HomeMy WebLinkAboutR-80-0435,:r
RESOLUTION No.
80-435
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
CONDITIONALLY AWARD A CONSTRUCTION CONTRACT
FOR THE CITY OF MIAMI/UNIVERSITY OF MIAMI
JAMES L. KNIGHT INTERNATIONAL CENTER, WITH
AN INCREASE IN THE BID AMOUNT FROM $26,700,000
TO $28,201,359 SUBJECT TO THE SUCCESSFUL
TIMELY COMPLETION OF THE SALE OF CITY REVENUE
BONDS ISSUED FOR SAID CENTER CONSTRUCTION.
WHEREAS, the City has accepted an Economic Development
Administration Grant, No. 04-51-20591, dated September 16, 1977, by
Resolution No. 77-795, dated October 13, 1977, to assist in the
construction of the CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER whereby the City agreed to maintain continuous
onsite construction work; and
WHEREAS, on August 1, 1979, the City received a bid in the
amount of $26,700,000 for the total construction of said Center; and
WHEREAS, the City Manager reported that the August 1, 1979,
bid of Frank J. Rooney, Inc., was the only bid received for the
Center's total construction and was, therefore, the lowest responsible
bid and recommended that a contract be awarded to said firm; and
WHEREAS, the Commission by Resolution No. 79-617 did
authorize the conditional award of a construction contract to Frank
J. Rooney, Inc. , subject to the sale of Lj;4C#0�rty,;T ftt* llion Revenue
bonds by March 1, 1980; and 17',_ii�j NO.
WHEREAS, Frank J. Rooney, Inc. in their bid documents
committed to hold their bid at $26,700,000 through March 1980; and
WHEREAS, due to increased construction costs to the general
contractor and his sub -contractors, it will be necessary to increase
the base bid amount by $1,001,359 for completion of construction; and
WHEREAS, in preliminary negotiations with the contractor,
it was determined that the Structural Steel Contract with Florida
Steel Corp. would be assigned to Frank J. Rooney, Inc. for a fee of
$200,000; and
WHEREAS, it is recommended by the Manager that the Cash
Allowance for contingencies be increased by $300,000;
CITY COMMISSION
MEETING OF
J U N i 9 1960
mmm No. 8 3
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The City Manager is hereby authorized to
conditionally award a contract for the CITY OF MIAMI/UNIVERSITY OF
MIAMI JAMES L. KNIGHT INTERNATIONAL CENTER to Frank J. Rooney, Inc.,
with an increase in the bid amount from $26,700,000 to $28,201,359.
subject to the successful timely completion of the sale of City
Revenue Bonds issued for said Center Construction.
PASSED AND ADOPTED this 19 day of June 1980.
ATTEST:
cf
1ph Ongie, City Cler
PREPARED AND APPROVED BY:
rt F.,_: lark
ssistant City Attorney
APPROVED AS TO FORM
ge/J. Knox, Jr.,
CTNESS:
orney
MAURICE A. FERRE
MAURICE A. FERRE, M a y o r
80.435
.ITT OF MIAMI.
IiH'f�^�•�:.`�rr'iG� �r1;:t,iVi�Af�ID:i`-1
.O. Joseph R. Grassie June 17, 1980 �,LE.
City Manager /; \
General Construction Contract
Conference/Convention Center
Vi6cent E. "EP!!71ENCES.
ais�zr t City Manager
::tic._..3URF3
It is recommended that the General
Construction contract with Frank
J. Rooney, Inc., for the City of
Miami University of Miami James L.
Knight International Center, be
increased from $26,700,00 to
$28,201,359.
In the bids received by the City on August 1, 1980, Frank J. Rooney,
Inc., the successful bidder for the general construction contrast had
committed to hold their bid for 90 days. By addendum No. 11 to that
bid they were asked to quote what additional cost (if any) would be
incurred to hold their bid through January 1980. They did not quote
any additional cost for this extension.
Upon award to Frank J. Rooney, Inc. for construction of that part of
the Conference/Convention Center that serves as the platform for the
Hotel on October 24, 1979 for $2,335,000, as part of the negotiations,
Frank J. Pc(-)ncy had acireed to hold their original bid of $26,700,000
through March, 1980, our planned date of sale of the bonds.
During those same negotiations, the City had expressed their intent•to
assign the structural steel contract, which had been separately bid
for construction scheduling reasons, to Frank J. Rooney, Inc.
Due to the eleven month delay before the City could make a full
commitment to provide the funds necessary for completion of: construction,
costs have continued to rise in an inflationary spiral.. The contractor
and his suhcontractors and suppliers are no longer able to hold to the
original bid amount.
To sortie degree these increases in costs have been offset by savings to
the City initi,ited by the value engineering efforts of the contractor
to save money for the City.
Y o - q'3�- -
Joseph R. Grassie
June 17, 1980
Page 2
The increase of $300,000 in the cash allowance for contingencies is
based upon a preliminary estimate to cover the cost of some changes
and additions due to programmatic requirements of the facility that
have not been fully designed or costed.
The total increase of $1,501,359 over the original bid of $26,700,000
reflects an increase of 5.62s which is certainly less than 11/12's of
our annual rate of inflation.