Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
BiD FORM (Page 1 of 11) SECTION 5 Bid Form Submitted: 5/10/17 Date City of Miami, Florida Office of the City Clerk City Hall, 1 y' Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned. as Bidder, hereby declares that the only persons interested in this Bid as principal are named herein and that no person other than herein mentioned has any interest in this Bid or in the Contract to be entered into; that this Bid is made without connection with any other person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the Bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to Contract with the City, a municipal corporation of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 16-17-009 Title: MORNIiNGSlDE PARK TENNIS COURTS PROJECT, D2 B-40534 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the Bid shall be forfeited if Bidder fails to: execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price Bid in figures and the price Bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments wiil be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written Bid amount, the written Bid amount will prevail. j Form SU must be submitted with Bidder's Bid, The SU Form can be found posted on the webpage with the Bid Documents, 76 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.. 16-17-009 B-40534 BID FORM (Page 2 of 11) The Bidder's Total Bid Construction Cost includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials. labor, equipment, supervision, mobilization, overhead and profit required in accordance with the Bid specifications. Morninqside Park Tennis Courts Proiect, D2: Furnish all materials, labor, and equipment necessary for the: (a) the demolition and reconstruction of the existing seven (7) tennis courts, and the addition of one (1) new tennis court; (b) construction of a new plaza with seating, tables, and other site furnishings; (c) installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing. security lights, and resurfacing and restriping of the existing parking lot. Please Note: The new sports lights and poles specified on plan sheet E-1 shall be installed by Musco Sports Lighting. LLC (Musco). Bidders shall not include the purchase and installation of the new sports lights and poles specified on plan sheet E-1 within their Bid. However, the Contractor shall be responsible for coordinating the sports lighting installation with Musco during construction of the tennis courts. The Bid Form includes a price line item for the coordination Work. PRICE ,FOR THE COORDINATION OF THE INSTALLATION OF THE SPORTS LIGHTING SYSTEM TO BE INSTALLED BYMUSCO: S IL44000 <20 CONSTRUCTION RUCTION SID COST: TOTAL 81D CONSTRUCTION COST: WRITTEN TOTAL BID CONSTRUCTION COST: - 1,13z _,� / 3?/ )iz.4)G' (Lighting Coordination Price + Construction Bid Cost) c.%rt 4,4 c f 0.4 'rY I L:44 rr t c r, � � v7 yr > s c rt Lc.) S t ate, efe. Cc it v e o II ar 3 VC. 6-1. c C:31elolDaK 77 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID FORM (Page 3 of 11) The -spreadsheet with- i-v ices-irs reEu+fed-t -b r, hmitte4 .r;it4114 e- S b ittal-Farms. Bidders must download the veFsian-of MS E that is available for downloa : l#IF1 thc ' cies-1Pr-CPGureni-ent plod i s p & Failure to submit hspread he t may result in tho Bid being deternained to be non re &Me,_ ors shall round ail --Bid price to the second decimal. i .'. he i'a 40 : ... _ Line No. Pay Item No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 5 6 8 8 9 9 10 10 TOTAL 7s MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID FORM (Page 4 of 11) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS ID AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid. Addendum No. 1, Dated 4/2E'/17 Addendum No. 2, Dated 5/3/17 Addendum No. 3, Dated Addendum No. 4, Dated Part II: No addendum was received in connection with this Bid. Part 111 Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Community Small Business Enterprise ("CSBE") Recuirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise' requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person, Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (1) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and 79 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITS No.: 16-17.009 B-40534 BID FORM (Page 5 of 11) (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state. or local health, law enforcement, or other appropriate agency. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,' in accordance with its instructions. This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000.00) and not more than one hundred thousand dollars ($100.000.00) for each such failure. (3) MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 1TB No.: 16-17-009 B-40534 BID FORM (Page 6 of 11) *Note: In these instances, "Alf" in the Final Rule is expected to be clarified to show that it applies to covered Contractigrant transactions over one hundred thousand dollars ($100,000.00) (per OMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment. and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency: (b) Have not within a three-year period preceding this Bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain, or performing a public (Federal, State, or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records. making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State. or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective Contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all Contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will be in compliance in supplying all requested information connected with the inquiry concerning responsibility. (f) Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. (i) The Bidder shall provide any information requested by the Chief Procurement Officer or purchasing agent concerning responsibility. If such Contractual party fails to provide the requested information, the determination of responsibility may be made upon available tiI MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID FORM (Page 7 of 11) information or the prospective Contractual party may be found non -responsible. The prospective Contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request. furbish evidence that the Contractual party possesses such necessary resources: (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request. submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and (c) the selected third party, who independently verifies compliance with this section. must have a minimum of 2 years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes. the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the Bid and in the total Bid price are costs for complying with the Florida Trench Safety Act, These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with Bid items in the schedule of prices,. nor be considered additional Work. MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 8-40534 BID FORM (Page 8 of 11) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Trench Safety Equip 1 $1.,000.00 $_,OCo.CC Total S$1,000.00 Attached is a Bid Bond [x], Cash [ I. Money Order [ ]. Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft j ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check j ] No. Bank of for the sum of Dollars ($ ). The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Par` I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: nt %or-:racting, Inc. Signature: fr Printed Nam=, itle: Jorge L. Lopez, Purr, CPC, LEED GA/Vice President City/State/Zip: ;Miami, FL 33142 Telephone No.: 79 -85a-2271 Facsimile No.: E-Mail Address: j lopez'waypoin=ci . corn Social Security No. or Federal Dun and l.D. No.: 81- ''27S9 Bradstreet No.: 080534662 If a partnership, names and addresses of partners: (If applicable) MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITS No.: 16-17-009 B-40534 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of Wayoci:. Conracting, Inc. , a corporation organized and existing under the laws of the State of Florida , held en the 2y day of r,cvecther , 2016, a resolution was duly passed and adopted authorizing (Name) vUrge L. Lcee'- as (Title) Vice President of the corporation to execute Bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shaft be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNE% HEREOF, I have hereunto set my hand this 9 , day of •''try , 20177 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a rneet:ng of the Board of Directors of a partnership organized and existing under the laws of the State of held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute B ds on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed cf the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this . day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid Documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). SI MORNiNGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this . day of . 20 Signed: Print: 85 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16.17-009 B-40534 BID FORM {Page 11 of 11) NOTARIZATION STATE OF i ,- ,-:;, COUNTY OF / ,i.1rs;`'�'� ) The foregoing instrument was acknowledged before me this / day of / 1/ 20 / 7 , by'�— produced /tWe-??J Lifer' L_ SIGI ekt 0'F 1 OTARY PUBLIC STAT O FLORIDA S r .,P.er4 EDDY GONZALEZ MY CCMMISSICN 1 FF 0 843 R.r * EXPIRES. December 22, 2017 4. ,il6 d/ FLar.' eun.°.6 hfil BA;et Nowy SIrr,CBS PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC who is personally known to me or who has as identification and who (did / did not) take an oath. 3b MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 lTB No.: 16.17-009 8-40534 MomingsidePark Tennis Courts Project, D2 Response to Invitation to Bid (IT5) No. 16-17-009 Attachment #1 Table ofContents: Tit|ePa-e 2 Supplement toBid Form B.Project Managementand5ubcontnactDcta1|sOuoxtinn1d 3 Supplement to Bid Form C. Current and Prior Experience Question I 6 Supplement to Bid Form C. Current and Prior Experience Question 2 7 Supplement to Bid Form D. Bidder's References . 8 Local workforce Participation Bid Question 9 Subcontractor Utilization Form lO Pre Award Project Schedule 11 Rid Bond 13 Use ordiscIcsureofdatzi contamed an this 5)eet is subject to the rest:ktmn on the title page of tnis proposal. Page 11 17 ti V.1I : P CANT Morningside Park Tennis Courts Project, D2 Response to Invitation to Bid (!TB) No. 16-17-009 TITLE PAGE Response to Invitation to Bid (1TB) No. 16-17-009 Legal Name: Waypoint Contracting, Inc. Mailing Address: P.O. Box 420008, Miami, FL 33242 Physical Address: 1324 NW 29th St., Miami, FL 33142 Telephone: 786-608-1406 Webslte: wom.w3ypointci.corn Incorporation: Incorporated as an "S" Corporation in Florida on 11/29/16 Tax ID Number: 81-4602789 DUNS Number: 080534682 Type of Work: General Contractor NAICS Codes: Primary: 236220 (Complete list available via SAM.gov or upon request.) CAGE Code: 7TLU1 Classifications: Woman Owned Small Business Hispanic American Owned Minority Owned Business Authorized Officials: Katrina Gonzalez Jorge L. Lopez, PMP, CPC, LEED GA President Vice President Telephone: 305-904-7673 Telephone: 786-858-2271 Email: kgonzalez@wavp©intci_com Email: jlopez@wayoointci.com Disclosure Statement: This proposal includes data that shall not be disclosed beyond the Government and shall not be duplicated, used, or disclosed — in whole or in part — for any purpose other than to evaluate this proposal. lf, however, a contract is awarded to this offeror as a result of — or in connection with — the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets that include the following rooter: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." Waypoint Contracting is a new Use or disclosure of data contained on this sheet is subject to the restriction an the title page of this proposal. Page 2 1 WAY POIN` .' Morningside Park Tennis Courts Project, D2 Response to Invitation to Bid (ITB) No. 1.6-17-009 Supplement to Bid Form 8. Project Management and Subcontract Details Question Id Project 1: Country Club of Miami Storm Water and Irrigation Miami, FL Completion Date: 2/26/04 Contract Price: $8,180,000 Prime Contractor: Zurqui Construction Type of Contract: Fixed Price Customer/Owner Reference: Miami Dade Parks & Recreation Joel Arango 275 NW 2nd Street 4th Floor, Miami, FL 33128 (305) 755-5453 Project Description: Eddy Gonzalez Jr. now Senior Project Manager Waypoint Contracting, Inc. served as the owner and operator of Zurqui Construction on this project. Mr. Gonzalez was responsible for all aspects of the project planning and implementation which included construction administration, project management, value engineering, and constructability review. The work consisted of excavating the existing drainage lake channels, installing two complete pump stations, and installation of new drainage pipes. Additionally the work consisted of the relocation and installation of new landscape. Zurqui also provided a Design -Build irrigation system for this project. Use or disclosure of data contained on this stieet is subject to the restriction on the title page of tnis proposal. Page 3 I 17 wA PrJ1N, Morningside Park Tennis Courts Project, D2 Response to Invitation to Bid (ITB} No. 16-17-009 Project 2: Kendali Soccer Park Miami, FL Completion Date: Ju9/18/03 Contract Price: $3,027,828 Prime Contractor: Zurqui Construction Tyne of Contract: Fixed Price Customer/Owner Reference: Miami Dade Parks & Recreation Jose Gonzalez 275 NW 2nd Street 4th Floor Miami, FL 33128 (305) 755-7833 Project Description: Eddy Gonzalez Jr. now Senior Project Manager Waypoint Contracting, Inc. served as the owner and operator of Zurqui Construction on this project. Mr. Gonzalez was responsible for all aspects of the project planning and implementation from preconstruction, to permitting, to construction, and closeout. The scope included a 30 acre active sports park where Zurqui added 193 parking spaces, a 2,850 sf club house that included restroom facilities and a concession area with an open terrace pavilion. This building also included a 150 sf storage area. Zurqui also built and lighted the first two artificial soccer facilities in a public venue in Florida. This work included new lift stations sewage, water service, electrical service, and irrigation to the entire complex for present and future use. This project was located in a drinking water reservoir where any contamination to the existing soil would have jeopardized the drinking water for the entire community. Therefore special measures were implemented during construction to mitigate the risk of contamination. w � 1 Use or disclosure of data contained on thas sheet is subject to the restriction an the title pave of this proposai. Page 4 I 17 Y WAY '1T Morningside Park Tennis Courts Project, D2 Response to Invitation to Bid (iTB) No. 16-17-009 11. • Project 3: Holiday Park — Phase II Fort Lauderdale, FL Completion Date: July 2000 Contract Price: $4,859,000 Prime Contractor: Zurqui Construction Type of Contract: Fixed Price Customer/Owner Reference: City of Fort Lauderdale, Pete Sheridan, 100 North Andrews Ave. 4th Floor Ft. Lauderdale, FL (954)828-5140 Project Description: Eddy Gonzalez Jr. now Senior Project Manager Waypoint Contracting, Inc. served as the owner and operator of Zurqui Construction on this project. Mr. Gonzalez was responsible for all aspects of the project planning and implementation from preconstruction, to permitting, to construction, and closeout. This is a 200-acre active sports park in which Zurqui renovated Phase Il, consisting of 26 acres. The work included the selective demolition of a 200-car lighted parking lot to accommodate a new road. Zurqui was responsible for the construction of three official lighted Little League baseball fields, one official softball and senior league field, two tee ball fields, an asphalt paved bicycle path, cushioned jogging path, eight wide paver walkways throughout the park facilities, a concession stand, pavilion, and public restrooms. The relocation of utilities to accommodate this park was also included. Vehicular/Truck access control was tightly monitored because the facility was open during construction. }`~ �. zy Fiali�las Park lae or disclosure of data con taired on this sheet is subject to the restriction an the titre page cf this proposal. Page 5 I 17 v WAYPr Mornjngside Park Tennis Courts Project, D2 Response to invitation to Bid (fTB) No. 16-17-009 Supplement to Bid Form C. Current and Prior Experience Question 1 For the Mornjngside Park Tennis Courts Project, Waypoint Contracting has teamed with Agile Courts Construction Company, Inc. Agile Courts is an industry leader in tennis courts and specializes in tennis court construction, equipment, fencing, lighting, resurfacing & maintenance. Agile Courts has also been members of the ASBA since 1975. Please see the above response to "Supplement to Bid Form B. Project Management and Subcontract Details Question ld" in response to this questions which reflects the experience and capabilities of Waypoint under its current ownership. Waypoint's staff's experience and qualifications teamed with that of Agile Courts Construction Company exceeds the requirements to successful execute this project. Our Teaming agreement with Agile Courts Construction Company and their relevant experience is provide here in. Use or disclosure of data con ta ned on this sheet is subject to the restriction on the ttie page of this proposal. Page 6 1 17 Supplement to Bid Form C. Current ar.d Prior Experience Question. 2 MORNINGSIDE PARK Current Jobs: Address: Zinny Residence — 11900 SW 68th Court Pinecrest, FL 33156 zinnygs@agmail.com Cost: $54,000.00 Scope: New tennis court 50 x 110, fence, DECO Cushion Surface & (4) coat LAYKOLD Miami Open Purple / Medium Green colors One Island Place Condo — 3801 NE 207th Street Aventura, FL 33180 Cost: $74,000.00 Scope: Remove & replace (2) turf courts with (2) new OMNI COURTS (sand -filled synthetic turf over concrete roof deck). Marc Firestone — marc c marcfirestone.com 305-467-2044 Hidden Bay Condo — 3370 NE 190th Street Aventura, FL 33180 Cost: $78,000.00 Scope: Remove and replace (2) OMNICOURTS with new short nap OMNICOURTS on roof deck. New deck mounted net posts. Steve Simon — hiddenbaygrnl(the-beach.net 305-466-1243 BIu Pearl @ Hodges Bay - Antigua, West Indies Cost : $157,350.00 Scope: (2) new asphalt tennis courts complete with new fence, RLS TE-2000 lighting system, DECO Cushion & acrylic surface Jim Mallam — 268-464-4900 Supplement to Sid Farm D. 3idder's References Company Name: Address: Contact: Email: Notes: Company Name: Address: Contact: Company Name: Address: Contact: Notes: Company Name: Address: Contact: Notes: Company Name: Address: Contact: Notes: CUSTOMER REFERENCE LISTING Miami Open — (39) Courts Total Inc. Clay court cony. In 2016 7300 Crandon Blvd. Key Biscayne, FL 33149 Cathy Stock — Amount - $170,000.00 catherine.stock;aimq.com Agile Courts built the courts for the Crandon Tennis Center back in 1986 for the Upton Championships now the Miami Open, and have been resurfacing them for (29) consecutive years. University of Miami Coral Gables, FL Ira Stanley — istanleya@miami.edu — (305) 284-3999 Multiple Contracts Inc. (8) courts at the Neil Schiff Center, (6) courts at the Hecht Center, (4) outdoor basketball courts & sand volleyball courts at the Hecht Center all of which Agile Courts built originally and still resurface today. Century Village HOA 3501 West Drive Deerfield Bch, FL Vallen Smikle — vsmikle©cvedb.com (954) 774-0414 Converted (8) cracked hard courts to AGILE TURF, and resurfaced (4) hard courts. Amount $337,000 Biltmore Tennis Center Anastasia Avenue Coral Gables, FL There were so many contacts. Refurbish (10) tennis courts inc. all new net post sleeves , center Anchors, etc.,,- Amount: +/- $100,000 FYI Agile Courts built those tennis courts originally back in 1980, And won the US Outstanding Facility of the Year Award. Miami Dade County, Numerous Miami Dade County Parks Dean Gaffney — deancamiarnidade.gov (305) 596-4460 Numerous tennis and basketball courts throughout the county over The past 45 years. W'AVPOIICIT Morningside Park Tennis Courts Project, D2 Response to Invitation to Bid (ITB) No. 15-17-009 Local Workforce Participation Bid Question Wapoint Contracting has no current or past contracts with the City of Miami but will comply With City's Local Workforce Participation requirements. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Page 9 I 17 Project No. 8- 40534 CITY OF MVIIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Morningside Park Tennis Cours Project. 02 Sheet No. 1 of This Form should be submitted with a bidder's bid farm submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may alloev, in the interest of the competition, the Bidder to submit the Form after bids are due as supplemental information). Provide the following information for each subcontractor regardless of tier. Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification' CBE CSBE N/A Type Number ,v.:,,,,,,,,....,...- , —, !- Terlri.s ::•a:S :•.a` 5..-. .22, 2.2.55'0 `.:i'w'Qdln aI ,I m,. FL 33:a -1Cr.0 CS3E 13264 El ❑ .,, a o-cLa'rirw,x.7:,.u,.. *`:®c:rICa. 534.5 0 2.60'0 73*_...Rnr;,a.,c„30...3e4cr..s. ,-._v"` C ❑ Q El El ❑ ❑ ❑El ❑ ❑ ❑ D 0 0 El 1 ❑ ❑ ❑ ❑ ❑ Q ❑ ❑ ❑ ❑ ❑ ❑ ❑ • Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers if permitted by the Contract Documents_ "List only those relevant to this Project. "-"Check N/A if the listed SU does not have a CBE/CSBE certificat;cn (e.g., independent third party verifier) Form SU I P.11nnr.ruY..P..a. IP 02, Ia.eal11l v.W1w11 01,1 11 122..2e211.0 I0 A.1 a.eWall 7 301/11/11 021.,, 1 111 .l.nlo 114 0Y../. en.. 10.21. II.WWIP 02..424:22:11 e01n I S.S /main1...Pr 0 2,1 tryl Oa n,sndu 0An 11 12:0..2252 01e.0. n.. 224/1I 101.7/12111 a.... 1).e wr.o l22.222.1.2,4o(IW 10 2.11 I07/5/1 W,d n/11/11 31/In .IS 128.2 P.... I,Ar±I. 101112.1 102I/1(1/ Wre WW1, 1.1 eon 1. 110 Md. 1l....I1l 1l,0±..1.L.a.l If 22....2 112.6/.11I A....(. Il1.n 11 II 135 6.110M I2129 LW S.e..II, 110.1. I0v1/an1 wl.dldrl 272.2 34 u 175 Yaw. I2.2.12n42.21.. SAn 10.1421212a W,a122212.111 amn S 1. . 112 2a22202522232:02w222:,.swrW la An Ia. fANI W'.06/1111, Sam ft 1. 110 lu0a101nb01w..I.4 11 An 11.1414117 w.111/1/1P PIAl Jo .1 121 fu0:22121 ,12urenyl.m..rul 30A25 1,1,1III Wed ed31le 90.1121 10 la 1I10 2u001I 1..00w.1u.W*L(I.1.SW.014I 102.22 10ue/PI1I w.14/1(/1r IS our ! lI t-0 17.11 1./lama Lama LL... Su1/me111 10 awn If f-0(Y111 W1ue111/Il 1s magi II w 1111 S.I..i1Jm1 n.yl.r.l..lnnr al I2..n n.1/1111 WW 6/1L17 1s120 t 11 11 1161 120022 .02212m12212..1 . 100.1I ,IWO/WII We/Obi/1/11 SWAW 10 1.11 OI.10r10022.2211.02.22.1 5110.4 10a.n SP0i0b1I 051I5.111: 1a4m 1L 1111 r14 e.... a 0.22.2.2 P.... .a...r.r 190.12 1I.en4211 19.27/1/11 vein u Y 1.111 Sail. L API..wlp., ((4eq 90215....u0 10 asp 10.2 WW1/ 11e1/11/11 m 214, 14 30 1100 14.1.. A. 0.n w.lb,...l1.l.w. 10w,, Sa.1AW'1a 11a,//11/ti Ia/law. 10 SI SI 1111 W+a. O.a.e.IOW, luu.n..r 14 am 112221.215111 kW W10/1.Y .am Si aI 14 1.1.10 wa.wl APP.., 110210 0rdaa0r 2..2w9:11 10AW In...eLI0 (l.//6117 role If. 1a 11 1101 PP1.e, 0a0p.....aasu1..cl.l 3001222 IIw WS L,I 11ur@(11 13a.11 II 11 w 11326 N...LAu, vu..1..01.... a swon..lsu.nln.1 Id..W Im.1/1 kilt 11WI/W11 0ua1ry 11 41 11 1]II 1020. L aa.•...1rnratollta..m 1.n1Y.w.. Lwow 1h MALL' Ir. I/II0I IS Yen 10 10 11 IL1. 1002,2 11.22I210I tl.111/1P ISL/1 11 1.1 u 111. I1.22•0.000.l..1.2M 1,211.. 1a. 10An 1006143111 10../1,27 15..20 IY 50 1I ll.le 1..w.L.wanlrkll.w1.1..a.1 100122 11wY3L10 10.2116/li Stale 31 11 01 1..1 I..&.a...m 110.0 Rlf/I/IP 17/.0i14/1/ ... S4 11.1 .r.... 1410.021y1020.ry 10Ap 111i/11113 1091/10'11 I+ :Imo 15 546e 21 13.3 Prmuu 1r.nrnu11.011 O. 100225 IYi/10111 m6.e(10/0) la.lin 10 11 1/ 14.1 1r012111142:02 0110102 film. III)/I/Si 7I1/.1(/19/17 lain le S0 15 11.4 Paw.. 1..12.2t,22.2 x.0 10a.11 M1/1/17 202.11125111 l.aan. 11 11 414. 1 11WIlb/u n. 1a/3/1I a4.W Mwruy..an Pal 1mr4we01222 H...O th0 \^l WAYFLDIN f it P..1.....,51111W1ll,r.,111•r.1wr..,1.1141r,..,r.,.11.1l„,,,,, .. I 0 ma1wry.wa Yea n.10Y. 1..w1. Pre award OM 11 6a11 wail WV. Wed 10/61/1:01ap „._. • 10 12 wrMIW.. w.t...a a 1m.na.Ilm.r wmmr Lamegroat Ie51exll ` Vawll Ill 01.n II.n0p/II u.2,129(11 01.,. L+i a111 200222 Imo. rya, to:2222e.r22 ea, Oaal 1:24110L12- 212x100tl11 1wn 1 11 Ilal, 01N T 1,156262.252221 1'n1 /':. *0(/±-.-.11Wm.r..p...:W.w.', " • yK*' "c .W+..•SI. 3e 0. .T..ke.n.r • ..--_ a .0 ..._i-�! w..w .. I..wr _ _ ...... .. 10± un.. r..r �1 I.0 wwyn..9n1 l..es a.w4 o.... MY CP4 o.•�.. Iw -I.uu1E4.545 ww...wu 14,4445, XVII .5....Ilfarl3w11131. ilxlsfarowr. t._xlwl,. 3�l»1.9ar.e..�,s.. n. u .�� ff~iu..fri~0,3i1.r..11.15.1. 1113• 1r..tfs.s1113•1s..•ls.ai..f.1s..9fs1..l.]r,... SIN IW 4rn1Mlt 1w1/1737 fwn ut a[ ! 1... w74l1a,.. «.,,.,III , ,.11 a [. 4 1.4 10.11.711if.ln ! 1 131.11111 rinR715111 IP n St 5. . 14 .II .n1..4111P ran 311•37.341 3 7.3 31/711713 Iu..11s/v 1.1. 1 sill .9 T I. 1.11 4.304433.71 l.n..a1l...il 11333 .naluv lwalluu ...n fl .I 1, , 1 10. w aIn 4555.A4.n4.4444l411.54,44 S.., ,ur.11111I 54454l1I61 11... fl.S.fS.0 14 2241a22t w .A u...w..y..w.n.. 1740 ns...4114.. No. . t• 4w51,9/11 14451.1” 11545 .. ,5 41 w 21l aryw.W..n 544465 44 Iu.Rflly Iu.11111t 1122n St 4 SI 111 t•w/aW a.ivn Ytl., too SIMII w744.111/ ltww u .1 lit wlila.reM 1 n fu11/1411 11a3w11711 ..M 501. .. .1 111 12.221l S.wrar.M to Idol 10921161 1w USW 1D..,x .1 Se.. .. 31 Y 1 12122s,ut.P. awe. l 12M1M522120 .l A Fbwsu nnu. M 1.1 .en...16...,.da®ryrvmn re 11 IS .S 15 .al.uw Pwu Cnnwln.n Woe wa1111v11 1 .. 14221 61o29/1111, 1.1.1911ry11 .mn Wow ll.6.1.111 4.w,10/1.11102 tww lno 111411 tw 1111111 1144 a.lc a 5C11111.[4N MUM own W..I4.4.111 woo l41I2/)1 O..n Ir..1.1. boo im..St»a• 12r..22.214u..2.9 i 49148 Section 6 - Attachments BID BOND FORM (Page 1 of 3) State of Florida County of Miami -Dade City of Miami KNOWN ALL PERSONS BY THESE PRESENTS, thatWaypoint Contracting. Inc. as Principal, FCCI Insurance Company as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Five Percent of Amount Bid Dollars ($ ********5%*****) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated May I Oth , 20 17 , for: MORNINGS1DE PARK TENNIS COURTS PROJECT, D2 6-40534 NOW THEREFORE: (a) If the Principal shall not withdraw said Bid within one hundred eighty (180) days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the City, in accordance with the Bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said Bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 10th day of N1ay 2017 the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Witness: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. if Corporation, Secretary only will ttest a •;affix seal.) / See Power of Attorney Attached (Surety Secretary) Principal: WaypointContracting, Inc. Affix Seal (Signat<j of authorized officer) 1,, .. jr-Y ecF•Cy1G (Title) 1324 NW 29t1i Street (Business Address) \liami. FL 33142 (City/State/Zip Code) Surety: (Corporate Surety) CC I Insurapcc Company r ! (Signatpre of Auto Affix Seal orized Officer) Michael A. Bonet, Attorney -In -Fact (Title) 6300 University Parkway (Business Address) Sarasota, FL 34240 (City/State/Zip Code) MORNJNGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 BID BOND FORM (Page 3 of 3) CERTIFICATEFI/AS TO CORPORATE PRINCIPAL 1, -6 7tt yvA Lit,,,c ai i- 1.._ , certify that I am the Secretary of the Corporation named as Principal in the within bond; that --,/ % � t '{, L'i' 'y of said corporation; that I know his signature, and the signature hereto isfgenuine:And that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. STATE OF Florida ) COUNTY OF Miami Dade ) CITY OF Miami Before me, a Notary Public duly commissioned, and qualified, personally appeared Nlichacl A. Bonet to me well known, who being by me first duly sworn upon oath, says that helshe is the attorney -in -fact, for the FCCI Insurance Company and that he/she has been authorized by FC'CI insurance Company to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this tdth„ day of Mav 2017 INSTRUCTIONS: Bid Bonds --. must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders Notary Public, State of Florida at Large My Commission Expires: November 7, 201 ;c7 INATe., Notary Pudic Sae of Florida Carmen E Pillot My Commission FF 920437 of FaA Expires 11/07/2019 S9 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITS No.: 16-17-009 B-40534 10-00050653 Fcc �� I r SURA CE GROUP More Haan a policy- A promise. GENERAL POWER OF ATTORNEY Know all men by these presents- That the FCCI Insurance Ccmpany. a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Roy V Fabry; Michael A Bonet Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the surn of (not to exceed $7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation rnay be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof. the FCCI Insurance Company has caused these presen s to be signed by its duly authorized 22Nr' day of Se tember , 2011 . officers and its corporate Seal to be hereunto affixed, this Attest: t Craig-4bhnsOn. President FCC !Insurance Company of. oa • • SEAL z; I•••N '.EoaiC* . Thom Gov Koval Esq. EVP Chis Ofixer, ent Affairs and Corporate Secretary FCC1 Insurance Company State of Honda County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. , _,______ [ 4.0%. Arlene Abaso „rar. Kmw Herr, Sow ar Ho da c am, Na OG 19777 ''",/ My COW.Wall r 99a:5.2i1 My commission expires: 9/25/2020 State of Florida County of Sarasota Before me this day personally executed the foregoing document for the My commission expires: 9/25/2020 Notary Public appeared Thomas A. Koval. Esc . who is personally known to me and who purposes expressed therein. Arlene Akeso • r Notary NtAx, Sim of Hands ra..a,w.r `bOG 19,Ti7 Ca imisw fxprrR Oa2V CERTIFICATE Notary Public I, the undersigned Secretary of FCCI Insurance Company. a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force r Dated this day of JOI7 Thoma Koval, Esq., EVP, i " Legal Officer, Gov r ent Affairs and Corporate ,ary 1-IONA-3592-N.A-O4. 8718 Agile Courts & Construction Company, Inc./ Waypoint Contracting, Inc. Teaming Agreement For THE OFFEROR Solicitation #16-17-009 This AGREEMENT is effective as of the 1st clay of May 2017 between Agile Courts & Construction Company, Inc., hereinafter referred to as "AGILE" located at 8787 SW 134TH ST.. 111AMI, FL 33176 and Waypoint Contracting, inc. hereinafter referred to as "WAYPOINT' located at 1324 NW 29TM' ST., MIAMI, FL 33142 in which the collective efforts of the two entities are hereinafter referred to as the "Team", WITNESSETH. WHEREAS, the City of iti,IAari, hereinafter referred to as THE OFFEROR" has issued Solicitation #16-17-009 (the "Solicitation"). seeking the performance to construct Tennis Courts, Morn ng side Park, 750 NE 55th TERRACE, MIAMI, FLORIDA 33137. (the "Project"); WHEREAS, AGILE and WAYPOI NT acting together in a joint effort as the Team intends to submit a bid in response to the Solicitation (hereinafter referred to as the "Bid"); WHEREAS, each of the parties hereto, having carefully assessed the capabilities and interests of the other, has concluded that a mutual effort in preparation of the Bid and performance of the Project would enhance the likelihood of a prime contract award to the Team for the Project; WHEREAS, WAYPOINT shall be primarily responsible for the Project. and will perform the primary and vital functions of the prime contract, which consist of: (1) the overall control, management, and supervision of the Project, (2) program, design and construction management and related administrative services on the Project, (3) the minimum onsite performance of work as required by the Solicitation (4) the coordination of all communication with THE OFFEROR, and (5) the processing and submittal of all required payment applications, project submittals, and other required project documentation to THE OFFEROR; WHEREAS: AGILE shall be primarily responsible for design support, procurement and the construction of the tennis courts, fencing, and it related apparatus; WHEREAS, WAPOINT will provide Estimating, Value Engineering, Constructability and Construction Services to provide the construction expertise necessary to lead the overall design and construction efforts of the Project: NOW, THEREFORE, in consideration of the premises and the mutual covenants herein contained and intending to be legally bound, the parties agree as follows: 1 of 8 I. THE PURPOSE OF THE AGREEMENT A. The purpose of this Agreement is to enter into a joint effort to submit the Bid in response to the Solicitation # 16-1 i-009 in the interest of obtaining the prime contract award to the Team for the Project. B. The parties will work closely together and exchange business and technical information, For this reason, the parties agree to cooperate fully and exclusively with each other towards obtaining the prime contract award. C. Nothing contained herein is intended to preclude either party from performing work not related to the Project. Each Party will assist the other, as necessary, and will exert its best efforts in preparing the Bid for the prime contract award. li. BID PREPARATION A. AGILE shall (I) provide appropriate personnel and use its best efforts to prepare and submit to WAYPOINT on behalf of the Team such data as are required for use in preparation of that part of the Bid to be submitted to the THE OFFEROR which relates to the work to be performed by AGILE on the Project as described above, hereinafter referred to as "Work", and (II) provide all other reasonable assistance to the WAYPOINT in preparation of the Bid as necessary. B. WAYPOINT representing the Team shall prepare the Bid, integrate the data provided by AGILE and shall submit the Sid to the THE OFFEROR. AGILE shall consult with WAYPOINT regarding decisions affecting the Work and the teams offer to THE OFFEROR. C. WAYPOINT shall be the prime interface with the THE OFFEROR on behalf of the Team and shall direct and coordinate all activity related to the Project WAYPOINT agrees to oversee task assignments, including distribution, and team participation criteria. D. The Team shall perform such additional effort subsequent to submittal of the Bid to THE OFFEROR as appears reasonable to obtain the anticipated prime contract award. III. RELATIONSHIP OF THE PARTIES A. This Agreement has been entered into solely for the benefit of the Team and is not intended to create any legal, equitable. or beneficial interest in any third party. B. The parties agree that each, whether acting alone or in any combination, are irrevocably bound to the commitments of this agreement and may not engage in any actions and/or conduct which may be construed as contrary to the interest of the Team. 2 of 8 C. The parties shall act as independent contractors and neither party shall act as agent for, or partner of the other party for any purpose whatsoever, and the employees of one shall not be deemed the employees of the other, In no way shall this Agreement in any way abridge, limit, or restrict the rights of the parties to pursue, either independently or otherwise, business opportunities other than the Project. IV. PERFORMANCE A. On behalf of and in the interests of the Team, WAYPOINT and AGILE during the Bid period, through negotiations and contract award shall participate in the complete development, preparation, and substantiation of the Bid. B. The specific work to be performed by WAYPOINT will include design and construction phase estimating, constructability reviews and value engineering services and construction management and construction services. C. The specific work to be performed by AGILE will include design support, procurement, and installation of tennis courts and fence, V. COSTS Any and all costs, expenses, or liability to either AGILE or to WAYPOINT caused by or arising out of its actions pursuant to this Agreement. its implementation, amendment, or expansion, shall be borne by each party separately and individually and neither party shall be liable or obligated to the other for any such cost, expense, or liability, except to the extent that such costs, expense, or liabilities are reimbursed, paid, or provided for under a contract, if any, entered into between the parties. VI. PROPRIETARY INFORMATION A. The parties anticipate that under this Agreement it may be necessary for either to transfer to the other proprietary information. Proprietary information shall be clearly identified as such by the party disclosing it, hereinafter referred to as the "Disclosing Party" at the time of disclosure. Each of the parties shall identify a person responsible for receipt of data subject to this Paragraph VI. Each of the parties agrees that it will use the same reasonable efforts to protect such information as are used to protect its own proprietary information. Disclosures of such information shall be restricted to those individuals who are directly participating in the Bid preparation and subcontract efforts identified in Paragraphs (i), (ii), and (iii) hereof. Neither party shall make any reproductions, disclosure., or use of such proprietary information except as follows: (i) Such data furnished by either party to the other may be used in performing its obligations under this Agreement, (ii) Such data furnished by either party may be used by the Team in performing its obligations under this Agreement and may be 3 of 8 included in the Bid to be submitted to the THE OFFEROR, with appropriate restrictive legends to the extent that the either party specifically requests, and such legends as are permitted by the THE OFFEROR's regulations, as applicable. (iii) Such data may also be used in accordance with any written authorization received from the Disclosing Party, C. The limitations on reproduction, disclosure, or use of proprietary information shall not apply to and neither party shall be liable for reproduction, disclosure, or use of proprietary information with respect to which any of the following conditions exist: (i) If, prior to the receipt thereof under this Agreement, it has been developed independently by, or was lawfully known to the party receiving it, hereinafter referred to as the "Receiving Party", or has been lawfully received from other sources, including the THE OFFEROR, provided such other source did not receive it due to a breach of this or any other agreement (ii) If, subsequent to the receipt thereof under this Agreement (a) it is published by the Disclosing Party or is disclosed by the party to others, including the THE OFFEROR, without restriction, or (b) it has been lawfully obtained by the Receiving Party from other sources, including the THE OFFEROR, provided such other source did not receive it due to a breach of this Agreement, or (c) if such information otherwise comes within the public knowledge or becomes generally known to the public. (iii) If any part of the proprietary information has been or hereafter shall be disclosed in a United States patent issued to the Disclosing Party furnishing the proprietary information hereunder, then, after the issuance of said patent, the limitations on such proprietary information as disclosed in the patent shall be only that afforded by the United States Patent Laws. (iv) If the proprietary information has been furnished to the United States government with "unlimited rights." D. Neither the execution and delivery of this Agreement, nor the furnishing of any proprietary information by either party shall be construed as granting to the other party either expressly, by implication, estoppel, or otherwise, any license under any invention, patent, trademark, or copyright now or hereafter owned or controlled by the party furnishing same. Notwithstanding the expiration of the other portions of this Agreement, the obligations and provisions of this Paragraph VI shall continue for a period of six years from the date of this Agreement. 4 of 8 VII. TERMINATION OF AGREEMENT Except as otherwise expressly provided in Paragraph VI of this Agreement, this Agreement shall expire automatically upon the happening of any of the following events, whichever shall occur first: A. THE OFFEROR withdraws the Solicitation for the Project. B. An official response from THE OFFEROR that it will not award to the team the prime contract for the Project. C. The award of a prime contract for the Project to an offeror other than the Team. D. One of the parties petitions for bankruptcy or reorganization under bankruptcy laws or makes an assignment for the benefit of creditors. The elapsing of 12 months from the date this Agreement is effective. F. The parties dissolve this agreement by mutual consent. G. Other valid. compelling reasons of either of the parties to terminate the agreement including but not limited to debarment, suspension, or criminal investigation of a party by the government; change in the legal status due to merger or sale of one of the entities; or grossly unsatisfactory performance of a party. VIII, DISPUTE RESOLUTION A. The parties agree that time is of the essence with respect to this Agreement. Consequently, any disagreements, claims, controversies or disputes (hereinafter collectively called "Disputes") concerning questions of fact or law arising out of or relating to this Agreement or performance of either party hereunder should be resolved promptly and at the lowest level possible. The laws of the State of Florida, without reference to its conflict of laws rules, shall govern resolution of any Disputes hereunder. B. The parties shall exercise their best efforts to settle any Disputes. If the parties are unable to resolve the Dispute within thirty (30) calendar days from the date that either party is informed in writing by the other party that a Dispute exists, such Disputes shall be settled by mediation, using the services of a mediator mutually agreeable to the parties, at a location mutually agreeable to both parties, with the cost of any such mediation to be shared equally by the parties. In the event that Disputes are riot settled and resolved by mediation, which mediation process shall be a condition precedent to litigation. 5 of 8 IX. INDEMNIFICATION A. Each party shall indemnify and hold the other harmless from any and all claims, actions, damages, and liabilities (including reasonable attorney's fees) arising directly out of the indemnifying party's negligence, or willful, wanton, or reckless conduct resulting in death or bodily injury or damage to any real or tangible personal property in connection with performance under this Agreement. The indemnification obligations in this section are proportional to the percentage of the indemnifying party's negligence or liability and under no circumstances shall the obligations of the indemnifying party exceed the extent to which it was found liable by a court or arbitration panel of competent jurisdiction for causing the death or bodily injury or damage to any real or tangible personal property. B. All of the foregoing indemnities shall be contingent upon the following: The party seeking indemnity shall (1) give prompt written notice to the other party of any claim, demand or action for which indemnity is sought: (2) fully cooperate in the defense or settlement of any such claim, demand, or action; and (3) obtain the prior written agreement of the indemnifying party to any settlement or bid of settlement (which agreement shall not unreasonably be withheld). X. LIMITED WARRANTY AND LIMITATION OF REMEDIES A. Each party warrants that it has the right to enter into this Agreement and fully perform all obligations herein undertaken. B. Each party warrants the data, information and other material furnished to the other party does not infringe any third -party rights in any U.S. patent, copyright or trade secret. C. Excepting claims based on any infringement of proprietary rights and claims brought for breach of Paragraph VI of this Agreement, in no event shall either party be liable to the other for any loss of profits; any incidental, special, exemplary or consequential damages; or any claims or demands brought against the other party even if such party has been advised of the possibility of such damages. Xl. COMMITMENTS Nothing in this Agreement shall grant to either AGILE or WAYPOINT the right to make commitments of any kind for or on behalf of the other party without prior written consent of the other party. XII. PUBLICITY Either party desiring to issue a news release, public announcement, advertisement, or other form of publicity concerning his efforts in connection with this Agreement shall give full consideration to the role and contributions of the other party and shall obtain the prior approval of the other party. 6 of 8 XiII. ENTIRE AGREEMENT This Agreement sets forth the entire agreement between the parties with respect to the Work and supersedes all prior negotiations, representations, or agreements relating thereto, except to the extent that they are expressly incorporated herein. Unless otherwise provided herein, no amendments. changes, alterations, or modifications of this Agreement shall be effective unless in writing executed by AGILE and WAYPOINT, XIV. GOVERNING LAW This Agreement and the legal relations of the parties shall be governed by the laws of the State of Florida applicable to agreements negotiated, executed, delivered, and fully performed in such state. XV. COUNTERPART This Agreement may be signed in two or more counterparts, each of which shall be treated as an original but which, when takan together, shall constitute one and the same instrument. XVI. CAPTIONS Headings of particular paragraphs are inserted only for convenience and are in no way to be construed as a part of this Agreement or as a limitation of the scope of the paragraphs to which they refer, XVII. SEVERABILITY The various terms, provisions and covenants herein contained shall be deemed to be separate and severable, and the invalidity or unenforceability of any of them shall in no manner affect or impair the validity or enforceability of the remainder hereof. XVIII. ASSIGNMENT Neither of the parties shall assign nor otherwise transfer the Agreement, in whole or in part, without the express written consent of the other parties. XIX. NOTICES All notices, requests, consents, and other communications hereunder shall be deemed to have been duly given if delivered or mailed, first class, postage prepaid to each party at the address given above. XX. WAIVER A. No waiver of the terms, conditions and covenants of this Agreement shall be binding and effective unless the same shall be in writing signed by the parties. B. A waiver of any breach of the terms, conditions and covenants of this Agreement 7 of 8 shall be for that one time only and shall not apply to any subsequent breach. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year first set forth above. Agile Courts & Construction Company, Inc. \.] Name and Title 9 Waypoi91 ontracting, Inc. L j1R nd Title 8 of 8 SUPPLEMENT TO BID FORM QUESTIONNAIRE This completed form Must be submitted with the Bid, the City may, at its sole discretion, require that the Bidder submit Additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the city's request. Failure to submit the form or additional information upon request by the City shall result in the rejection of the Bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has Bidder been in business under its current name and ownership? lyr Professional Licenses/Certifications (include name and number)* Issuance Date Florida CGC 1519415 2/2/2011 (*include active certifications of community small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: 2/2/2011 c. Qualified Business License: EYes ❑No If Yes, Date Issued: 1/13/17 d. What is Bidder's business? General Con'~raoting (This answer should be specific. For example; paving, drainage, schools, interior renovations. etc.) e. Name of Qualifier, license number, and relationship to Bidder: Jorge L. Lcpez, CC1519415, Vice Presidenc f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder: None 2. Name and Licenses of any prior companies: Name of Company License No, None Issuance Date 3. Type of Business Entity: ❑Corporation ❑'S" Corporation❑LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 90 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITS No.: 16-17-009 B-40534 Narne Title %a of ownership Katrina Gonzalez President 6C1; Jorge L, Lopez Vice President 40% b. Is any owner identified above an owner in another company? ❑ Yes El No If yes, identify the name of the owner, other company names, and %q ownership c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority). Name Katrina Gonzalez Title Signatory Authority President Jorge L. Lopez Vice President All Cost No -Cost Other DOD E n n ❑ ❑ ❑ Explanation for Other: (Note "Ail' revers to any type of document including but not limited to Contracts, amendment, charge proposal requests (CPR) change orders (CO) notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices. and other similar documents) 5. Employee Information Total No. of Employees: E Number of Managerial/Admin. Employees: 2 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) 2 Carpenters How many employees are working under H2B visas? 0 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: No 91 MORNINGSIDE PARK TENNfS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 7. Insurance and Bond Information: a. Insurance Carrier name and address ‹a r -Carl i,. _..-.... a: 3350 >. D-xie aigwcyay, Miami, FL 33133 b. Insurance Contact Name, telephone, and e-mail; Iw':icnae1 Eone', 305-461-8217, rrboret k_ahn-carlir_.com c. Insurance Experience Modification Rating (EMR): 1.00 (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: 0 e. Bond Carrier name and address: Eee Insurar_ce Carrier f, Bond Carrier Contact Name, telephone, and e-mail: See Insurance Carrier g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 0 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment. and settlement: unless the value of the settlement is covered by a written confidentiality agreement. No 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: Ito 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes E No E If yes, provide an attachment that provides an explanation of the Project. 11, Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. No 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000,00) or greater, owned by the Bidder. N/A B. Project Management and Subcontract ❑etails 1. Bidder's Project Manager for this Project: a. Name.: Eddy Gonzalez, Jr. 0, M0RNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 b. Years employed by Bidder: lyr c, Licenses/Certifications:Certified Florida CGC, FI2 Construction ?Nana errent B.S. vegree d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: See attachment #1 2. Subcontractors: Name Trade % of Work License No. Certification* See attachment #1 Subcontractor Utilization Form. (*active certifications of ccrnmunity small business erterpnse and name of certifying entity) 3, Scope of physical labor construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non - construction Work items) Management of project, partial demolition scope, layout, temporary construction measures, installation ol: tennis shelters, practice board, tables, chairs, Water fountain, benches, umbrellas, bike rack, and other construction su_ por r work, C. Current and Prior Experience: 1. Current Experience including Projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name, title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project). See attachment = -: 2. Prior Projects of a similar size, scope and: Provide an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the Bid solicitation, Information provided must include the owner's name, address and contact person, including telephone and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the Project. The delivery method, including, but not limited to; design -build, CM@Ris'k, Design -Bid -Build, etc. is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. See attachment #1 D, Bidder's References Bidders are to include a minimum of five (5) references from completed Projects listed in C.2 above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. See attach -re:1: r _ 93 MORNTNGSIDE PARK TENNIS COURTS PROJECT, D2 !TB No.: 10-17.009 B-40534 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) '� h 41 Bidders may furnish the names, addresses. and telephone numbers of firms or government organizations for which the Bidder has provided services in addition to the minimum five (5) Projects of a similar size, scope, and complexity. 1) Company Name Address Contact Person/Contract Amount Telephone No./Email 2) Company Name Address Contact Person/Contract Amount Telephone No./Email 3) Company Name Address Contact Person/Contract Amount Telephone No./Email 4) Company Name Address Contact Person/Contract Amount Telephone No./Email 5) Company Name Address Contact Person/Contract Amount Telephone No./Email 94 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 Q[t' of Miami To Whom It May Concern Subject: Reference Letter -The Fo&wing Section m be C mpletid by the Bidder Daniel J. Alfonso City Manager Name of Bidder: The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: _The Fo wing Section to be Gc tpreted by the Project Owner. Scope of Referenced Work: Did the Scope involve the construction, installation, repair and/or replacement of a storm water pump station? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by Bidder: Was Project completed on time and within budget: ❑ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement MORNINGSIDE PARK TENNIS COURTS PROJECT, 02 ITS No.: 16-17-009 B-40534 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 Jorge L. Lopez hereby certify that: Dome L. Lsa am the (President/Secretary or Principal) of 9raypoint Contracting, Inc. (Bidder's Firm); ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) Waypoir: Contrac=ina, hereby acknowledges that the awarded Contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR b. (Bidder) hereby is certified by Miami - Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the Bidder's CSBE certification must be included in the Bid document. iu) (Bidder) Way, —point Cor.�racc.ing, Irv. hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code, iv) (Bidder) Wa pathy Corer. zing, rr_c• hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: i % v) (Bidder) _`c.'x(c-• _e:;) I> hereby agrees to make assignments pursuant to Item iii), abode, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73. STATE OF COUNTY OF } . efore me, a Notary Public duly commissioned, qualified and acting personally, appeared J `'3' / pe t— to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed and Swo reap eforecEtyi day of 1 - My commission expirep.: r f YCQfd�1I55tCN$FFb78249 .a x * * EXPIFE6: oeficnitcr 22, 20 1 sow Thru 8v!,ial Ratan/ Ramos Bonded by k( f- 09 20 7 Notary P iSta - of Florida at Large MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 B-40534 ITB No.: 16-17-009 OPI "JUST BE C(..:.")1"LETED :DES FOR PREOTS OSBE FEIFEMENTS SC-IEDULE OF INTE \IT AFFIDAVIT (SOI) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM "CSBEP This sartinualfilkeo Itiddararnwposar and Ow CUE Sithoontraater Mat w/10 wliftakit formliPse Of Welig th.Priligt Name of Bidi1er Coltact Person: .crYe Lopec Prpiect P10:1 ectl.. Contract Dollar AinciJnt. ; Phone No.: Pro;ect Number: 1;3N. 16 -1 -11. 15'4 CSBE Do-jr Amount: [ Name or Prime Bidder 1 Certification No. Of appiicable) Certification Expiration Date (if applicable) Type of CS IBB Work to be Bidder's self Total Dollar ($) Amount of —I performed by the Bidder (if performance Bidder's self perfor applIcablel percentage (%) mance of Contract Value , I ho irteerstlned h,fett'ds u perterm the Mewing V,V.yt [Name of Subcontractor Certification No. Ex 2cz , C.c:11% L 7, 1 n correction with the above Contract: rtificatton Type of CSBE Work to be l Subcontractor ! Total Dollar (Si Amount of piration Date - performed by the ii percentage (%) ; Subcontractor's CSBE Subcontractor of Contract V1Kiil, 1 regireni±nt .rt1.3 (--7. ei; , 07-- I car.lti tiat. 'he ''s'',,v-s.s-eri; vs.,e,:.,mamed 0 177:7; ' : I afa :,..re and ac-..,...Et-ii.-.• ELI ihe be.,,t A Ty incrolelge ; Jim- :Ivat I ,,,1! anis, in:c 5,...c,,,:c.r+.:-.-...c:,Jal ilr:erie,t;,, ..1;19te :0-:‘,.:11,d `JSEir-: Sao -is) ( awar .7,-c.„47.-3,7,: CC,VES ;:Te 3greemaniks 'mil t'd Im-1-'8Jiattar:ywr8de,r,,,Vati,! N3 :ha C.ity of Viarni 7s retiwrigj LI 5./9117 L. Lop8 E3cfcier S.pr)if. Dale Bidder Print Name Title The iindersiii o has reasonable and uncommitted capacity sufficient to provide the reqiitred goods or services, ail licenses and permits necessary lo provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal Industry practice. and the ability to oinerwlse meet the Bid specifications. Sbcorbactor Signature Dale MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 B-.40534 kile Co•urts• cen--3'cr%tetion ton. Sttilecentrattor Print Name 100 TtIo 'TB No.: 16-17-009 REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: See attachment 41. List all Contracts Bidder has performed for the City of Miami in the past three (3) years which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 18-89 of the City Code, which requires that "the City shall consider the Bidder's adherence to the City`s Local Workforce Participation requirements within the past three (3) years in making any future Contract awards. The solicitation documents will include the Contractors past compliance with these requirements of the City." As such, the Bidder must list and describe all Work performed for the City of Miami in the past three (3) years. Please provide factually detailed responses for each Project. and address each of the important items below. (i) Contract number, name and brief description of Work; (II) total dollar value of the Contract; (iii) dates covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder; (v) breakdown of local workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements; (vii) if the Project was over one million dollars ($1,000,000.00) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees; (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion; and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. 101 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 Tity of Aii tnti A,NrNI PEREZ, CFPC Cirevar ,t Pra_urement'.- June 15, 20' 7 Jorge L. Lopez, Vice President Waypoint Contracting Inc. 1324 NW 29'' Street hl arni. FL 331-12 SEAT VIA EMAIL jicpez wway;.Cirltc .ccm Re; Request to Cure; Invitation to Bid (ITB) No. 16-17.009 — Mornir.gside Park Tennis Courts Project, D2, Project No. E-40534 Dear Mr. Lopez: Ti"e C'ty of Muni (City; is In receipt of We/point Contracting Inc.'s iayPoint) bid in response to ITB No. 16-17- °09 for the M,orn,ncs:de Park Tennis Courts Project, D2. Tre ITS closed on May 10, 2017. Our initial review has revealed teat additional oiarificatcn is needed in order to determine if the bid submitted is responsive to the requirements of the ;TB. Pursuant to the Ni.nimum Requirements for ITS No. 13-17-009, B'dders snail have a n-in:rn. m of ter (101 years of i der Is current business name, inthe construede: courts, supported byreferences three experience, rCC, under ;s. l.rl of tennis 4`C 'f S, 5'arJ�,`,3C� f2�... c'.. 2s cr t�lf.... (3) Projects completed within t„e past eight (8) years. Waypoint did not show proof of ten (10) years of experience under its current business name. According to the Florida Division of Corporations, Wa,rrcir.; registered with the State on November 29, 2016. Bidders s. a:rliiteL referer.ce P7ci,ects must demonstrate ha: he B r;der: i) served as the Prime Contractor for the referenced Projects provided. a-,d ii) self-cer;3rrned at least thirty pe-cent (30%) of the physical construction labo' work for Ina referenced Projects Waypoint cid not submit the required three (3) Reference Letters with its bpd (see Attachment 1 — Reference Letter), In order to continue the evaluation of Waypoint's bid, please check the appropriate response below and sign: (,rj'YES, Wa4yccint will submit the completed required documents necessary to comply with the requirements outlined in ITB No, 16-17-009. ( ) NO, VVa fpcint will not submit the required documents outlined above and hereby withdraws Waypoint's submitted bid for ITB No. 16-17-009. Print Name Signs C/JGe PfG�ic4 Titie Date e/t A response to this request to cure must be submitted to the attent:on of Mr. Anthony Hansen, Senior Procurement Ccntractirg Of`cer, v:a e.mail: amharsen.cumiarrnigcv.com or fax: (305) 41 1395, no later than 5:00 p.m. on June 19, 2017. Failure. to resdond by the stipulated date and time will cause Waypcint's bid to be deemed con - responsive AP:ah c: ITS File hlorningside Park Tennis Courts Project, D2, Project No. B-40534 Sincerely, Annie Perez, CPPO Director of Procurement Request to Cure Bid No.: 16-17-009 L1 June 2S, 2017 BERGIILE S1r. Anthony Hansen Sr. Procurement Contracting Officer Cite of 141iami (305) 4 1 6- 1 S9 5 amhansen'a miamigov.com M A N S,:ott D. Lehman. Esquire Board Certified in Construction Law Direct. (786) 709-9323 sIehman i eisenber2=fehman.cotn Re: Response to Request to Cure dated 6/15/17 [TB No. 16-17-009 - Morningside Park Tennis Courts Project, D2 Project No. B-40534 DELIVERED VIA EMAIL Dear Mr. Hansen, This firm represents Waypoint Contracting, Inc. (hereafter "Waypoint") with reference to its bid response with Agile Courts Construction Company, Inc. (hereafter "Agile") to ITB 16-17- 009 for the Morningside Park Tennis Courts Project, D2 (hereafter "Solicitation"). This letter is written to provide additional clarification regarding the subject bid response. Waypoint and Agile responded to the Solicitation as a joint Venture (hereafter "JV") and entered in a Teaming Agreement to formalize the joint efforts in responding to the Solicitation and, if awarded, performing the work. The Teaming Agreement between Waypoint and Agile dated May 1, 2017 was included in Section 6 of the Supplement to Bid. Together, as a JV, Waypoint and Agile meet the Minimum Requirements for the Solicitation with 4Vaypoint having the licensing, general contracting and project management expertise in recreational facilities and Agile possessing the tennis court construction experience. For instance, Agile meets the requirement of a minimum of ten (10) years of experience, under its current business name, in the construction of tennis courts. 1 have attached to this letter references for three (3) Projects completed within the past eight (8) years. it is recognized by the Team that the Bid Form does not make clear that the parties were responding to the Solicitation as a JV. However, the Supplement to Bid Form does make clear that the parties intended to respond as a JV as it includes the Teaming Agreement and identifies the specific JV member that meets each of the Solicitation's minimum requirements. Please accept this letter as a formal request to deem the subject bid to be responsive to the requirements of the Solicitation based on the parties intent to respond as a Joint Venture 255 Are on Ai nue • 2nd Floor • Con:: _ les, F • 31134 736.709.9320 • wwA w.e7senberglehmon Mr. Anthony Hansen City of Miami Page 2 of 2 lune 28, 2017 between Waypoint and Agile and, if necessary, to allow the responding party to clarify its Bid Response Form to reflect the saute. Respectfully, EISENBERG LEHMAN, PLLC ❑rgilally signed by Scott D. Lehman CJ V: cn=Scort D. Lehman. o Eisenberg Lehman. Scott D. Lehman pLLI' au, ernall-siehman;bebenberglenman,cQm. By: c=US C 3te: 207 7.J5.23 14-3431 .04'30' Scott D. Lehman, Esq. 255 Ararior A. ienue . 2nd Floor . C .roi Ga h1e . Florida . 33134 786.709.9320 . yvww.e'senberglehrnan.com To Whom It May Concern Subject: Reference Letter it' of -1liar i WWI* cotitrooki- Name of bidder: Agile Courts Construction The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as we!I as any other information you feel is pertinent: Morningside Tennis Courts Name of Referenced Project: Scope of Referenced Work: Did the Scope involve the construction. installation, repair andior replacement of a storm water pump station? ❑ Yes No c Q' - fv • Z1O, d:o Value of Project: $ `4e40,1 t SS, nee -- - I iCIWate. Completed: Percentage of physical construction Work self -performed by Bidder: ¶(} % Was Project completed on time and within budget: Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Pci.14 m r5- c\ s orc-i ockA ConirCil.per O4 A 2S `{ems' Name of Project Owner: j)Y,L fr.s C Date: 70 l ul Zcf Signature of Project Owner's Representative: Title: NJI emi` F114 Telephone: 1 je, {C23. !Q8. E-mail: Gf I fi1C . CGVY'1 Sincerely, Annie Perez, CPPO, Director Department of Procurement MQRNINGSIDE PARK TENNIS COURTS PROJECT, 02 lTB No.: 16-17-009 B-40534 ..iti' of -1iami To Whorn It May Concern Subject: Reference Letter C • Name of Bidder: Agile Courts Construction The above referenced Bidder is responding to a Bid that has been issued by the City of Miami, The City requires that the Bidder provide whtten references with their Bid submission. By providing you with this document. the Bidder is reques nq that you provide the following reference information, The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name cf Referenced Project: Morningside T= r nis Cc Scope cf Referenced Work. Coy\Ve_47 l k 12) f" 4" r(k (�'+" 11 r f Did the Scope invol7e. the construction, installation, repair andl.cr replacement of a storm water pu .ipt station? ❑ Yes rr No d� Value cf Project $ , `t ,9eb, ( 0 Gaze Gorr^#e ed: 2-01> Z. a t C7 Percema; e 0- pl y's:cal CQnstri„cton Work self -performed by Bidder: t a is Was r r: ect co, .-,, ? rn t`me and ,^.'thin budget: ,J Yes E No If no, was the Bider at fall: or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: o r codj,, l .1'654 o,s Comments: Name of Project Owner., f Date: G �" 1-1 Signature of Project C` rer's Representative: ,',' Title: (e nna� �-. sYzar) t_r, Telephone: (j1 S r) 2-!-SSC.ta E-mail: �Isr t1! I' t�f.� Sincerely, Annie Perez, CPPO, Director Department of Procurement 95 MORNINGSIDE PARK TENNIS COURTS PROJECT, D2 ITB No.: 16-17-009 B-40534 of +I i i n t To iVhom It May Concern Subject: Reference Letter • Name of Bidder': Agile Courts Construction The above referenced Bidder is respcnd"r.g to a f8id that has been issued by the City of Miami. The City requires that the Bidder provide written references with their E d submission.. By providing you with this decurnent, the Bidder is requesting that you provide the following reference information, The City would appreciElte you pro'J.ding the information requested belo,,v, as well as any other information you feel is pertinent: NamecfRefer ReferencedProject: l'o n1�='gside T_rris oUr..s t Scope of Refereiced Work: 1'R5f;(4i0..s,,._ (-{) t CrG . CoU r k—t Yrf"L (\ t G4 Did the Sccppe involve- the Copt t.uction, installation, repair andicr replacement of a storm water pump r station? Yes _ Value of Project: $ 1 G Date Completed: 5 / Z Percentage of chy5Hcai coi structton Work self -performed by Bidder: 100 ,% `tiros Fr :. c.., _ s:e'd on time. and within budget: i'es ND If ro, was a B;C.�er a; fault or contribute to the delay(s) or increased cost? Yes D No ff yes, please provide details: !! h if 3 LU t,jQ 6(, f. Comments: Name cf Project Owner: (_ �,-'/.: �,r''/i %�-_ �- i;" %';';.>.•�r�: �;�/' 3;e: Signature of Project Ow^er's Pe=rese.ltative: 1� Title: r.2��'!.? r - <' ... n,r, Telephone:(f `f ,) - 55( Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: /2S7--re 1`l t;^-(L•//-5dd. (e-r 95 MORNINGSID;= PARK TENNIS COURTS PROJECT, D2 ITS No.: 16-17.O05 B-40534