HomeMy WebLinkAboutR-18-0336City of Miami
Resolution R-18-0336
Legislation
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 4336 Final Action Date: 7/26/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED, MAY 31, 2018, PURSUANT TO INVITATION
TO BID ("ITB") NO. 17-18-018, FROM V ENGINEERING & CONSULTING
CORP., A FLORIDA PROFIT CORPORATION ("V ENGINEERING"), THE
LOWEST RESPONSIVE AND RESPONSIBLE BIDDER; AUTHORIZING THE
CITY MANAGER TO EXECUTE AN AGREEMENT WITH V ENGINEERING, IN
SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB
DOCUMENTS AND ATTACHMENTS, TO PROVIDE CONSTRUCTION
SERVICES FOR THE MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY
IMPROVEMENTS AND SOUTHWEST 1ST AVENUE MILLING AND
RESURFACING, OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT
NOS. B-30637 AND B-30833, IN THE AMOUNT OF $1,163,340.99 FOR THE
SCOPE OF WORK, PLUS A TEN PERCENT (10%) OWNER'S CONTINGENCY
ALLOWANCE IN THE AMOUNT OF $116,334.09, FOR A TOTAL NOT -TO -
EXCEED AWARD VALUE OF $1,279,675.08; ALLOCATING FUNDS FROM
THE OCI PROJECT NOS. B-30637 AND B-30833; FURTHER AUTHORIZING
THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER
DOCUMENTS, INCLUDING ANY 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
OF MIAMI'S ("CITY") 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, on April 27, 2018, the Department of Procurement ("Procurement") issued
Invitation to Bid ("ITB") No. 17-18-018 for construction services in the Mary Brickell Village
Drainage and Roadway Improvements and Southwest 1st Avenue Milling and Resurfacing,
Office of Capital Improvements ("OCI") Project Nos. B-30637 and B-30833 ("Project"); and
WHEREAS, three (3) bids were received by the Office of the City Clerk on May 31,
2018; and
WHEREAS, Procurement has determined V Engineering & Consulting Corp., a Florida
Profit Corporation ("V Engineering"), to be the lowest responsive and responsible bidder with a
base bid in the amount of $1,163,340.99; and
City of Miami Page 1 of 2 File ID: 4336 (Revision:) Printed On: 4/3/2025
File ID: 4336 Enactment Number: R-18-0336
WHEREAS, the City Manager requests authorization to execute an agreement with V
Engineering in the amount of $1,163,340.99, plus a ten percent (10%) Owner's Contingency
Allowance in the amount of $116,334.09, for a total not -to -exceed award value of
$1,279,675.08; and
WHEREAS, funds in the amount of $1,279,675.08 are to be allocated from OCI Project
Nos. B-30637 and B-30833.
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 herein as if fully set forth in this Section.
Section 2. The bid received May 31, 2018, pursuant to ITB No. 17-18-018, from V
Engineering, the lowest responsive and responsible bidder, to provide construction services for
the Mary Brickell Village Drainage and Roadway Improvements and Southwest 1st Avenue
Milling and Resurfacing, OCI Project Nos. B-30637 and B-30833, in the amount of
$1,163,340.99 for the scope of work, plus a ten percent (10%) Owner's contingency in the
amount of $116,334.09, for a total not -to -exceed award value of $1,279,675.08, is accepted.
Section 3. Funds to be allocated from OCI Project Nos. B-30637 and B-30833.
Section 4. The City Manager is authorized' to execute an Agreement with V
Engineering in substantially the attached form, consisting of the ITB documents and
attachments.
Section 5. The City Manager is further authorized' to negotiate and execute all other
documents, including any 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 6. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
endez, City Httor7/16/2018
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.
City of Miami
Page 2 of 2 File ID: 4336 (Revision:) Printed on: 4/3/2025