HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #3779
Date: 03/09/2018
Commission Meeting Date: 04/12/2018
Requesting Department: Department of
Resilience and Public Works
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid — Citywide Storm Sewer Repair and Installation Services
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received January 17, 2018, for a service contract with JVA
Engineering Contractor, Inc. ("JVA"), the lowest responsive and responsible Bidder,
pursuant to Invitation for Bid ("IFB") No. 786381 for Citywide Storm Sewer Repair and
Installation, for a period of three (3) years, with the option to renew for two (2) additional
two (2) year periods, in the not to exceed amount of $2,895,862.00, allocating funds
from capital improvement project no. B30262 and other funding sources, subject to the
availability of funds and budget approval at the time of need. Authorizing the City
Manager to negotiate and execute all other documents, including any contracts,
amendments, renewals, extensions, and modifications, including without limitation,
increases in capacity and increases to the contract funding which may be
administratively approved by the City Manager subject to allocations, appropriations and
budgetary approval having been previously made, and in compliance with applicable
provisions of the City Code, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Background of Item:
On December 15, 2017, the Department of Procurement ("Procurement") issued IFB No.
786381 — Citywide Storm Sewer Repair and Installation (the "Project") under full and open
competition to obtain storm sewer repair and installation services. On January 17, 2018, the
IFB closing date, two (2) bids were received in response to the IFB. JVA is the lowest
responsive and responsible Bidder for the Project following the guidelines set forth in the IFB.
Procurement hereby recommends award of the contract to JVA, whose total bid amount is
$2,895,862.00 annually.
Budget Impact Analysis
Item is an Expenditure
Item is NOT funded by Bonds
Item is NOT Related to Revenue
Total Fiscal Impact:
$2,895,862.00 annually
General Account No: Capital Improvement Project No. B30262 and other funding sources
Department of Resilience and Public
Review Completed
Office of Management and Budget
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Legislative Division
Office of the City Attorney
Office of the City Clerk
Reviewed B
Works
03/14/2018 12:03 PM
Carolina Aguila
Yvette Smith
Christopher M Rose
Annie Perez
Nzeribe Ihekwaba
Nikolas Pascual
Valentin J Alvarez
Valentin J Alvarez
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
Valentin J Alvarez
Victoria Mendez
City Clerk's Office
Juvenal Santana
Budget Analyst Review
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
City Manager Review
Legislative Division Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Department Head
Skipped
Completed
Completed
Completed
Completed
Completed
Completed
Skipped
Completed
Completed
Signed by the Mayor Completed
Signed and Attested by the City Clerk Completed
Legislative Division Review Completed
Approved Form and Correctness with Modification(s)
Rendered Completed
03/28/2018 9:27 AM
03/30/2018 6:17 AM
04/03/2018 2:12 PM
04/03/2018 3:05 PM
04/03/2018 3:30 PM
04/03/2018 5:48 PM
04/03/2018 6:05 PM
04/03/2018 3:39 PM
04/03/2018 6:06 PM
04/12/2018 9:00 AM
04/19/2018 6:29 PM
04/19/2018 6:48 PM
05/21/2018 9:32 AM
Completed
06/04/2018 11:32 PM
City of Miami
Legislation
Resolution
Enactment Number: R-18-0145
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 3779 Final Action Date:4/12/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID
RECEIVED ON JANUARY 17, 2018, PURSUANT TO INVITATION FOR BID ("IFB")
NO. 786381, FROM JVA ENGINEERING CONTRACTOR, INC., A FLORIDA PROFIT
CORPORATION ("JVA"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER
TO PROVIDE CITYWIDE STORM SEWER REPAIR AND INSTALLATION SERVICES,
ON AN AS -NEEDED CONTRACTUAL BASIS, FOR A TERM OF THREE (3) YEARS,
WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL, TWO (2) YEAR
PERIODS; ALLOCATING FUNDS FROM THE CAPITAL IMPROVEMENTS PROJECT
NO. B30262 AND OTHER FUNDING SOURCES, SUBJECT TO THE AVAILABILITY
OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING
THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS,
INCLUDING ANY CONTRACTS, AMENDMENTS, RENEWALS, AND EXTENSIONS,
SUBJECT TO ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVAL
HAVING BEEN PREVIOUSLY MADE, AND IN COMPLIANCE WITH 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 A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, Public Works has a need for Storm Sewer Repair and Installation services;
and
WHEREAS, the City of Miami ("City") issued Invitation for Bid ("IFB") No. 786381, to
establish a Contract for Citywide Storm Sewer Repair and Installation services;
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 January 17, 2018, pursuant to IFB No. 786381, from JVA
Engineering Contractor, Inc., a Florida profit corporation ("JVA"), the lowest responsive and
responsible Bidder to provide Citywide storm sewer repair and installation services, on an as -
needed contractual basis, for a period of three (3) years, with the option to renew for two (2)
additional, two (2) year periods, is accepted.
Section 3. Funds to be allocated from Capital Improvements Program Project No.
B30262 and other funding sources, subject to the availability of funds and budgetary approval at
the time of need.
Section 4. The City Manager is authorized to negotiate and execute all other
documents, including any contracts, amendments, renewals, and extensions subject to
allocations, appropriations and budgetary approval having been previously made, and in
compliance with 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 a form acceptable to the
City Attorney, and in compliance with applicable regulations, as may be necessary for said
purpose.
Section 5. 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 ) 4/3/2018
1 The herein authorization is further subject to compliance with all requirements 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.