HomeMy WebLinkAboutR-22-0394City of Miami
Resolution R-22-0394
Legislation
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
City of Miami Page 1 of 3 File ID: 12486 (Revision:) Printed On: 6/23/2025
File ID: 12486 Enactment Number: R-22-0394
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 7th 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 authorizedI 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 authorized1 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.
City of Miami Page 2 of 3 File ID: 12486 (Revision:) Printed on: 6/23/2025
File ID: 12486
APPROVED AS TO FORM AND CORRECTNESS:
r
dez, ity
ttor
ey 9/13/2022
Enactment Number: R-22-0394
City of Miami Page 3 of 3 File ID: 12486 (Revision:) Printed on: 6/23/2025