Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Councilmembers
From:Alex Rey, Town Manager
Subject:Authorization to Award a Contract to H&R Paving, Inc. for ITB 2018-38 Miami Lakeway South Resurfacing Project
Date:10/2/2018

Recommendation:

It is recommended that the Town Council authorize the Town Manager to execute a contract with H&R Paving, Inc. (“H&R”), the lowest responsive and responsible bidder, for the Miami Lakeway South Resurfacing Project in an amount not to exceed $200,000. This amount includes H&R's bid amount of $173,560 and a contingency of $26,440 for unforeseen circumstances and additional work. Construction is anticipated to be completed within seventy-five (75) days after contract execution. The amount of $200,000 is budgeted in the fiscal year 2018-2019 Capital Projects Fund for this project.

Background:

The Miami Lakeway South Resurfacing Project includes the area from 67th Avenue to Lake Candlewood Court. The work includes asphalt milling and resurfacing, signage and pavement markings, and other roadway improvements as shown on the construction drawings.

The Town issued Invitation to Bid (“ITB”) 2018-38 for the Miami Lakeway South Resurfacing Project on August 23, 2018. The ITB was posted to DemandStar, Miami Daily Business Review, and Public Purchase, and the and posted in the Government Center Lobby. To qualify for award, prospective Bidders were required to:

1. Possess a current certified General Contractor license issued by the State of Florida or a Miami-Dade County Certificate of Competency as a General Engineering Contractor;

2. Possess a minimum of five (5) years' experience, under its current business name, in the construction of roadway/horizontal projects involving public right-of-way;

3. Provide at least five (5) verifiable client references, from organizations other than the Town of Miami Lakes, demonstrating the successful completion of at least five (5) projects of similar size, scope, and complexity within the last five (5) years; and

4. Self-perform at least thirty percent (30%) of the Work using its own employees.

On the date of the bid opening, September 12, 2018, we received eight (8) Bids from the following Bidders:
1. H&R Paving, Inc. (“H&R”) - $173,560
2. Weekley Asphalt Paving (“Weekley”) - $183,470.95
3. General Asphalt, Co., Inc. (“General”) - $211,600.65
4. Metro Express, Inc. (“Metro”) - $237,000
5. Miguel Lopez Jr, Inc. (“Miguel”) - $250,886
6. Ranger Construction Industries, Inc. (“Ranger”) - $262,500
7. M&M Asphalt Maintenance, Inc. dba All County Paving (“All County”) - $299,914
8. V Engineering & Consulting, Corp. (“V Engineering”) - $320,000

Procurement reviewed the bids for responsiveness and found that H&R, the lowest bidder, submitted a responsive bid. The review of H&R's bid did not reveal any material defects in the bid or in H&R's qualifications. H&R has been in business for 42 years, is licensed to do the work, and provided references for five similar roadway projects completed in the last five years. Procurement did not find any issues with H&R's licenses or litigation history.

Based on Procurement's review of the bid submittals, we have determined that H&R Paving, Inc. is the lowest responsive and responsible bidder and their bid prices are fair and reasonable. As such, it is recommended that the Town Council authorize the Town Manager to execute a contract in the amount of $200,000 to H&R Paving.

ATTACHMENTS:
Description
Resolution