HomeMy WebLinkAboutMemo - Recommendation of AwardCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Johnny Martinez, P.E.,
City Manager
FROM: Albert Sosa, P.E., Director
DATE: August 31, 2012 FILE:
SUBJECT: Recommendation of Award for NW 8th
Street & NW 14Ih Court Roadway and
Drainage Improvements - B-30745 and
B-30746
REFERENCES: ITB 11-12-041
Capital :Improvements Prograwy ENCLOSURES:
Recommendation
Based on the findings below, Capital Improvements Program hereby recommends that the Project be awarded to
C&W Pipeline, Inc. ("C&W") who has been determined to be the lowest responsive and responsible Bidder for
ITB 11-12-041 - NW 8th Street & NW 14th Court Roadway and Drainage hmprovements — Project No.'s B-
30745 and B-30746.
Background
On Friday, August 27, 2012, Capital Improvements Program ("CIP") received ten (10) bids in response to the
solicitation for NW 8th Street & NW 14`h Court Roadway and Drainage Improvements - ITB 11-12-041 (the
"Project") (see attached).
Bidders were required to hold a current certified General Contractor license issued by the State of Florida OR a
Miami -Dade County Certificate of Competency as a General Engineering Contractor. In addition, to one of the
above -specified licenses, Bidders had to have a minimum of five (5) years experience under its current business
name in the construction of roadway/horizontal projects involving public right-of-way,
construction/installation/repair/replacement of drainage system pipes and maintenance of vehicular traffic,
where the Bidder self -performed at least thirty percent (30%) of the physical construction work, supported by
references for five (5) projects completed within the past five (5) years.
Findings
As reflected on the attached Bid Security List, C&W was the lowest bidder for ITB 11-12-041 and the local
preference ordinance is not applicable since none of the other Bidders whose bid is within fifteen percent (15%)
of C&W's bid maintains a "local" office, as defined in Section 18-73 of the City of Miami Code. After
determining that C&W is a responsible bidder and meets the minimum requirements to bid on the Project, CIP
staff analyzed, discussed and compared the line items in C&W's bid with the design consultant's construction
estimates for said items and, based thereon, determined that C&W's bid is responsive to ITB 11-12-041. Having
determined that C&W is the lowest responsive and responsible bidder for ITB 1 1-12-041, CIP recommends that
the Project be awarded to C&W. However, while reviewing the bids submitted for. the Project, CIP staff
determined that it is necessary to expand the Project's scope to include the installation of a limited amount of
additional linear feet of drainage, curb and gutter work in order to enhance the aesthetics of the completed
Project. To that end, C&W has agreed to accept award of the contract with the expanded scope of work to be
completed based on the same unit prices as in the schedule of values on which its original bid is based.
Contract Execution
Based on the above, CIP hereby requests authorization to prepare for execution a contract in the amount of
C&W's total bid of $425,895.25, plus a ten percent (10%) contingency of $42,589 and an additional reserve in
the amount of $57,411 to complete the expansion work for a total contract amount not to exceed $525, 895.25.
cc: Alice Bravo, Assistant City Manager
Albert Sosa, P.E., Director, CIP
Jeovanny Rodriguez, Assistant Director, CIP
Robert Fenton, Project Manager, C1P
Eric Rush, Senior Construction Manager, C1P
2
A )proved:
Jo y Marti
Ci i anager
Date: Cl•"" 3�