Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #3617 Date: 02/01/2018 Commission Meeting Date: 03/08/2018 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 4 Type: Resolution Subject: Accept Bid - SW 5th Street Roadway Improvements Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received November 30, 2017, for a construction contract with JVA Engineering Contractor Inc. ("JVA"), the lowest responsive and responsible Bidder, pursuant to Invitation to Bid ("ITB") No. 16-17-067 for the SW 5th Street Roadway Improvements — D4 — Project No. B-30966, in the amount of $386,794.80 plus a ten percent (10%) contingency for a total amount not to exceed $425,474.28, allocating funds from Capital Improvement Project No. B-30966. Background of Item: On November 1, 2017, the Department of Procurement ("Procurement") issued ITB No. 16-17-067 — SW 5th Street Roadway Improvements — D4 — Project No. B-30966 (the "Project") under full and open competition to obtain construction services. On November 30, 2017, the ITB closing date, five (5) bids were received in response to the ITB. JVA is the lowest responsive and responsible Bidder for the Project following the guidelines in the ITB. Procurement hereby recommends award of the contract to JVA, whose total bid amount is $386,794.80, plus a ten percent (10%) owner contingency for a total Contract amount not to exceed $425,474.28. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $425,474.28 OCI Project No: B-30966 Reviewed B Office of Capital Improvements Jeovanny Rodriguez Department Head Review Completed 02/05/2018 11:10 AM Office of Management and Budget Yvette Smith Budget Analyst Review Completed 02/16/2018 3:58 PM Office of Management and Budget Department of Procurement City Manager's Office City Manager's Office Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Office of the City Clerk Christopher M Rose Annie Perez Alberto N. Parjus Alberto N. Parjus Valentin J Alvarez Barnaby L. Min Victoria Mendez Nicole Ewan Mayor's Office City Clerk's Office City Clerk's Office Budget Review Completed Procurement Review Completed Assistant City Manager Review Completed City Manager Review Completed Legislative Division Review Completed Deputy City Attorney Review Completed Approved Form and Correctness Completed Meeting Completed Signed by the Mayor Completed Signed and Attested by the City Clerk Completed Rendered Completed 02/22/2018 4:35 AM 02/22/2018 12:12 PM 02/22/2018 3:47 PM 02/22/2018 3:47 PM 02/22/2018 7:00 PM 02/22/2018 7:07 PM 02/22/2018 8:57 PM 03/08/2018 9:00 AM 03/19/2018 2:29 PM 03/19/2018 3:33 PM 03/19/2018 3:33 PM City of Miami Legislation Resolution Enactment Number: R-18-0111 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 3617 Final Action Date:3/8/2018 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED NOVEMBER 30, 2017 PURSUANT TO INVITATION TO BID ("ITB") NO. 16-17-067 FROM JVA ENGINEERING CONTRACTOR INC. ("JVA"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE SOUTHWEST 5TH STREET ROADWAY IMPROVEMENTS — D4 — PROJECT NO. B-30966, IN THE AMOUNT OF $386,794.80 FOR THE SCOPE OF WORK PLUS A TEN PERCENT (10%) OWNER CONTINGENCY IN THE AMOUNT OF $38,679.48, FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $425,474.28; ALLOCATING FUNDS FROM THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-30966; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, AND TO NEGOTIATE AND EXECUTE ANY AND ALL SUBSEQUENT DOCUMENTS, INCLUDING ANY AMENDMENTS AND MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE. WHEREAS, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 16-17-067 for construction services for the Southwest 5th Street Roadway Improvements — D4 — Project No. B-30966 ("Project"); and WHEREAS, five (5) bids were received by the Office of the City Clerk on November 30, 2017; and WHEREAS, Procurement has determined JVA Engineering Contractor Inc. ("JVA") to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization to execute an agreement with JVA in the amount of $386,794.80, plus a ten percent (10%) owner contingency in the amount of $38,679.48, for a total not to exceed award value of $425,474.28; and WHEREAS, funds in the amount of $425,474.28 are to be allocated from Office of Capital Improvements ("OCI") Project No. B-30966; 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 November 30, 2017 pursuant to ITB No. 16-17-067 from JVA, the lowest responsive and responsible bidder, to provide construction services for the Southwest 5th Street Roadway Improvements — D4 — Project No. B-30966 in the amount of $386,794.80 for the scope of work, plus a ten percent (10%) owner contingency in the amount of $38,679.48, for a total not to exceed award value of $425,474.28, is accepted. Section 3. Funds are to be allocated from OCI Project No. B-30966. Section 4. The City Manager is authorized to execute the negotiated agreement with JVA, in substantially the attached form, consisting of the ITB documents and attachments. Section 5. The City Manager is further authorized to negotiate and execute any and all subsequent documents, including any amendments and modifications to said agreement, in a form acceptable to the City Attorney, and in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey 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. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission.