Loading...
HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J, Alfonso, City Manager FROM: Annie Perez, CPPO, Direct() Procurement DATE: November 3, 2015 FILE: SUBJECT: Recommendation of Award for Grove Park Road Improvements — Phase 2 — D3 - B-40347/B-30008A REFERENCES: Invitation To Bid (ITB): 14-15-029 ENCLOSURES: Recommendation Based on the findings below, Procurement Department ("Procurement") hereby recommends that the referenced Project be awarded to Metro Express, Inc. ("Metro"), who has been determined to be the lowest responsive and responsible Bidder for ITB 14-15-029 — Grove Park Road Improvements — Phase 2 — D3 - B-40347/B-30008A .("ITB 14-15.029") . Background On Tuesday, September 1, 2015, Procurement issued a solicitation under fix11 and open competition to obtain proposals from qualified firms, On Wednesday, September 30, 2015, Procurement received seven (7) bids in response to the solicitation for ITB 14-15-029 (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to have: 1) a current certified General Contractor license issued by the State of Florida,arr a Miami -Dade County Certificate of Competency as a General Engineering Contractor; and, in addition, must have a minimum of five (5) years of 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, supported by references for five (5) projects completed within the past five (5) years. Submitted reference projects :must demonstrate that the Bidder: i) was the Prime Contractor for the referenced project; and i)self-performed at least thirty percent (30%) of the physical construction work for the referenced project. Bidders must also be prepared to self -perform at least thirty percent (30% o) of the physical construction work for the Project. PR 16006 1 Findings Procurement has completed the review of the proposals following the guidelines published in the solicitation. As reflected on the attached Bid Security List, Metro was the lowest Bidder for ITB 14- 1 5-029. The local preference ordinance is not applicable since none of the Bidders whose bid is within fifteen percent (15%) of Metro's bid, maintains a "local" office,as defined in Section 18-73 of the City of Miami Code, After determining that Metro is a responsible Bidder and meets the minimum requirements as specified in the solicitation, Procurement reviewed and compared Metro's bid with the design consultant's line item construction estimates, and determined that Metro's bid is responsive to ITB 14-15-029. Procurement hereby recommends that the Project be awarded to Metro.. Contract Execution Accordingly, Procurement hereby requests authorization to prepare for execution, a contract in the amount of Metro's total bid of $1,136,770.00, plus a ten percent (10%) contingency, for a total contract amount not to exceed $1,250,447.00.. Approved: __.aliILa/Lwe Daniel J. so ity Manager Date: LNT cc: Fernando Casamayor:, Assistant City Manager, Chief Financial Officer Alberto Parjus, Assistant City Manager Jeovanny Rodriguez, P.E., Director, Capital Improvements and Transportation Program Dr. Lydia Osbourne, CPPO, Assistant Director, Procurement Anthony Rolle, Interim Procurement Contracting Manager PR 16006 2