
70047 under full and open competition; and
WHEREAS, on April 2, 2020, three (3) bids were received by the Office of the City Clerk;
and
WHEREAS, Procurement completed the review of the bids following the guidelines
published in the solicitation and determined Dock and Marine Construction Corp, a Florida profit
corporation ("Dock and Marine"), was the lowest responsive and responsible bidder; and
WHEREAS, the City Manager requests authorization to negotiate and execute an
Agreement ("Agreement") with Dock and Marine in the amount of Five Hundred Seventy Three
Thousand Four Hundred Sixty Dollars ($573,460.00) for the Scope of Work, plus a ten percent
(10%) owner's contingency allowance in the amount of Fifty Seven Thousand Three Hundred
Forty Six Dollars ($57,346.00), for a total not to exceed contract award value of Six Hundred
Thirty Thousand Eight Hundred Six Dollars ($630,806.00), in a form acceptable to the City
Attorney;
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 on April 2, 2020 from Dock and Marine, the lowest
responsive and responsible bidder, pursuant to ITB No. 19-20-017, to provide construction
services for the Watson Island Mooring Field Project, in the amount of Five Hundred Seventy
Three Thousand Four Hundred Sixty Dollars ($573,460.00) for the scope of work, plus a ten
percent (10%) owner's contingency allowance in the amount of Fifty Seven Thousand Three
Hundred Forty Six Dollars ($57,346.00), for a total not to exceed contract award value of Six
Hundred Thirty Thousand Eight Hundred Six Dollars ($630,806.00), is accepted.
Section 3. Funds are allocated from DREAM Project No. B-70047.
Section 4. The City Manager is authorized' to negotiate and execute an Agreement with
Dock and Marine, in a form acceptable to the City Attorney, consisting of the ITB documents
and attachments.
Section 5. The City Manager is further authorized1 to negotiate and execute any and all
other documents, including any amendments 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.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Httor ey ) 7/14/2020
1 The herein authorization is further subject to compliance with all regulations that may be imposed by the
City Attorney, including but not limited to those prescribed by applicable City Charter and City Code
provisions.