HomeMy WebLinkAboutMemo - Recommendation for AwardCITY OF I riIAMI., FLORIDA
INTER-OFF{lCE MEMO.R.AN77UM
TO: Johnny Martinez, P.E.,
City Manager
DATE: July 16, 2013 FILE:
SUBJECT: Recommendation for Award
LIB 12-13-017, B-30680
Rockerman Canal Improvements
("the Project")
FR r, - IYlark Span.ioli, P.E., Director REFERENCES: ITB 12-13-017
Capital Improvements Program ENCLOSURES:
Recommendation
Based on the findings below, Capital Improvements Program ("C.IP") hereby recommends the Project
be awarded to PAC Comm. Inc., ("PAC Comm") who has been determined to be the lowest,
responsive and responsible Bidder for ITB 1.2-13-01.7 — Rockerman Canal Improvements — CIP
Project No. B-30680 (the "Project").
Background
On. Wednesday, May 8, 2013, CIP received three (3) bids in. response to the solicitation for Project (see
attached Bid Security List).
MinimunfRequirements
The Prospective Bidder shall hold current, active, valid credentials of at least one of the following:
Certified Arborist, certified by the International. Society of Arboriculture; Licensed Landscape
Architect, licensed under Part II of Chapter 481, Rule 61G1, of the Florida Statutes Administrative
Code PLUS additional certification as a mangrove trimmer issued by their Board; or Professional
Mangrove Trimmer status granted by the Department of Environmental. Protection. In addition, an
archeologist is required on site as this is a historic preservation area.
At the time of the Bid submission, prospective Bidder must also have a minimum of five (5) years
experience under its current business entity name (e.g. ABC, Inc.; XYZ, LLC) in the construction of
similar projects which must be supported by three (3) current separate project references which must
be submitted on the City of Miami reference form provided, for completed projects of similar size,
scope and complexity having been completed within the past five (5) years.
1
On April 30, 2013, the City issued an Addendum that allows the prospective bidder to:
1.) employ the services of a certified arborist certified by the .Inte.rnational Society of Arboriculture; and
2) employ a certified Professional Mangrove Trimmer.
Findings
As reflected on the attached Bid Security List, PAC Comm, was the lowest bidder for ITB No. 12-13-
017 and the local preference ordinance is not applicable since Kearns -has not provided supporting
documentation to make a local office preference claim. After determining that PAC Comm, is a
responsible bidder and meets the minimum. requirements to bid on the Project, CIP recommends that
the Project be awarded to PAC Comm. Inc.
Contract Execution
Accordingly, CIP hereby requests authorization to prepare for execution a contract in the amount of
PAC Cornm's total bid of $356,400.00 plus a ten percent (10%) contingency for a total contract
amount not to exceed $392,040.00.
Approved:
'7-Q Date: 7',2,1'%3
Johnny Ma'r u z,
City Manager
cc: Alice Bravo, P.E., Assistant City Manager
Jeovanny. Rodriguez,. P:E.,. Assistant. Director, CIP
Elia LeBron, Chief, CIP
Eric Rush, P.E., Senior Construction Manager, CIP
Marlo Darrington, CIP Assistant
2