Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocuSign Envelope ID: C17C5A73-3C9A-44B4-B9AC-2535ED7749FD CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V, City Manager Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement ,—DocuSigned by: —4- ,;Q. `— 89540 E B 73 CAC468... DATE August 16, 2022 SUBJECT: Recommendation for Award of a Construction Contract for FDOT ("Florida Department of Transportation") LAP ("Local Agency Program") Project 420917-2, Overtown Greenway at NW 11th Street (From NW 7t" Avenue to NW 12t" Avenue) - Project No. 20-21-004 REFERENCES: Invitation to Bid ("ITB") No. 20- 21-004 ENCLOSURES: Bid Security List, Contractor's Price Proposal RECOMMENDATION: Based on the findings below, the City of Miami ("City") Department of Procurement ("Procurement") hereby recommends that the referenced contract be awarded to Florida Engineering and Development Corp. ("FED"), who has been deemed the lowest responsive and responsible Bidder for ITB No. 20-21-004, FDOT LAP Project No. 420917-2, Overtown Greenway at NW 11th Street ("Project"). BACKGROUND: As approved by FDOT on April 8, 2022, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On June 6, 2022, Procurement received three (3) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to a) have a current Certified General Contractor ("CGC") license from the State of Florida; b) have a minimum of five (5) years' experience under its current business name; and c) have experience as the Prime Contractor for at least three (3) completed projects of similar size, scope, and complexity within the last ten (10) years. The General Contractor had to also demonstrate a proven track record of coordination of the trades required for structural, mechanical, plumbing, and electrical work required for the construction activities, and was required to commit to self - perform at least thirty percent (30%) of the physical labor construction work for the Project. FINDINGS: Procurement conducted the review of FED's bid following the guidelines published in the solicitation. As a result of such effort, FED was deemed responsive and compliant with the minimum requirements stipulated in the "Notice to Contractors" and demonstrated the required prior experience in projects of the size, scope, and complexity similar to the ones to be completed for the Project. Accordingly, FED was deemed the lowest responsive and responsible Bidder. During a Responsibility Review meeting held on July 8, 2022, the Office of Capital Improvements (OCI), Procurement and TY Lin International, the Engineer of Record (EOR) for the Project, met with FED for clarification of its ability to timely meet the bonding, financial, staffing, and operational requirements of the Project while simultaneously complying with said matters in connection with its other City awarded projects. In addition, OCI, Procurement and the EOR reviewed and evaluated FED's bid for the Project, and compared it to the EOR's construction cost estimate. After a through and deliberate discussion, Procurement and OCI agreed to request concurrence to award a contract to FED. Concurrence by FDOT was issued on July 25, 2022 (copy attached). PR22218 DocuSign Envelope ID: C17C5A73-3C9A-44B4-B9AC-2535ED7749FD Page 2 - Recommendation of Award of ITB 20-21-004, Overtown Greenway at NW lithe Street Arthur Noriega V, City Manager Based on the above findings, Procurement hereby recommends that the Project be awarded to FED as shown below: FLORIDA ENGINEERING AND DEVELOPMENT BID ITEMS OVERTOWN GREENWAY AT NW 11TH STREET Total Lump Sum Bid $882,353.40 10% Owner's Contingency $88,235.34 TOTAL CONTRACT AWARD VALUE $970,588.74 CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare and execute a contract with FED for a total not -to -exceed contract value of $970,588.74, which includes FED'S Total Lump Sum Bid in the not - to -exceed amount of $882,353.40, and a 10% Owner's Contingency Allowance. Your signature below indicates your approval of Procurement's recommendation. Approved: DocuSigned by: art6r 141140, SrCC3721) �A... Arthur Noriega V, City Manager Date: August 24, 2022 1 11:34:52 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR22218