Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Councilmembers
From:Edward Pidermann, Town Manager
Subject:Recommendation to Award a Contract for Royal Oaks Drainage and Roadway Improvements Phase I RFP No. 2019-19
Date:5/14/2019

Recommendation:

It is recommended that the Town Council award a contract to RG Underground Engineering, Inc. (“RG Underground”), the highest ranked proposer, for the Royal Oaks Drainage and Roadway Improvements Phase I in an amount not to exceed $1,242,377. This amount includes RG Underground's bid amount of $1,129,433.03 and a contingency amount of $112,943.97, approximately 10%, for unforeseen circumstances. Construction is anticipated to be completed within 230 days after Notice to Proceed (“NTP”). This is a state grant funded project by the State of Florida Department of Environmental Protection. Funds for this project are also budgeted from the Stormwater Improvements under the Capital Projects Fund.

Background:

The Royals Oaks community in the northwestern portion of the Town continues to be adversely impacted by flooding events, and therefore, is addressed as a priority project in the Stormwater Master Plan to protect surface water quality, reduce flooding, and decrease the number of potholes/sinkholes. The Royal Oaks Drainage and Roadway Improvement project will focus on restoring and resurfacing the existing roadway surface, adding pavement markings and signage, constructing stormwater pipes, and adding catch basins, French drains, and manholes to provide water quality and quantity treatment.

The Town issued RFP 2019-19 for the Royal Oaks Drainage and Roadway Improvements Phase I on February 3, 2019. The RFP was advertised in the Miami Daily Business Review, posted to DemandStar, Public Purchase, and posted in the Government Center Lobby.

To qualify for award, prospective Proposers were required to:

1.Possess a current certified license as a General Engineering Contractor from the State of Florida, a Certificate of Competency from the Miami-Dade County's Construction Trades Qualifying Board as a General Engineering Contractor, or as a Specialty Engineering Contractor under which the work can be performed;

2.Have been in business for a minimum of five (5) years;

3.Provide at least three (3) verifiable client references demonstrating the successful completion of at least here (3) roadway improvement projects which included drainage improvements within the last five (5) years, where the value of each project exceeded $500,000; and

4.Be capable of self-performing at least 30% of the Work required.

On the date of the bid opening/proposal deadline, March 13, 2019, we received nine (9) proposals from the following Proposers:

1. Acosta Tractors, Inc. (“Acosta”)

2. American Pipeline Construction (“American Pipeline”)

3. Maestre Construction, Inc. (“Maestre”)

4. Metro Express Corp. (“Metro”)

5. Quality Paving Corp. (“Quality Paving”)

6. R.P. Utility & Excavation Corp. (“R.P.”)

7. RG Underground Engineering, Inc. (“RG Underground”)

8. V Enginering and Consulting Corp. (“V Engineering”)

9. Zahlene Enterprises, Inc. (“Zahlene”)

An Evaluation Committee was appointed, comprised of the following members:

1. Omar Santos, Public Works Engineer, Town of Miami Lakes

2. Michelle Gonzalez, Senior Transportation Manager, Town of Miami Lakes

3. Carlos Herdocia, Stantec Consulting Services, Inc

Procurement performed a due diligence review of the proposals for responsiveness and found that American Pipeline, Maestre, Metro, and V Engineering submitted non-responsive proposals. American Pipeline did not meet minimum qualification #2, which required Proposers to have been in business for a minimum of five (5) years. Maestre was found non-responsive because they did not meet minimum qualification #3, which required Proposers to provide three (3) verifiable client references. Metro was found non-responsive because they did not utilize the Town's revised bid form, which was issued in Addendum #3 of the RFP. V Engineering was found non-responsive because they did not provide the Town with the requested missing documents in the allotted time, which would impact the evaluation committee's ability to fairly rank their Proposal at the time of the evaluation committee meeting.

The remaining proposals were responsive and met all the minimum qualifications for this solicitation. Procurement did not find any issues that would indicate any Proposer was incapable of performing the work.

The Evaluation Committee was provided the responsive proposals and met on April 17, 2019, to evaluate and rank the proposals. At the conclusion of this meeting, the Evaluation Committee moved toestablish the following ranking:

1. RG Underground Engineering, Inc. – 1766

2. Acosta Tractors, Inc. – 1699.35

3. R.P. Utilities and Excavation Corp. – 1581.64

4. Quality Paving, Inc. – 1542.46

5. Zahlene Enterprises, Inc. – 1460.14

RG Underground, the top-ranked Proposer, has been in business for nine (9) years. RG Underground's proposed key staff has an aggregated fifty-eight (58) years of experience in the industry. Based on their proposal, the company has a strong understanding of drainage and roadway improvement projects.

Based on the Evaluation Committee's established ranking, it is recommended that the Town Council authorize the Town Manager to proceed to award a contract to RG Underground in an amount not to exceed $1,242,377.

ATTACHMENTS:
Description
Resolution
Exhibit A