Loading...
HomeMy WebLinkAboutExhibitCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: August 6, 2018 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Award of SW 64th Court Roadway and Drainage Improvements, D4 - Project No. B-30972 REFERENCES: Invitation to Bid ("ITB") No. 17- 18-024 ENCLOSURES: Bid Security List, Contractor's Price Proposal RECOMMENDATION: Based on the findings below, the Department of Procurement ('Procurement") hereby recommends that the referenced Project be awarded to Maggolc, Inc. ("Maggolc"), who has been determined to be the lowest responsive and responsible Bidder, for Invitation to Bid ("ITB") No. 17-18-024, SW 64th Court Roadway and Drainage Improvements, D4 — Project No. B-30972 (the "Project"). BACKGROUND: On May 18, 2018, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On June 19, 2018, Procurement received three (3) 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 issued by the State of Florida; and a minimum of five (5) years' experience, under its current business name, in the construction of roadway/horizontal projects which are similar to the Project's Scope of Work, supported by references for three (3) Projects completed within the past five (5) years. In addition, the submitted reference Projects must demonstrate that the Selected Bidder: i) served as the Prime Contractor for the referenced Projects provided; and ii) self -performed at least thirty percent (30%) of the Physical Labor Construction Work for the referenced Projects. The Selected Bidder shall be required to self -perform at least thirty percent (30%) of the Physical Labor Construction Work for the Project. FINDINGS: Procurement has completed the review of the bid following the guidelines published in the solicitation. As reflected on the attached Bid Security List, Maggolc was the lowest responsive and responsible Bidder. The local preference ordinance is not applicable since no other Bidder maintains a "local office." After determining that Maggolc was a responsive and responsible Bidder, who met the minimum requirements specified in the solicitation, the Office of Capital Improvements ("OCI") reviewed and compared Maggolc's bid to the design consultant's construction cost estimate, and determined that Maggolc's bid is acceptable. Based on the above findings, Procurement hereby recommends that the Project be awarded to Maggolc. CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare for execution a contract in the amount of Maggolc's total base bid of $278,927.48, plus an Owner's Contingency Allowance in the amount of $11,129,10, for a total contract amount not -to -exceed $290,056.58. Your signature below indicates your approval of Procurement's recommendation. PR18066 Page 2 — Recommendation of Award of SW 64'h Court Roadway and Drainage Improvements, D4 — Project No. B-30972 Emilio T. Gonzalez, Ph.D., City Manager Approved: Emilio T. ° onzalez, Ph.D., Cit Manager 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 Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR18066