Loading...
HomeMy WebLinkAboutR-20-0207City of Miami Resolution R-20-0207 Legislation 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 City of Miami Page 1 of 3 File ID: 7523 (Revision:) Printed On: 5/5/2025 File ID: 7523 Enactment Number: R-20-0207 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. 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. City of Miami Page 2 of 3 File ID: 7523 (Revision:) Printed on: 5/5/2025 File ID: 7523 Enactment Number: R-20-0207 APPROVED AS TO FORM AND CORRECTNESS: City of Miami Page 3 of 3 File ID: 7523 (Revision:) Printed on: 5/5/2025