Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #5476 Date: 02/13/2019 Commission Meeting Date: 03/14/2019 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: District 5 Type: Resolution Subject: Accept Bid - Hadley Park Synthetic Turf and Park Improvements Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received on October 18, 2018, for a construction contract with Hellas Construction, Inc. ("Hellas"), the lowest responsive and responsible Bidder, pursuant to Invitation to Bid ("ITB") No. 17-18-050 for the Hadley Park Synthetic Turf and Park Improvements — D5 — Project No. B-173515, in the amount of $1,915,915.00 for the scope of work, plus an Owner's Contingency Allowance in the amount of $191,591.50, for a total contract amount not -to -exceed $2,107,506.50, allocating funds from the Office of Capital Improvements ("OCI") Project B-173515. Background of Item: On September 18, 2018, the Department of Procurement ("Procurement") issued ITB No. 17-18-050 — Hadley Park Synthetic Turf and Park Improvements - D5 - Project No. B-173515 (the "Project") under full and open competition to obtain construction services. On October 18, 2018, the ITB closing date, four (4) bids were received in response to the ITB. On November 26, 2018, Procurement recommended the award of this contract to the then apparent lowest responsive and responsible Bidder, Sports Turf One, Inc. ("Sports Turf'). Subsequently, on November 30, 2018, the second lowest Bidder, Hellas, submitted a letter of Intent to Protest the award to Sports Turf, alleging multiple irregularities affecting Sports Turf's bid that had occurred after Procurement concluded its due diligence effort. Following a second review at the request of the City Attorney's Office, Procurement determined that Sports Turf was in fact non -responsive to the Minimum Requirements of the solicitation. As a result, the second lowest Bidder, Hellas, was found to be the lowest responsive and responsible Bidder following the guidelines in the ITB. The local preference ordinance is not applicable since the one Bidder who maintains a "local office", Waypoint Contracting, Inc., did not submit a bid within fifteen percent (15%) of the lowest responsive and responsible Bidder's, Hellas's, bid. Procurement and OCI determined that Hellas bid is acceptable. Procurement hereby recommends award of the contract to Hellas, whose total bid amount is $1,915,915.00 for the scope of work, plus an Owner's Contingency Allowance in the amount of $191,591.50, fora total contract amount not -to -exceed $2,107,506.50, allocating funds from the Office of Capital Improvements ("OCI") Project B-173515. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $2,107,506.50 Office of Capital Improvements Office of Management and Budget Office of Management and Budget Department of Procurement Department of Risk Management City Manager's Office Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Office of the City Clerk Reviewed B Steven Williamson Yvette Smith Christopher M Rose Annie Perez Ann -Marie Sharpe Nzeribe Ihekwaba Valentin J Alvarez Nikolas Pascual Valentin J Alvarez Victoria Mendez Maricarmen Lopez Mayor's Office City Clerk's Office City Clerk's Office Department Head Review Completed 02/20/2019 8:52 AM Budget Analyst Review Completed 02/28/2019 3:57 PM Budget Review Completed 03/01/2019 1:55 PM Procurement Review Completed 03/04/2019 2:51 PM Risk Review Completed 03/05/2019 9:33 AM Assistant City Manager Review Completed 03/05/2019 3:00 PM Legislative Division Review Completed 03/05/2019 3:23 PM City Manager Review Completed 03/05/2019 4:43 PM Deputy City Attorney Review Skipped 02/22/2019 1:02 PM Approved Form and Correctness Completed 03/05/2019 6:11 PM Meeting Completed 03/14/2019 9:00 AM Signed by the Mayor Completed 03/25/2019 1:19 PM Signed and Attested by the City Clerk Completed 03/25/2019 2:13 PM Rendered Completed 03/25/2019 2:13 PM City of Miami Legislation Resolution Enactment Number: R-19-0087 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 5476 Final Action Date:3/14/2019 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED ON OCTOBER 18, 2018, PURSUANT TO INVITATION TO BID ("ITB") NO. 17-18-050, FROM HELLAS CONSTRUCTION, INC. ("HELLAS"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TO PROVIDE CONSTRUCTION SERVICES FOR THE HADLEY PARK SYNTHETIC TURF AND PARK IMPROVEMENTS — D5 — PROJECT NO. B-173515, IN THE AMOUNT OF $1,915,915.00 FOR THE SCOPE OF WORK, PLUS AN OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF $191,591.50, FOR A TOTAL NOT -TO -EXCEED AWARD VALUE OF $2,107,506.50; ALLOCATING FUNDS FROM THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-173515; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS AND EXTENSIONS, SUBJECT TO ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVAL HAVING BEEN PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S ("CITY") PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE. WHEREAS, on September 18, 2018, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 17-18-050 for construction services for the Hadley Park Synthetic Turf and Park Improvements — D5 — Project No. B-173515 ("Project"); and WHEREAS, four (4) bids were received by the Office of the City Clerk on October 18, 2018; and WHEREAS, on November 26, 2018, Procurement recommended award of this contract to the then apparent lowest responsive and responsible bidder, Sports Turf One, Inc. ("Sports Turf"); and WHEREAS, on January 2, 2019, Procurement rescinded the award due to irregularities affecting Sports Turf's bid; and WHEREAS, Procurement has determined Hellas Construction, Inc., a Foreign profit corporation ("Hellas"), to be the lowest responsive and responsible Bidder; and WHEREAS, the City Manager requests authorization to execute the negotiated Agreement with Hellas in the amount of $1,915,915.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $191,591.50, for a total not -to -exceed award value of $2,107,506.50; and WHEREAS, funds in the amount of $2,107,506.50 are to be allocated from Office of Capital Improvements ("OCI") Project No. B-173515; 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 October 18, 2018, pursuant to ITB No. 17-18-050, from Hellas, the lowest responsive and responsible Bidder, to provide construction services for the Project in the amount of $1,915,915.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $191,591.50, for a total not -to -exceed award value of $2,107,506.50, is accepted. Section 3. Funds to be allocated from OCI Project No. B-173515. Section 4. The City Manager is authorized to execute the Agreement with Hellas, in substantially the attached form, consisting of the ITB documents and attachments. Section 5. The City Manager is further authorized to negotiate and execute all other documents, including any amendments and extensions, subject to allocations, appropriations, and budgetary approval having been previously made, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City of Miami's ("City") Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with applicable regulations, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature by the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, ity Attor ey 3/5/2019 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.