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.