HomeMy WebLinkAboutSummary FormAGENDA ITEM SUMMARY FORM
FILE ID: / j - 2/0.3
Date: 9/24/12 Requesting Department: CIP
Commission Meeting Date: 10/25/12 District(s) Impacted: 2
Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item [ Other
Law Department
Matter ID No.
12-1313
Subject: Resolution authorizing the City Manager to execute a contract with Munilla Construction Management,
LLC d/b/a MCM for the Museum Park Baywalk and Promenade, Phase II and III Project, B-30538.
Purpose of Item:
To accept the bid and authorize execution of a construction contract with Munilla Construction Management, LLC d/b/a
MCM, the lowest responsive and responsible bidder, pursuant to Invitation to Bid No. 11-12-027 received August 23,
2012, for 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, for a total not to exceed award value of
$9,408,982.75. 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.
Background Information:
The Capital Improvements Program (CIP) issued Invitation to Bid (ITB) No. 11-12-027 for construction services for the
Museum Park Baywalk and Promenade, Phase II and III Project, B-30538 (Project). Five (5) bids were received by the
Office of the City Clerk on August 23, 2012.
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. Prrsuant to Section
18-85(a) of the City of Miarni. Code, as amended, any responsive and responsible local bidder(s) who maintain a local
office, as defined in Section 18-73, 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.
Continued...
Budget Impact Analysis
NO Is this item related to revenue?
YES Is this item an expenditure? If so, please identify funding source below.
General Account No:
Special Revenue Account No:
Project No:
NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds?
Various
Start Up Capital Cost:
Maintenance Cost: 1
Total Fiscal Impact: $9,408,982.75 { ‘.mv S-S = t Z,$Sat IG S.7 5-( - 3o53g , 6-3D6385
Final Approvals
(SIGN AND DATE)
CIP NA Budget ; S
Ifusing. or receiving capital
Grants N/A Risk 'i agem nt
Purchasing N/A Dept. Directo �: (a [ si
Chief 7--772- City Manager (\
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. MCM submitted a "Best and Final" bid in the amount of $7,618,876.54, resulting in a
reduction of $730,581.28 from their original bid price of $8,349,457.82.
MCM's "Best and Final" bid was the lowest, thereby making MCM the lowest responsive and responsible bidder. 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 altemate 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.