Loading...
HomeMy WebLinkAboutSubmittal-City Manager's Recommendation MemoCITY OF MIAMI, FLORIDA . INTER -OFFICE MEMORANDUM • TO:. Johnny Martinez, P.E:, DATE: January 28; 2013 •FILET • City Manager : ' : SUBJECT: Recoinmendntiop of Award for Beacom : Project Area Improvements- Phase I - ' B-30699 FRO Mark Spanioli, P.E., Director • REFERENCES:. ITB.12-13-011 . "apital• Improvements Program ., ENCLOSURES: • • • ' Recommendation Based on the findings below, Capital Improvements Program hereby recommends that the Project be awarded to MAGGOLC, Inc. ("MAGGOLC"), who has been determined to be the lowest responsive and responsible. Bidder for ITB 12-13-011 - Beacom Project Area Improvements - Phase•I — Project No. B-30699. ' ' Background. • On Friday, January 25, 2013,•Capital Improvements Program ("CIP'') received ten (10) bids in response to the solicitation for Beacom Project Area Improvements — Phase I - ITB 12-13-011 (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•cofnpleted within the past five (5) years. - • • Findings As reflected on the attached Bid Security List, MAGGOLC was.the. lowest bidder for 1TB• 12-13-011 and the . local preference ordinance is not applicable since none of the other Bidders whose bid is within fifteen percent (15%) of MAGGOLC's•bid, maintains a"local" office, as defined•in Section 18-73 •of the City of Miami Code. • After determining that MAGGOLC is a responsible bidder and meets the minimum requirements to bid on the Project, CIP staff analyzed, discussed' and compared the line .items in MAGGOLC's bid with. the design ' .consultant's construction estimates for said items and, based thereon, determined -that MAGGOLC's bid is. . responsive. to ITB '12-13-011. Haying •determined that MAGGOLC is the totivest iesponsive and responsible' bidder.for• ITB 12-13-011, CIP recommends that the Project be awarded to MAGGOLC. • • 1 13 - OOO67- Subr►?; 1- City Yf'l - ageris i;6iv1ITT ED IN•i ''USWC RECORD FOR TEM2. gecom nciatov) mcvn0 01.11.13 Contract Execution . ' Accordingly,' CIP hereby requests authorization .to prepare for execution a contract in the ° amount of • MAGGOLC's total bid of $767,132.40, plus a ten percent (10%) contingency fora total contract, amount not to exceed $843,845.64. cc: Alice Bravo, Assistant City Manager Mark Spanioli, P.E., Director, CIP Jeovanny.Rodriguez, Assistant Director, CIP Robert Fenton, Project Manager, CIP John De Pazos, Sr. Project Manager, CIP • • 2 Approved: Date:. J"''JC/2) ny Marti z, C Manager • .SUBMITTED • 7U&Ic. RECORD FOR ONa2.,4.13. .