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.