HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #4337
Date: 06/26/2018
Commission Meeting Date: 07/26/2018
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: District 3
Type: Resolution
Subject: Invitation to Bid - Grove Park Roadway and Water Main Improvements
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received April 11, 2018 for a construction contract with V Engineering
& Consulting Corp. ("V Engineering"), the lowest responsive and responsible bidder,
pursuant to Invitation to Bid ("ITB") No. 17-18-019 for the Grove Park Roadway and
Water Main Improvements — D3 - Project No. B-40347, in the amount of $1,573,500.00,
plus an Owner's contingency of $89,582.82, for a total contract amount not -to -exceed
$1,663,082.82, allocating funds from Office of Capital Improvement Project No. B-
40347.
Background of Item:
On March 8, 2018, the Department of Procurement ("Procurement") issued ITB No. 17-
18-019 - Grove Park Roadway and Water Main Improvements — D3 - Project No. B-
40347 ("Project") under full and open competition to obtain construction services. On
April 11, 2018, the ITB closing date, six (6) bids were received in response to the ITB. V
Engineering is the lowest responsive and responsible bidder for the Project following the
guidelines in the ITB and after completion of the "Best and Final Offer" process required
by the City's Local Preference Ordinance. Procurement hereby recommends award of
the contract to V Engineering, whose total bid amount is $1,573,500.00, plus an
Owner's contingency of $89,582.82, for a total contract amount not -to -exceed
$1,663,082.82.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$1,663,082.82
Project No.: B-40347
Reviewed B
Department of Community and Economic Development
Review Skipped 06/28/2018 10:39 AM
Office of Capital Improvements Steven Williamson
Office of Management and Budget Yvette Smith
Office of Management and Budget Christopher M Rose
Department of Procurement
City Manager's Office
Legislative Division
City Manager's Office
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
Annie Perez
Fernando Casamayor
Valentin J Alvarez
Nikolas Pascual
Valentin J Alvarez
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
City Clerk's Office
Carolina Aguila Department Head
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
Legislative Division Review
City Manager Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Signed by the Mayor
Signed and Attested by the City
Rendered
Clerk Completed
Completed 07/05/2018 11:29 AM
Completed 07/10/2018 5:59 PM
Completed 07/12/2018 12:14 PM
Completed 07/13/2018 10:24 AM
Completed 07/16/2018 11:32 AM
Completed 07/16/2018 11:52 AM
Completed 07/16/2018 1:07 PM
Skipped 07/16/2018 11:54 AM
Completed 07/16/2018 6:50 PM
Completed 07/26/2018 9:00 AM
Completed 08/06/2018 4:07 PM
08/06/2018 4:47 PM
Completed 08/06/2018 4:47 PM
City of Miami
Legislation
Resolution
Enactment Number: R-18-0337
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 4337 Final Action Date:7/26/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED APRIL 11, 2018, PURSUANT TO INVITATION TO
BID ("ITB") NO. 17-18-019, FROM V ENGINEERING & CONSULTING CORP. ("V
ENGINEERING"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER AFTER
A BEST AND FINAL OFFER; 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 GROVE PARK ROADWAY AND WATER
MAIN IMPROVEMENTS — D3 - PROJECT NO. B-40347, IN THE AMOUNT OF
$1,573,500.00 FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY
ALLOWANCE IN THE AMOUNT OF $89,582.82, FOR A TOTAL NOT -TO -EXCEED
AWARD VALUE OF $1,663,082.82; ALLOCATING FUNDS FROM THE OFFICE OF
CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-40347; 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, the City of Miami's ("Miami") Department of Procurement ("Procurement")
issued Invitation to Bid ("ITB") No. 17-18-019 for construction services in the Grove Park
Roadway and Water Main Improvements — D3 - Project No. B-40347 ("Project"); and
WHEREAS, six (6) bids were received by the Office of the City Clerk on April 11, 2018; and
WHEREAS, Procurement has determined V Engineering & Consulting Corp. ("V
Engineering") to be the lowest responsive and responsible bidder after a Best and Final Offer,
pursuant to Section 18-89(b) of the Code of the City of Miami, Florida, as amended ("City
Code"), with a bid in the amount of $1,573,500.00; and
WHEREAS, the City Manager requests authorization to execute an Agreement with V
Engineering in the amount of $1,573,500.00, plus an Owner's Contingency Allowance in the
amount of $89,582.82, for a total not -to -exceed award value of $1,663,082.82; and
WHEREAS, funds in the amount of $1,663,082.82 are to be allocated from Office of Capital
Improvements ("OCI") Project No. B-40347;
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 April 11, 2018, and revised as a Best and Final Offer on May
22, 2018, pursuant to ITB No. 17-18-019, from V Engineering, the lowest responsive and
responsible bidder, to provide construction services for the Project, in the amount of
$1,573,500.00 for the scope of work, plus an Owner's contingency in the amount of $89,582.82,
for a total not -to -exceed award value of $1,633,082.82, is accepted.
Section 3. Funds are to be allocated from OCI Project No. B-40347.
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:
ndez, Ginty Attor ey 7/16/2018
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.