Loading...
HomeMy WebLinkAboutMemo - Award RecommendationCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J. Alfonso DATE: August 3, 2017 FILE: City Manager FROM: Annie Perez, CPPO Procurement Director SUBJECT: Recommendation of Award for Morningside Park Tennis Courts Project; B-40534 REFERENCES: Invitation to Bid ("ITB') No. 16-17-009 ENCLOSURES: Bid Security List RECOMMENDATION: Based on the findings below, the Department of Procurement (Procurement) hereby recommends that the referenced Project be awarded to Waypoint Contracting Inc (Waypoint), who has been determined to be the lowest responsive and responsible Bidder, for Invitation to Bid (ITB) No. 16- 17-009 — Morningside Park Tennis Courts Project — D2 — Project No. B-40534 (Project). BACKGROUND: On April 3, 2017, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On May 10, 2017, Procurement received two (2) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to have: i) a current certified General Contractor License from the State of Florida sr a current certified Building Contractor license issued by the State of Florida; and a minimum of ten (10) years' experience, under its current business name, in the construction of tennis courts. Bidders were also required to have experience as the Prime General Contractor, for at least three (3) Projects, completed within the past eight (8) years. In addition, the Selected Bidder shall be required to self -perform at least thirty percent (30%) of the Physical Construction Work for the Project. FINDINGS: Procurement has completed the review of the bids following the guidelines published in the solicitation. As reflected on the attached Bid Security List, GC Works Inc. was the lowest Bidder for the Project. GC Works Inc. bid was deemed non -responsive to the minimum requirements of the ITS as they did not satisfy the minimum number of years' experience under their current business name. The local preference ordinance is not applicable since the other Bidder has been deemed non -responsive. After determining that Waypoint is the responsive and responsible Bidder, who meets the minimum requirements specified in the solicitation, Procurement and the Office of Capital Improvements (OCI) reviewed and compared Waypoint's bid to the design consultant's construction cost estimate, and determined that Waypoint's bid is within the estimated budget. Based on the above findings, Procurement hereby recommends that the Project be awarded to Waypoint. PR17238 Page 1 of2 CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare for execution, an Agreement in the amount of Waypoint's total bid of S1.327,712.00, plus a ten percent (10%) owner contingency, for a total Agreement amount not to exceed $1,460.483.20. The execution of this Agreement is contingent upon approval by the City Commission. Your signature below indicates your approval of Procurement's recommendation. Approved: A phtp. S �Y Daniel J. Alfonso, City Manager Date: c: Fernando Casamayor, Assistant City Manager, Chief Financial Officer Alberto N. Parjus, Assistant City Manager Rafael Suarez -Rivas, Senior Assistant City Attorney Jeovanny Rodriguez, P.E., Director, OC1 Hector Badia, Assistant Director, OCI Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director, Procurement Anthony Rolle, CPPB, Procurement Contracting Manager, Procurement PR17238 Page 2 ot-2