Loading...
HomeMy WebLinkAboutExhibitCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: June 20, 2018 City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Contract Award, Invitation to Bid (ITB) No. 17-18-029 — Overtown Greenway at NW 11'h Terrace — Phase 2, Project No. B-30624 REFERENCES: ITB No.: 17-18-029 ENCLOSURES: Recommendation Based on the findings below, the Department of Procurement (Procurement) hereby recommends that the subject project be awarded to R&G Engineering, Inc. (R&G). The firm has been determined to be the lowest responsive and responsible Bidder for ITB No, 17-18-029, Overtown Greenway at NW 11'h Terrace — Phase 2, Project No. B-30624 (Project). Background On Monday, April 23, 2018, Procurement issued ITB No. 17-18-029 under full and open competition to obtain bids from qualified firms. The Project includes the installation of road improvements such as drainage system installations, milling and resurfacing, new sidewalks replacement, striping, signs, landscaping, hardscape, decorative street and pedestrian lighting, and ADA compliant ramps, and compliance based on the Miami River Greenways Master Plan. On Wednesday, June 6, 2018, Procurement received four (4) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, prequalification of Bidders with the Florida Department of Transportation ("FDOT") was preferred, but not required. Bidders were required to have a current Certified General Contractor license issued by the State of Florida; and 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, public utilities, and maintenance of traffic. Bidders were also required to have experience as the Prime General Contractor for the construction of at least three (3) completed roadway/horizontal projects. The Selected Bidder shall be required to self -perform at least thirty percent (30%) of the Physical Construction Labor Work for the Project. Findings Procurement completed the review of R&G's bid following the guidelines published in the solicitation. As reflected on the attached Bid Security List, R&G is the lowest responsive and responsible Bidder for ITB 17-18-029. Contract Execution Accordingly, Procurement hereby requests authorization to prepare for execution, a contract in the bid amount of $1,804,667.79 (see attached), plus an Owner's Contingency Allowance of $180,466,77, for a total contract amount not -to -exceed $1,985,134.56. Your signature below indicates your approval of Procurement's recommendation. PR18055 Page 2 — Overtown Greenway at NW 11 ' Terrace — Phase 2, Project No. B-30624 Emilio T. GonzaleD., City Manager / Approved: Emilio T. Gonzalez, h.p., City Manager Src.... Date: Cf c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistance City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director/Chief Negotiator, Procurement Fernando V. Ponassi, MA Arch., MA PPA, LEED'AP, Assistant Director, Procurement PRI8055