HomeMy WebLinkAboutExhibitAGENDA ITEM SUMMARY FORM
File ID: #12486
Date: 08/25/2022
Commission Meeting Date: 10/13/2022
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: District 1
Type: Resolution
Subject: Approve - Overtown Greenway at NW 11 th Street ITB 20-21-004
Purpose of Item:
The purpose of this item is to authorize a Resolution from the Miami City Commission,
approving a recommendation to award an Agreement to FED, the lowest responsive
and responsible bidder, pursuant to ITB No. 20-21-004, to provide construction services
for the Project, with a contract value in the not -to -exceed amount of $970,588.74,
including a not -to exceed amount of $882,353.40 for the Project Scope, and an Owner's
Contingency Allowance in the not -to -exceed amount of $88,235.34, subject to
availability of funds; allocating funds from the appropriate Capital Improvements project
and Departmental budgets, subject to budgetary approval at the time of need;
authorizing the City Manager to execute the Agreement with FED in a form acceptable
to the City Attorney; 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, and in compliance with all
applicable provisions of the Code of the City of Miami, Florida, as amended ("City
Code"), including the City of Miami'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 in compliance with all applicable laws, rules, and
regulations, as may be deemed necessary for said purpose.
Background of Item:
On April 8, 2022, the Department of Procurement ("Procurement") issued ITB No. 20-
21-004 to solicit construction services for the Project, under full and open competition.
On June 6, 2022, three (3) bids were received through BidSync in response to the ITB.
After Procurement completed the due diligence review of the bids received following the
guidelines published in the ITB, it was determined that FED met the minimum
requirements set forth in the ITB, and as a result was deemed the apparent lowest
Bidder for ITB No. 20-21-004. Procurement also determined that H.G. Construction,
Development and Investment, Inc., the second lowest bidder, failed to submit the
required reference project forms, while JVA Engineering Contractor, Inc., the third
lowest bidder, failed to submit the required reference project forms and the required Bid
Bond. Consequently, both bidders were deemed non -responsive to the ITB. As a result,
Procurement requested and received concurrence from the Florida Department of
Transportation ("FDOT") to award the Project to FED, the lowest responsive and
responsible bidder to ITB No. 20-21-004. Therefore, the City Manager requests
authorization to execute an Agreement with FED in the not -to -exceed amount of
$882,353.40, plus a ten percent (10%) Owner's Contingency Allowance in the not -to -
exceed amount of $88,235.34, for a total not -to -exceed contract award value of
$970,588.74, subject to availability of funds. Funds are to be allocated from the
appropriate Capital Improvements projects and Departmental budgets.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
$970,588.74
OCI Project No.: B-173648
Office of Capital Improvements
Office of Management and Budget
Office of Management and Budget
Department of Procurement
Department of Risk Management
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
City Commission
Office of the City Clerk
Reviewed B
Hector L Badia
Lai -wan McGinnis
Leon P Michel
Annie Perez
Ann -Marie Sharpe
Nzeribe Ihekwaba
Arthur Noriega V
Valentin J Alvarez
Thomas M. Fossler
Victoria Mendez
Nicole Ewan
Maricarmen Lopez
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Risk Review
Deputy City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Approved Form and Correctness
Meeting
Meeting
Rendered
Completed 09/01/2022 9:53 AM
Completed 09/09/2022 4:02 PM
Completed 09/12/2022 11:07 AM
Completed 09/12/2022 12:28 PM
Completed 09/12/2022 7:13 PM
Completed 09/13/2022 3:49 PM
Completed 09/13/2022 7:16 PM
Completed 09/13/2022 7:30 PM
Completed 09/13/2022 7:43 PM
Completed 09/13/2022 7:47 PM
Completed 09/22/2022 9:00 AM
Completed 10/13/2022 9:00 AM
Completed 10/19/2022 1:05 PM
City of Miami
Legislation
Resolution
Enactment Number: R-22-0394
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 12486 Final Action Date:10/13/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
APPROVING A RECOMMENDATION TO AWARD A CONSTRUCTION CONTRACT
TO FLORIDA ENGINEERING AND DEVELOPMENT CORP. ("FED"), THE LOWEST
RESPONSIVE AND RESPONSIBLE BIDDER, PURSUANT TO INVITATION TO BID
("ITB") NO. 20-21-004, TO PROVIDE CONSTRUCTION SERVICES FOR THE
OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVENUE TO NW
12TH AVENUE) - PROJECT NO. B-173648, WITH A CONTRACT VALUE IN THE
NOT -TO -EXCEED AMOUNT OF $882,353.40, PLUS A TEN PERCENT (10%)
OWNER'S CONTINGENCY ALLOWANCE IN THE NOT -TO -EXCEED AMOUNT OF
$88,235.34, FOR A TOTAL NOT -TO -EXCEED CONTRACT AWARD VALUE OF
$970,588.74, SUBJECT TO AVAILABILITY OF FUNDS; ALLOCATING FUNDS FROM
THE APPROPRIATE CAPITAL IMPROVEMENTS PROJECT AND DEPARTMENTAL
BUDGETS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED;
AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT WITH FED
IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; 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,
AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF
THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE
CITY OF MIAMI'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 IN
COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS
MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, on April 8, 2022, the Department of Procurement ("Procurement") issued
Invitation to Bid ("ITB") No. 20-21-004, Overtown Greenway at Northwest 11th Street (From
Northwest 7th Avenue to Northwest 12th Avenue) - Project No. B-173648 ("Project"); and
WHEREAS, on June 6, 2022, three (3) bids were received through BidSync in response
to the ITB for the Project; and
WHEREAS, after Procurement completed the due diligence review of the bids received
following the guidelines published in the ITB, it was determined that Florida Engineering and
Development Corp. ("FED") met the minimum requirements set forth in the ITB, and as a result
was deemed the apparent lowest Bidder for ITB No. 20-21-004; and
WHEREAS, Procurement also determined that H.G. Construction, Development and
Investment, Inc., the second lowest bidder, failed to submit the required reference project forms,
while JVA Engineering Contractor, Inc., the third lowest bidder, failed to submit the required
reference project forms and the required Bid Bond, and consequently, both bidders were
deemed non -responsive to the ITB; and
WHEREAS, Procurement has determined FED to be the lowest responsive and
responsible Bidder for the Project, and requested the Florida Department of Transportation
("FDOT") to concur with the City of Miami's ("City") decision to award the Project to FED; and
WHEREAS, FDOT has concurred with the City's decision and authorized the City to
proceed with the recommendation to award a construction contract ("Agreement") to FED for
construction of the Project; and
WHEREAS, the City Manager requests authorization to execute an Agreement with FED
in the not -to -exceed amount of $882,353.40, plus a ten percent (10%) Owner's Contingency
Allowance in the not -to -exceed amount of $88,235.34, for a total not -to -exceed contract award
value of $970,588.74;
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 June 6, 2022 from FED, the lowest responsive and
responsible Bidder, pursuant to ITB No. 20-21-004, to provide construction services for the
Overtown Greenway at Northwest 11th Street (From Northwest 7t" Avenue to Northwest 12tn
Avenue) - Project No. B-173648, in the not -to -exceed amount of $882,353.40, plus a ten
percent (10%) Owner's Contingency Allowance in the not -to -exceed amount of $88,235.34, for
a total not -to -exceed contract award value of $970,588.74, is accepted.
Section 3. Funds are to be allocated from the appropriate Capital Improvements project
and Departmental budgets.
Section 4. The City Manager is authorized to execute the Agreement with FED, in a
form acceptable to the City Attorney, for said purpose, subject to availability of funds and
budgetary approval at time of need.
Section 5. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, and in compliance with all applicable provisions of the
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 in compliance with all applicable laws, rules, and regulations, as may be
deemed necessary for said purpose.
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.
APPROVED AS TO FORM AND CORRECTNESS:
Pursuant to the resolution, this item became effective immediately upon adoption by the Commission.