Loading...
HomeMy WebLinkAbout24719AGREEMENT INFORMATION AGREEMENT NUMBER 24719 NAME/TYPE OF AGREEMENT DAVID MANCINI & SONS, INC. DESCRIPTION CONSTRUCTION SERVICES AGREEMENT/GOLDEN PINES ROADWAY & DRAINAGE IMPROVEMENTS FOR SEGMENT 2/FILE ID: 14905/R-23-0486/MATTER ID: 23-2451 EFFECTIVE DATE December 14, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/14/2023 DATE RECEIVED FROM ISSUING DEPT. 12/18/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Anthony Hansen/Luis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: David Mancini & Sons, Inc. EXT. 1895 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $13,515,344.24 FUNDING INVOLVED? ❑■ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑■ YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No.1 - BidSafe/Request for Quotation ("RFQ") No. 21-22-005. PURPOSE OF ITEM (BRIEF SUMMARY) Amendment No. 1 to increase capacity of the construction contract by $5,465,453.14 for a total not -to -exceed contract value of $13,515,344.24 COMMISSION APPROVAL DATE: 10/26/2023 FILE ID: 14445 ENACTMENT NO.: R-23-0486 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP. OK to proceed. November 6, 202p3 nnIi e1.Q 58 DocuSigned by: iE 1 SUBMITTED TO RISK MANAGEMENT November 6, 20 n- i I M .PS6i —s9�4oEa6as8 DocuSigned by: ratA C aomti7 SUBMITTED TO Cdr'l,aTkTORvR@I-�Yz on behalf of Matter ID No. 23-2451(11/6/23) November 6, 202 � 2,-,,,,,,,, ct_rA DocuSigned E21,1E7... by: 0->ret_ -}1-9-1' Z APPIOVA� IPi BUDGET OfFFIC.E Pending a d 1 WASD 7PA unding to proceed December 5, 2C2'3'ar1e1�Q MM &i 31 a��d9g`�Fn6eFdE��s7... ES I _ with amendment execution LEM 12/5/23 APPROVAL BY ASSISTANT CITY MANAGER December 13, 20z3rrY I� a 1 l: 53 �OFcredsl4A1e�CbV95... E T c. Nzeri 2023 e Ihekwaba 14:00:1 �C9D2602B97E54... uSigned by: ES` APPROVAL BY DEPUTY CITY MANAGER December 13, '5r9r3'PRFE40/M ... RECEIVED BY CITY MANAGER December 14, Ni CfAhLir NO99POl DocuSigned by: Eik .- 061-CC3726 2A.. SUBMITTED TO AND ATTESTED BY CITY CLERK December 14, 20T2Q3d I ZO r :40 E$TocuSigned by: y -,-- `—E46U7560DCFi459_. 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER pR24011 DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 AMENDMENT OVERVIEW PSA TITLE: BidSafe/Request for Quotation ("RFQ") No. 21-22-005, Golden Pines Roadway and Drainage Improvements 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of ❑ City Manager — Authority level of $500.000,00 ® City Commission — RESOLUTION No. 23-0486 2. PROCUREMENT METHOD: ❑ RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 0 OTHER (Please explain): BidSafe/Request for Quotation 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 1 to increase capacity of the construction contract by $5,465,453.14 for a total not - to -exceed contract value of $13,515,344.24. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? 0 YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 23-0486 5. WHAT IS THE SCOPE OF SERVICES? The Work consists of, but is not limited to, the street reconstruction, milling and resurfacing, drainage installation, water main and water services installation, and replacement of curbs, driveways, Americans with Disabilities Act ("ADA") compliant ramps, pavement marking and signage. Utility Work will be funded by a Joint Project Agreement ("JPA") with Miami -Dade County Water and Sewer Department ("WASD"). Funding for Utility Work will be released after satisfactory inspection by WASD. The full Scope of Work is detailed in the construction drawings. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? Yes, David Mancini & Sons, Inc. is the current firm providing the service. DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Project Specific 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $8,049,891.10 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Lowest Responsive and Responsible Bidder 12.SUNBIZ: Is the Firm(s) a Florida Registered Corporation or a Foreign Corporation (not from Florida)? David Mancini & Sons, Inc. - Florida Profit Corporation DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE GOLDEN PINES ROADWAY AND DRAINAGE IMPROVEMENTS FOR SEGMENT 2 OF THE CONSTRUCTION SERVICES AGREEMENT WITH DAVID MANCINI & SONS, INC. This Amendment No. 1 ("Amendment") to the Construction Services Agreement ("Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and David Mancini & Sons, Inc., a Florida profit corporation ("Contractor" or "DMSI"), for the provision of additional construction services ("Services"), is entered into this 14 day of December 2023. RECITALS WHEREAS, pursuant to the City's Procurement Code Section 18-87 and BidSafe Request for Quotation ("RFQ") No. 21-22-005, the City Manager executed an Agreement with Contractor for an amount not -to -exceed Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10); and WHEREAS, the aforementioned solicitation was advertised concurrently with RFQ No. 21-22-004 to include Segment 1 (S.W. 23rd Terrace from S.W. 27th Avenue to S.W. 32nd Avenue) and Segment 2 (S.W. 24th Street from S.W. 27th Avenue to S.W. 32nd Avenue); and WHEREAS, the sole bid received for RFQ No. 21-22-004 was considerably higher than the available budget at the time and, therefore, not considered for award of a contract for Segments 1 and 2; and WHEREAS, the work awarded under RFQ No. 21-22-005 for Segments 3 and 4 is near completion, prompting the need to proceed with the construction of improvements in Segment 2 without further delay; and WHEREAS, it is in the best interest of the City to retain the services of the Contractor for the construction of improvements in Segment 2 once Segments 3 and 4 are completed; and WHEREAS, the current compensation limit is insufficient to address the costs associated with the construction of improvements in Segment 2; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate said costs to complete Segment 2; and WHEREAS, this Amendment to the Agreement increases the current compensation limit DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 Amendment No. 1 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements, Segment 2 by an amount of Five Million Four Hundred Sixty Five Thousand Four Hundred Fifty Three Dollars and Fourteen Cents ($5,465,453.14), from Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10) to Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty -Four Cents ($13,515,344.24); and WHEREAS, the City Commission has adopted Resolution No. R-23-0486 , to approve the corresponding increase in the compensation limits; NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Contract as follows: SECTION 2 BIDSAFE/REQUEST FOR QUOTATION GENERAL TERMS AND CONDITIONS 2. Contract Term; Not to Exceed Cost The Agreement shall commence upon issuance of the Notice of Proceed ("NTP"), which shall be issued subsequent to the execution of the Agreement by the City. The Agreement shall terminate upon notice by the City that the Agreement has been closed - out after final completion or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The total bid amount shall be the Not to Exceed (NTE) of the Project, which means the maximum cost of the Work including labor, materials, equipment, supplies, overhead expenses, and profit. For the purposes of this Agreement, said NTE is Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty -Four Cents ($13,515,344.24). The City will not be liable for payment of any amount in excess of the NTE unless, the City Commission has approved a Project contingency or has approved a prior amendment to the Contract, setting forth an additional amount due to Owner requested changes or its equivalent. If the term Guaranteed Maximum Price ("GMP") is used in this Agreement, it shall have the same definition as GMC, defined above. Nondiscrimination. Contractor represents and warrants to the City that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under this Agreement on account of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor. Contractor further covenants that no otherwise qualified individual shall, solely by reason of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. Verification of Employment Eligibility (E-Verifv). By entering into this Agreement, Contractor and its Subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled "Employment Eligibility." Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 Amendment No. 1 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements, Segment 2 new employees of Contractor; (b) it has required all Subcontractors to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the Subcontractor; (c) it has an affidavit from all Subcontractors to this Agreement attesting that the Subcontractor does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that Contractor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a Subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but Contractor has otherwise complied with its requirements under those statutes, then Contractor agrees that it shall terminate its agreement with the Subcontractor upon receipt of notice from the City of such violation by Subcontractor in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or Subcontractor no later than twenty (20) calendar days after the date of Agreement termination. Counterparts; Electronic Signatures. This Amendment may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Amendment upon request. ALL OTHER TERMS AND CONDITIONS OF THE AGREEMENT ARE IN OPERATIVE FORCE AND EFFECT AND REMAIN UNCHANGED. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 2-7-39 ✓66t1,E-2-1'1E 7... Ann Marie -Sharpe, Director Risk Management Department Amendment No. 1 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements, Segment 2 IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: .eiktcsc-. Print Name, Title ATTEST. Consultant Secretary (Affirm Consultant Seal, if available) "Contractor" or "DMSI" DAVID MANCINI & SONS, INC., a Florida profit corporation Fabio Angarita - Vice President Print Name, Title of Authorized Officer, or Manager "City" (Corporate Seal) ATTEST. CITY OF MIAMI, a Florida municipal corporation DocuSigned by: DocuSigned by: av{ Novi .E �y6g.QG�l.ggg._. ocuSi ned by: �� g ' City g Todd B. Hannon, City Cle k _,F., Ar �iur None a V Manager APPROVED AS TO INSU REQUIREMENTS: DocuSigned by: DocuSigned by: Zda—irCt-. —)‘jr—'2 --F4Ef90A[GFE)457... Victoria Mendez, City Attorney APPROVED AS TO LEGAL FORM AND CORRECTNESS: DS r-Pr (Matter 23-2451) DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 Amendment No. 1 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements, Segment 2 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of David Mancini and Sons, Inc a corporation organized and existing under the laws of the State of Florida , held on the 22 day of February , 2022 a resolution was duly passed and adopted authorizing (Name) Fabio Angarita as (Title) Uri.:0 President of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this n day ofZ' be y 20 . Secretary: ; a Print: D u 1. yprki CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of held on the day of , 20_, a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 . Partner: Print: Names and addresses of partners: Name Street Address City State Zip DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FC B654041 0 Amendment No. 1 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements, Segment 2 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) _ , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of 20 . Signed: Print: NOTARIZATION STATE OF"Yj� SS: COUNTY OF S3-Yr'n A17/A ) The foregoing instrument was acknowledged before me this 101 day of (l11,4-t r 20? by 'Dew 4 1A4cLvt , who is personally known to me or who has produced N (I-- as identification and who (did / did not take an oath. lG AT RE OF N sTA PUBLIC ST E aF e j Il e.(.[n.4) v'YYyu (,[ t'y2,_ PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC w`,y��.A..%. E.�BER /i,,�r • #qi}{ 483612 9 � 6:,on U kIs • • _4 4�+ "Pi; I°%1S lII I I II111 flN\NN DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 City of Miami Legislation Resolution Enactment Number: R-23-0486 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 14905 Final Action Date:10/26/2023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AMENDMENT NO. 1 TO THE CONSTRUCTION SERVICES AGREEMENT ("AGREEMENT") WITH DAVID MANCINI & SONS, INC., A FLORIDA PROFIT CORPORATION ("DMSI"), FOR ADDITIONAL WORK CONCERNING GOLDEN PINES ROADWAY AND DRAINAGE IMPROVEMENTS, SOLICITED UNDER BIDSAFE REQUEST FOR QUOTATION ("RFQ") NO. 21-22-005, INCREASING THE EXISTING CAPACITY BY FIVE MILLION FOUR HUNDRED SIXTY FIVE THOUSAND FOUR HUNDRED FIFTY THREE DOLLARS AND FOURTEEN CENTS ($5,465,453.14), THEREBY INCREASING THE TOTAL COMPENSATION LIMIT FROM EIGHT MILLION FORTY NINE THOUSAND EIGHT HUNDRED NINETY ONE DOLLARS AND TEN CENTS ($8,049,891.10) TO THIRTEEN MILLION FIVE HUNDRED FIFTEEN THOUSAND THREE HUNDRED FORTY FOUR DOLLARS AND TWENTY FOUR CENTS ($13,515,344.24); ALLOCATING FUNDS FROM THE APPROPRIATE SOURCE OF FUNDING, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE AGREEMENT WITH DMSI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSES; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, 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 FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. "INCOMPLETE (ITEM WAS ADOPTED WITH MODIFICATIONS). PENDING FINAL APPROVAL AS TO FORM AND CORRECTNESS BY CITY ATTORNEY." WHEREAS, pursuant to Section 18-85 of the Code of the City of Miami, Florida, as amended ("City Code"), and BidSafe Request for Qualifications ("RFQ") No. 21-22-005, the City Manager executed an Agreement with David Mancini & Sons, Inc., a Florida profit corporation ("DMSI"), for the provision of Golden Pines Roadway and Drainage Improvements for Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10); and WHEREAS, the aforementioned solicitation was advertised concurrently with RFQ No. 21-22-004 to include Segment 1 (S.W. 23rd Terrace from S.W. 27th Avenue to S.W. 32nd Avenue) and Segment 2 (S.W. 24th Street from S.W. 27th Avenue to S.W. 32nd Avenue); and DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 WHEREAS, the sole bid received for RFQ No. 21-22-004 was considerably higher than the available budget at the time and, therefore, not considered for award of an agreement for Segments 1 and 2; and WHEREAS, the work awarded under RFQ No. 21-22-005 for Segments 3 and 4 is near completion, prompting the need to proceed with the construction of improvements in Segment 2 without further delay; and WHEREAS, it is in the best interest of the City to retain the services of DMSI for the construction of improvements in Segment 2, once Segments 3 and 4 are completed; and WHEREAS, considering the additional referenced work, the current compensation limit is insufficient to address the costs associated with the construction of improvements in Segment 2; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate said costs to complete Segment 2; and WHEREAS, the proposed Amendment No. 1 to the Agreement with DMSI increases the existing capacity by Five Million Four Hundred Sixty Five Thousand Four Hundred Fifty Three Dollars and Fourteen Cents ($5,465,453.14), thereby increasing the existing total compensation limit of the Agreement from Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10) to Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty Four Cents ($13,515,344.24); NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. Amendment No. 1 to the Agreement with DMSI for additional work concerning Golden Pines Roadway and Drainage Improvements, solicited under RFQ No. 21- 22-005, increasing the existing capacity by Five Million Four Hundred Sixty Five Thousand Four Hundred Fifty Three Dollars and Fourteen Cents ($5,465,453.14), thereby increasing the total compensation limit from Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10) to Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty Four Cents ($13,515,344.24), is hereby authorized.1 Section 3. Funding shall be allocated from the appropriate source of funding, subject to budgetary approval at the time of need. Section 4. The City Manager is authorized' to execute Amendment No. 1 to the Agreement with DMSI, in a form acceptable to the City Attorney, for said purposes. Section 5. The City Manager is further authorized1 to negotiate and execute any and all other documents, including amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, 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, in forms acceptable to the City 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions. DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 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. APPROVED AS TO FORM AND CORRECTNESS: DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V DATE: October 16, 2023 City Manager ,-DocuSigned by: Cis aLfo FROM:,Vidfitii°rtana, P.E., CFM SUBJECT: Additional Work Concerning Golden Director Pines Roadway and Drainage Improvements Department of Resilience & Public Works REFERENCES: BidSafe/Request for Quotation ("RFQ") No. 21-22-005 By this memorandum, RPW is requesting to amend the Golden Pines Roadway and Drainage Improvements ("Contract") authorized pursuant to BidSafe/RFQ No. 21-22-005 to increase the contract capacity. It is necessary to increase the capacity of the contract by Five Million Four Hundred Sixty -Five Thousand Four Hundred Fifty -Three Dollars and Fourteen Cents ($5,465,453.14) to award the additional scope of work to cover Segment 2 (SW 24th Street from SW 27th Avenue to SW 32nd Avenue). BACKGROUND: On January 7, 2022, Procurement issued solicitation BidSafe/RFQ No. 21-22-005 under full and open competition to obtain bids from qualified firms. On February 22, 2022, Procurement received two (2) bids in response to the solicitation. After Procurement conducted its due diligence, the Contract was awarded to David Mancini & Sons, Inc. for a not -to -exceed contract value of $8,049,891.10 for Segment 3 (SW 24th Terrace from SW 27th Avenue to SW 32nd Avenue) and Segment 4 (SW 25th Street from SW 27th Avenue to SW 32nd Avenue) on August 2, 2022. The solicitation was advertised concurrently with BidSafe/RFQ No. 21-22-004 to include Segment 1 (SW 23rd Terrace from SW 27th Avenue to SW 32nd Avenue) and Segment 2 (SW 24th Street from SW 27th Avenue to SW 32nd Avenue). The sole bid received for BidSafe/RFQ No. 21-22-004 was considerably higher than the available budget at the time and, therefore, not considered for award of a contract for Segments 1 and 2. On or about September 22, 2023, the Commission District 4 in consultation with the Administration, Department of Resilience and Public Works, Procurement, and the City Attorney's Office made the determination that is in the best interest of the City and the District residents to complete Segment 2 without further delay while DMSI is still on site finalizing Segments 3 and 4, and requested to retain DMSI to that effect. Subsequently, the City staff requested DMSI to provide a price proposal to complete Segment 2, which was received on September 27, 2023. Upon review by City staff, it was requested that DMSI provide a best and final offer, which was received on October 10, 2023. Consequently, and after deliberate review of the final proposal by City staff, it was determined that the proposed price is in line with current market conditions, and it is recommended for approval. Approved: DocuSigned by: ra l ��o®�aL .. Arthur Noriega V,(F ity Manager Date:October 18, 2023 1 10:03:12 EDT c: Nzeribe Ihekwaba, Ph.D, P.E., Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR23195 DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 ACORO DAVIMAN-01 CERTIFICATE OF LIABILITY INSURANCE HARRISM DATE (MM/DD/YYYY) 5/26/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insurance Office of America 1855 West State Road 434 Longwood, FL 32750 CONTACT Lori David NAME: PHONE FAX (A/C, No, Ext): (407) 998-5581 (A/C, No): a DD RIEss: Lori.David@ioausa.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:LM Insurance Corporation 33600 INSURED David Mancini & Sons, Inc. 2601 Wiles Rd Pompano Beach, FL 33073 INSURER B : Liberty Insurance Corporation 42404 INSURER C: Liberty Mutual Insurance Company 23043 INSURER D : Liberty Mutual Fire Insurance Company 23035 INSURER E:XL Specialty Insurance Company 37885 INSURER F: Indian Harbor Insurance Company 36940 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X TB5-Z51-292589-033 Approved by Terry Quevado 4/1/2023 05/30/2023 4/1/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 100 000 $ X X,C,U MED EXP (Any one person) $ 5,000 X Contractual Liab PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PRO X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 EMPLOYEE BENEFI $ 2,000,000 B AUTOMOBILE X XHired LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS AUUTOS ONLY Non -Owned Auto Incl X X AS7-Z51-292589-043 4/1/2023 4/1/2024 COMBINED SINGLE LIMIT (Ea accident) 1,000 000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per Pccident $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X x TH7-Z51-292589-063 4/1/2023 4/1/2024 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION $ 0 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N / A x WC2-Z51-292589-053 4/1/2023 4/1/2024 PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ E F Equipment Floater Poll&Prof. Liability X UM00155954MA23A PEC005881302 4/1/2023 4/1/2023 4/1/2024 4/1/2024 Installation Floater $1m Each Claim/Agg 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is included as additional Insured on a primary & non-contributory basis with respect to general liability, auto liability and Pollution Liability as required by written contract. Contractual is included. XCU is not excluded. 30 day notice of cancellation is included except for 10 days for non-payment of premium. Policy includes coverge for the named insured excess of subcontractors insurance. Professional Liabilty Retroactive Date: April 1, 2020 CERTIFICATE HOLDER CANCELLATION City of Miami - 444 SW 2nd Ave, 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE - - A034287 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FC B654041 0 From: Quevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles, Yesenia Subject: RE: COI -David Mancini & Sons, Inc. - Exp 04/01/2023 Date: Tuesday, May 30, 2023 8:48:24 AM Attachments: imaoe002.onq image003.pnq Luis, The COI is adequate. Regards, P� y11-ceuecc City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax TquevedoPmiamigov.com -:Sews y, S etacc ry, atird %a orrCcry garde y From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, May 30, 2023 8:30 AM To: Quevedo, Terry <TQuevedo@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: RE: COI -David Mancini & Sons, Inc. - Exp 04/01/2023 Good morning Terry, Attached is revised COI you requested. Please review and approve. Best regards, Cc'ere'- Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ELcaseres@miamigov.com DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 DIVISION OF CORPORATIONS r Jf / J JII Of l . r r � �l org _. 1 �fJ��� f f(J!'f tin official Siam of Florida wwbsite Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation DAVID MANCINI & SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 2601 Wiles Road Pompano Beach, FL 33073 Changed: 02/03/2020 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 Registered Agent Name & Address MANCINI, DAVID A 2601 WILES ROAD POMPANO BEACH, FL 33073 Address Changed: 05/15/2017 Officer/Director Detail Name & Address Title P MANCINI, DAVID 1875 N HIBISCUS DRIVE Miami, FL 33181 DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 Title SECR MANCINI , DAVID A, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title VP Mancini, David A, Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Title VP MANCINI, RICHARD 2601 WILES ROAD POMPANO BEACH, FL 33073 Title Vice -President Angarita, Fabio 2601 Wiles Road Pompano Beach, FL 33073 Annual Reports Report Year Filed Date 2022 02/01/2022 2022 02/22/2022 2023 03/01/2023 Document Images 03/01 /2023 -- ANNUAL REPORT 02/22/2022 -- AMENDED ANNUAL REPORT 02/01 /2022 -- ANNUAL REPORT 01/29/2021 -- ANNUAL REPORT 02/03/2020 -- ANNUAL REPORT 01 /24/2019 -- ANNUAL REPORT 01 /16/2018 -- ANNUAL REPORT 05/15/2017 -- Reg. Agent Change 02/02/2017 -- ANNUAL REPORT 01 /26/2016 -- ANNUAL REPORT 10/15/2015 -- AMENDED ANNUAL REPORT 03/23/2015 -- Amendment 01 /13/2015 -- ANNUAL REPORT 09/30/2014 -- AMENDED ANNUAL REPORT 01 /17/2014 -- ANNUAL REPORT 03/13/2013 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format DocuSign Envelope ID: 5E7673C6-863A-4984-9847-B2FCB6540410 02/24/2012 -- ANNUAL REPORT View image in PDF format 02/22/2011 -- ANNUAL REPORT View image in PDF format 10/20/2010 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Monday, December 18, 2023 11:59 AM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Lee, Denise; Gomez, Marta Subject: Document Distribution - RFQ 21-22-005 - Golden Pines Roadway and Drainage Improvements Attachments: Amendment_No_1_-_RFQ_21-22-005_-_Golden_Pines-Executed 12-15-2023.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Marta You may now close this Matter ID 23- 2451 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: PSA First Party: City of Miami Second Party: David Mancini & Sons, Inc. Program/Purpose: Golden Pines Roadway and Drainage Improvements Effective Date: 12/15/2023 Best regards, i LuA.- Caere - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2