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