Loading...
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.