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