HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso,
City Manager
DATE: February 13, 2015 FILE:
SUBJECT: Recommendation of Award for
Coconut Grove Waterfront Masterplan
(Regatta Park) - B-30182B
FROM: Annie Perez, CPPO, DirectorREFERENCES: ITB 13-14-027
Procurement
ENCLOSURES: Bid Security List
Recommendation
Based on the findings below, Procurement hereby recommends that the Project be awarded to J.R.T.
Construction Co. ("JRT") who has been determined to be the lowest responsive and responsible
Bidder for Coconut Grove Waterfront Masterplan (Regatta Park) - B-30182B ("ITB 13-14-027").
Background
On Tuesday, January 27, 2015, the Procurement Department ("Procurement") received three (3) bids
in response to the solicitation for ITB 13-14-027 (see attached Bid Security List).
Bidders were required to hold a current certified General Contractor license issued by the State of
Florida OR a current certified Building Contractor license issued by the State of Florida. In addition to
one of the above -specified licenses, Bidders had to have a minimum of ten (10) years of experience
under its current business name in the construction of park projects supported by references for at least
three (3) park projects completed within the past ten (10) years which encompass at least three (3)
acres and where the Bidder was the Prime Contractor.
Findings
As reflectedon the attached Bid Security List, JRT was the lowest Bidder for ITB 13-14-027 and the
local preference ordinance is not applicable since none of the other Bidders maintain a "local" office,
as defined in Section 18-73 of the City of Miami Code. After deteinnining that JRT is a responsible
bidder and .meets the minimum requirements to bid on ITB 13-14-027, Procurement reviewed and
compared JRT's bid with the design consultant's construction estimate for the project and, based
thereon, determined that JRT's bid is responsive to ITB 13-14-027.
Having determined that JRT is the lowest responsive and responsible bidder for ITB 13-14-027,
Procurement recommends that the project be awarded to JRT.
PR 15056 1
Contract Execution
Accordingly, Procurement hereby requests authorization to prepare for execution a contract in the
amount of JRT's total Base Bid amount of $6,136,725 for completion of Phase 1 of the Project, plus a
six percent (6%) contingency for a total contract amount not to exceed $6,504,928.50.
Additional Provisions
The Contract shall include provisions to allow for amendments to effect completion of Phase II and/or
Phase III of the Project, if and when, funding becomes available.
Approved:
Daniel J.
Date: 4715
City Manager
cc: Fernando Casamayor, Assistant City Manager, Chief Financial Officer
Alice N. Bravo, P.E., Deputy City Manager Chief of Infrastructure
Mark Spanioli, P.E., Director, CITP .
Jeovanny Rodriguez, P.E., Assistant Director, CITP
Marlo Darrington, Procurement Contracting Manager
PR 15056 2
err! OF IWIAMI OFFICE, OTF THE CITY CLEM<
BEI SECURITY LIST,
BID ITEM: Coconut Grove Waterfront IVIasterplan (Regatta Park) - Re -Bid 1-30182B
BID NUMBER; ITB 013-14.027
DATE BID OPENED: January 27, 2015
TIME: 200 pm.
BIDDER
.
BID TOTAL
Ens, BOND (ER)
•
AMOUNT
CASIIIER'S,
CHECK
J,R.T. Construction, CO General Contractor
. ‘
:
$8,061,746,00
..................--
5%
FHP Tectonics Corp
$S,748,000,00
5%
•
Recreational Design & Construction, Inc,
$12„105,814,04
'Mill.
5%
7enj • t fr
ttec
Co, • „
. 0c
S5
. •
4 t.,i;-' ,,,,p'•"'
1;6' ' i 4'0' ''''
e't7
‘t•Y•;,' ,.f.
el ;
`•‘:: '0:',...'
) 42
.
:
,.;;.
,,,, e 1 ,•:';'''..
V, ' • '1.' • $
,
40,113
tiYi. 4.1,.
'''''''''
'''
"0- •:/;!,.;:°1
• V
0 ,,"," eV,.
4.,, eV .% /r. '''' ...t.f;•(:'9
0•
0
174 "' '51' 0 ePer
0 '
O
cd,t
•
.
lc
. . .
• • •
Person Re 'ling )31d(s)
On: 4,1 Jot 15
Todayf:s Date
received (3) bid(s) OD be alf, Proem nient
City