HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso
City Manager
FROM: Annie Perez, CPPO
Procurement Director
DATE: May 18, 2017 FILE:
SUBJECT: Recommendation of Award for
Curtis Park New Swimming Pool
Facility, B-35806
REFERENCES: Invitation to Bid ("ITB") No.
15-16-040
ENCLOSURES: Bid Security List
RECOMMENDATION:
Based on the findings below, the Department of Procurement (Procurement) hereby recommends
that the referenced Project be awarded to West Construction, Inc (West), who has been
determined to be the lowest responsive and responsible Bidder, for Invitation to Bid (ITB) No. 15-
16-040 — Curtis Park New Swimming Pool Facility — Di — Project No. B-35806 (Project).
BACKGROUND:
On October 28, 2016, Procurement issued a solicitation under full and open competition to obtain
bids from qualified firms. On January 25, 2017, Procurement received two (2) bids in response to
the solicitation (see attached Bid Security List).
Pursuant to the solicitation, Bidders were required to have: i) a current certified General Contractor
License from the State of Florida; and a minimum of five (5) years' experience under its current
business name. Bidders were also required to have experience as the Prime General Contractor,
for at least three (3) Projects for community pool Projects, completed within the past ten (10) years.
In addition, the Selected Bidder shall be required to self -perform at least thirty percent (30%) of
the Physical Construction Work for the Project.
FINDINGS:
Procurement has completed the review of the bids following the guidelines published in the
solicitation. As reflected on the attached Bid Security List, West was the lowest Bidder for the
Project. The local preference ordinance is not applicable since none of the other Bidders submitted
bids within fifteen percent (15%) of West's bid, maintains a "local" office, as defined in Section 18-
73 of the City of Miami Code. After determining that West is a responsible Bidder and meets the
minimum requirements specified in the solicitation, Procurement and the Office of Capital
Improvements (OCI) reviewed and compared West's bid to the design consultant's construction
cost estimate, and determined that West's bid is responsive.
Based on the above findings, Procurement hereby recommends that the Project be awarded to
West.
PR17178 Page 1 of 2
CONTRACT EXECUTION:
Accordingly, Procurement hereby requests authorization to prepare for execution, a Contract in
the amount of West's total bid of $2,983,745.00, plus a ten percent (10%) owner contingency, for
a total Contract amount not to exceed $3,282,119.50. Your signature below indicates your
approval of Procurement's recommendation.
Approved:
Daniel J.Alfo�s•,tyM. :ger
c: Fernando Casamayor, Assistant ' ity Manager, Chief Financial Officer
Alberto Parjus, Assistant City Manager
Rafael Suarez -Rivas, Senior Assistant City Attorney, City Attorney's Office
Jeovanny Rodriguez, P.E., Director, OCI
Hector Badia, Assistant Director, OCI
Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director, Procurement
Maria Carballeira, CPPB, Procurement Administrator, Procurement
Anthony Rolle, CPPB, Procurement Contracting Manager, Procurement
Date:
PR17178 Page 2 of 2