HomeMy WebLinkAboutLegislation 10/25/12City of Miami
Legislation
Resolution
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 12-01013 Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BID RECEIVED AUGUST 23, 2012, PURSUANT TO INVITATION
TO BID ("ITB") NO. 11-12-027, FROM MUNILLA CONSTRUCTION MANAGEMENT,
LLC D/B/A MCM, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER,
FOR THE MUSEUM PARK BAYWALK AND PROMENADE, PHASE II AND III
PROJECT, B-30538, IN THE AMOUNT OF $8,553,620.68, WHICH INCLUDES
$7,618,876.54, FOR THE SCOPE OF WORK AND $934,744.14, FOR SELECTED
ADD ALTERNATE ITEMS FOR PHASE II AND III, PLUS A TEN PERCENT (10%)
OWNER CONTINGENCY AMOUNT OF $855,362.07, FORATOTAL NOT TO
EXCEED AWARD VALUE OF $9,408,982.75; ALLOCATING FUNDS IN THE
AMOUNT OF $2,850,153.75, FROM CAPITAL IMPROVEMENT PROJECT NOS.
B-30538 AND B-30538S, FUNDS IN THE AMOUNT OF $1,143,000, FROM A
FLORIDA INLAND NAVIGATION DISTRICT ("FIND") GRANT FOR THE MUSEUM
PARK BAYWALK, AND FUNDS IN THE AMOUNT OF $5,415,829, FROM THE
OMNI REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
PROJECT NO. 92-686001, WHICH INCLUDES THE MATCH TO THE FIND
GRANT; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN
SUBSTANTIALLYTHEATTACHED FORM, CONSISTING OF THE ITB
DOCUMENTS AND ATTACHMENTS, FOR SAID PURPOSE.
WHEREAS, the Capital Improvements Program issued Invitation to Bid ("ITB") No. 11-12-027 for
construction services for the Museum Park Baywalk and Promenade, Phase II and I11 Project, B-30538
("Project"); and
WHEREAS, five (5) bids were received by the Office of the City Clerk on August 23, 2012; and
WHEREAS, FHP Tectonics, Inc. ("FHP") was the lowest responsive and responsible, non -local
bidder and Munilla Construction Management, LLC d/b/a MCM ("MCM") was the fourth lowest
responsive and responsible, local bidder; and
WHEREAS, pursuant to Section 18-85(a) of the Code of the City of Miami, Florida as amended
("City Code"), any responsive and responsible local bidder(s) who maintain a local office, as defined in
Section 18-73 of the City Code, and is within fifteen .percent (15%) of the price submitted by the
non -local low bidder, then that non -local bidder and each of the responsive and responsible local
bidders shall have the opportunity to submit a "Best and Final" bid, equal to or lower than the amount
of the low bid previously submitted by the non -local bidder; and
WHEREAS, FHP submitted a "Best and Final" bid in the amount of $7,641,706.26, resulting in a
reduction of $101,284.81 from their original bid price of $7,742,991.07; and
WHEREAS, MCM submitted a "Best and Final" bid in the amount of $7,618,876.54, resulting in a
City of Miami Page 1 of 3 File Id: 12-01013 (Version: 1) Printed On: 10/5/2012
File Number: 12-01013
reduction of $730,581.28 from their original bid price of $8,349,457.82; and
WHEREAS, MCM's "Best and Final" bid was the lowest, thereby making MCM the lowest
responsive and responsible bidder; and
WHEREAS, the City Manager requests authorization to execute a contract with MCM, in the
amount of $8,553,620.68, which includes $7,618,876.54, for the scope of work and $934,744.14, for
selected add alternate items for Phase II and III, plus a ten percent (10%) owner contingency amount
of $855,362.07, for a total not to exceed award value of $9,408,982.75; and
WHEREAS, funds in the amount of $2,850,153.75 are to be allocated from Capital Improvement
Project No. B-30538 and B-30538S, funds in the amount of $1,143,000 are to be allocated from a
Florida Inland Navigation District ("FIND") grant for the Museum Park Baywalk, and funds in the
amount of $5,415,829 are to be allocated from the Omni Redevelopment District Community
Redevelopment Agency ("CRA") Project No. 92-686001, which includes the match to the FIND grant,
for said purpose;
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 fully set forth in this Section.
Section 2. The bid received August 23, 2012, pursuant to ITB No. 11-12-027 from MCM, the lowest
responsive and responsible bidder, for the Project in the amount of $8,553,620.68, which includes
$7,618,876.54, for the scope of work and $934,744.14, for selected add alternate items for Phase II
and III, plus a ten percent (10%) owner contingency amount of $855,362.07, for a total not to exceed
award value of $9,408,982.75, is accepted, with funds allocated in the amount of $2,850,153.75, from
Capital Improvement Project No. B-30538 and B-30538S, and funds in the amount of $1,143,000,
allocated from a FIND grant for the Museum Park Baywalk, and funds in the amount of $5,415,829,
allocated from the CRA Project No. 92-686001, which includes the match to the FIND grant.
Section 3. The City Manager is authorized{1) to execute a Contract, in substantially the attached
form, consisting of the ITB documents and attachments, for said purpose.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{2}
APPROVED AS TO FORM AND CORRECTNESS:
JULIE O. BRU
CITY ATTORNEY
Citn of Minn,i
Pane 2 of 3 File Id: 12-01013 (Version: 1) Printed On: 10/5/2012
File Number: 12-01013
Footnotes:
{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 Code provisions.
{2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten 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.
Pliny 3 of 3 File Id: 12-01013 (Version: 1) Printed On: 10/5/2012