Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #2806 Date: 08/11/2017 Commission Meeting Date: 09/19/2017 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 2 Type: Resolution Subject: Accept Bid - Morningside Park Tennis Courts Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received May 10, 2017 for a construction Contract with Waypoint Contracting Inc (Waypoint), the lowest responsive and responsible Bidder, pursuant to Invitation to Bid (ITB) No. 16-17-009 for the Morningside Park Tennis Courts Project — D2 — Project No. B-40534, in the amount of $1,327,712.00 plus a ten percent (10%) contingency amount of $132,771.20, for a total amount not to exceed $1,460,483.20, allocating funds from Capital Improvement Project No. B-40534. Background of Item: On April 3, 2017, the Department of Procurement (Procurement) issued ITB No. 16-17- 009 — Morningside Park Tennis Courts Project — D2 — Project No. B-40534 (Project) under full and open competition to obtain construction services. On May 10, 2017, the ITB closing date, two (2) bids were received in response to the ITB. GC Works Inc. bid was deemed non -responsive to the minimum requirements of the ITB as they did not satisfy the minimum number of years' experience under their current business name. Waypoint is the lowest responsive and responsible Bidder for the Project following the guidelines in the ITB. Procurement hereby recommends award of Contract to Waypoint whose total bid amount is $1,327,712.00 plus a ten percent (10%) owner contingency amount of $132,771.20, for a total contract amount not to exceed $1,460,483.20. Budget Impact Analysis Item is an Expenditure Item is NOT Related to Revenue Item is NOT funded by Bonds Total Fiscal Impact: $1,460,483.20 OCI Project No: B-40534 Reviewed B Office of Capital Improvements Jeovanny Rodriguez Department Head Review Office of Management and Budget Yvette Smith Budget Analyst Review Completed 08/16/2017 3:47 PM Completed 08/24/2017 12:45 PM Office of Management and Budget Department of Procurement City Manager's Office Office of the City Attorney City Manager's Office Office of the City Attorney Office of the City Attorney City Commission City Commission Office of the Mayor Office of the City Clerk Christopher M Rose Annie Perez Alberto N. Parjus Valentin J Alvarez Daniel J. Alfonso Barnaby L. Min Victoria Mendez Nicole Ewan Nicole Ewan Mayor's Office City Clerk's Office Budget Review Procurement Review Assistant City Manager Review Legislative Division Review City Manager Review Deputy City Attorney Review Approved Form and Correctness Meeting Meeting Signed by the Mayor Completed Signed and Attested by the City Clerk Completed Completed 08/26/2017 6:04 AM Completed 08/29/2017 9:51 AM Completed 08/29/2017 10:27 AM Completed 08/29/2017 10:52 AM Completed 08/30/2017 6:02 AM Completed 08/30/2017 9:44 AM Completed 08/31/2017 3:53 PM Completed 09/14/2017 9:00 AM Completed 09/19/2017 9:00 AM 09/20/2017 4:13 PM 09/20/2017 4:27 PM City of Miami Legislation Resolution Enactment Number: R-17-0417 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 2806 Final Action Date:9/19/2017 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED MAY 10, 2017, PURSUANT TO INVITATION TO BID ("ITB") NO. 16-17-009, FROM WAYPOINT CONTRACTING INC. ("WAYPOINT"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE MORNINGSIDE PARK TENNIS COURTS PROJECT —DISTRICT 2—OFFICE OF CAPITAL IMPROVEMENTS (" OCI") PROJECT NO. B-40534, IN THE AMOUNT OF $1,327,712.00 FOR THE SCOPE OF WORK PLUS A TEN PERCENT (10%) OWNER CONTINGENCY AMOUNT OF $132,771.20 FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $1,460,483.20; ALLOCATING FUNDS FROM THE OCI PROJECT NO. B-40534; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, AND TO NEGOTIATE AND EXECUTE ANY SUBSEQUENT DOCUMENTS, INCLUDING ANY AMENDMENTS AND MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE. WHEREAS, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 16-17-009 to provide construction services for the Morningside Park Tennis Courts Project —District 2-Office of Capital Improvements ("OCI") Project No. B-40534; and WHEREAS, two (2) bids were received by the Office of the City Clerk on May 10, 2017; and WHEREAS, Procurement determined that GC Works Inc. is not responsive; therefore, Waypoint Contracting Inc. ("Waypoint") is the lowest responsive and responsible Bidder; and WHEREAS, the Bid Security List indicates that Waypoint's bid was in the amount of $1,327,712.00; and WHEREAS, the City Manager requests authorization to execute an agreement with Waypoint, in substantially the attached form, consisting of the ITB documents and attachments, in the amount of $1,327,712.00, plus a ten percent (10%) owner contingency amount of $132,771.20, for a total not to exceed award value of $1,460,483.20; and WHEREAS, funds in the amount of $1,460,483.20 are to be allocated from OCI Project No. B-40534; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid received May 10, 2017, pursuant to ITB No. 16-17-009, from Waypoint, the lowest responsive and responsible Bidder, to provide construction services for the Morningside Park Tennis Courts Project —District 2-0CI Project No. B-40534 in the amount of $1,327,712.00 for the scope of work plus a ten percent (10%) owner contingency of $132,771.20, for a total not to exceed award value of $1,460,483.20, is accepted. Section 3. Funds are to be allocated from OCI Project No. B-40534. Section 4. The City Manager is authorized to execute an Agreement, in substantially the attached form, consisting of the ITB documents and attachments, with Waypoint. Section 5. The City Manager is further authorized1 to negotiate and execute any subsequent documents, including any amendments and modifications to said agreement, in a form acceptable to the City Attorney, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, ity Attor ey 8/31/2017 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission.