Loading...
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.