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