HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #6299
Date: 08/01/2019
Commission Meeting Date: 09/12/2019
Requesting Department: Department of Real
Estate and Asset Management
Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Accept Bid - Bayside Wharf Miamarina - Pier 5
Purpose of Item:
The purpose of this item is to authorize a resolution of the Miami City Commission,
accepting the Bid received on July 2, 2019, for a construction contract with Kearns
Construction Company ("Kearns"), the sole responsive and responsible Bidder,
pursuant to Invitation to Bid ("ITB") No. 18-19-007-R for Bayside Wharf Miamarina -
Pier 5 (North Section)— Project No. B-70045 ("Project"), in the amount of $2,285,296.00
for the Scope of Work, plus an Owner's Contingency Allowance in the amount of
$228,529.60, for a total contract amount not -to -exceed award value of $2,513,825.60,
allocating funds from the Department of Real Estate and Asset Management
("DREAM") Project B-70045. Authorizing the City Manager to execute the Agreement
with Kearns in substantially the attached form, consisting of the ITB documents and
attachments, further authorizing the City Manager 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 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.
Background of Item:
On May 20, 2019, the Department of Procurement ("Procurement") issued the ITB
under full and open competition to obtain construction services for the Project. On July
2, 2019, the ITB closing date, one (1) bid, in the amount of $2,303,483.00, from Kearns
was received in response to the ITB. Pursuant to Section 18-85 of the City Code, a
letter requesting Kearns's best and final offer was sent on July 10, 2019. On July 12,
2019, Kearns submitted its best and final offer in the amount of $2,285,296.00,
extending $18,187.00 of savings to the City. Kearns is the sole responsive and
responsible Bidder for the Project following the guidelines in the ITB. DREAM reviewed
Kearns's best and final offer and determined that it was acceptable.
Procurement hereby recommends award of the contract to Kearns, whose total Bid
amount is $2,285,296.00 for the Scope of Work, plus an Owner's Contingency
Allowance in the amount of $228,529.60, for a total contract amount not -to -exceed
award value of $2,513,825.60, allocating funds from the Department of Real Estate and
Asset Management's Project No. B-70045.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$2,513,825.60
DREAM Project No.: B-70045
Department of Procurement Annie Perez
Real Estate and Asset Management Aldo Bustamante
Department of Risk Management
Office of Management and Budget
Office of Management and Budget
Office of Management and Budget
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
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
Ann -Marie Sharpe
Carolina Aguila
Yvette Smith
Christopher M Rose
Fernando Casamayor
Ignacio Ortiz -Petit
Valentin J Alvarez
Pablo Velez
Valentin J Alvarez
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
City Clerk's Office
Procurement Review
Department Head Review
Risk Review
Budget Analyst Review
Budget Analyst Review
Budget Review
Assistant City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Unsigned by the Mayor
Signed and Attested by the City
Rendered
Completed
Completed
Completed
Skipped
Completed
Completed
Completed
Completed
Completed
Completed
Skipped
Completed
Completed
Completed
Clerk Completed
Completed
08/02/2019 9:20 AM
08/05/2019 7:01 AM
08/21/2019 5:47 PM
08/22/2019 11:27 AM
08/28/2019 5:38 PM
08/30/2019 12:24 PM
08/30/2019 1:43 PM
08/30/2019 2:05 PM
08/30/2019 2:45 PM
08/30/2019 2:50 PM
08/30/2019 2:46 PM
08/30/2019 5:31 PM
09/12/2019 9:00 AM
09/20/2019 3:52 PM
09/20/2019 4:30 PM
09/20/2019 4:30 PM
City of Miami
Legislation
Resolution
Enactment Number: R-19-0370
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 6299 Final Action Date:9/12/2019
A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID
RECEIVED ON JULY 2, 2019, PURSUANT TO INVITATION TO BID ("ITB") NO. 18-19-
007-R, FROM KEARNS CONSTRUCTION COMPANY, A FLORIDA PROFIT
CORPORATION ("KEARNS"), THE SOLE RESPONSIVE AND RESPONSIBLE
BIDDER, AND THE SUBSEQUENT BEST AND FINAL OFFER FROM KEARNS
PURSUANT TO SECTION 18-85 OF THE CODE OF THE CITY OF MIAMI, FLORIDA,
AS AMENDED ("CITY CODE"), FOR THE PROVISION OF CONSTRUCTION
SERVICES FOR THE BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) —
PROJECT NO. B-70045 ("PROJECT"), IN THE AMOUNT OF TWO MILLION TWO
HUNDRED EIGHTY FIVE THOUSAND TWO HUNDRED NINETY SIX DOLLARS
($2,285,296.00) FOR THE PROJECT'S SCOPE OF WORK, PLUS A TEN PERCENT
(10%) OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF TWO
HUNDRED TWENTY EIGHT THOUSAND FIVE HUNDRED TWENTY NINE DOLLARS
AND SIXTY CENTS ($228,529.60), FOR A TOTAL NOT -TO -EXCEED CONTRACT
AWARD AMOUNT OF TWO MILLION FIVE HUNDRED THIRTEEN THOUSAND
EIGHT HUNDRED TWENTY FIVE DOLLARS AND SIXTY CENTS ($2,513,825.60);
ALLOCATING FUNDS FROM THE CITY OF MIAMI ("CITY") DEPARTMENT OF REAL
ESTATE AND ASSET MANAGEMENT ("DREAM") PROJECT NO. B-70045;
AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH
KEARNS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, CONSISTING OF
THE ITB DOCUMENTS AND ATTACHMENTS ("AGREEMENT"); FURTHER
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER
DOCUMENTS, INCLUDING ANY AMENDMENTS AND EXTENSIONS, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, SUBJECT TO ALLOCATIONS,
APPROPRIATIONS, PRIOR BUDGETARY APPROVAL, AND COMPLIANCE WITH
ALL APPLICABLE PROVISIONS OF THE CITY CODE, INCLUDING THE CITY'S
PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL
INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY
CODE, AND ANY AND ALL APPLICABLE REGULATIONS, AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE.
WHEREAS, on May 20, 2019, the City of Miami ("City") Department of Procurement
("Procurement") issued Invitation to Bid ("ITB") No. 18-19-007-R for the provision of construction
services for the Bayside Wharf Miamarina - Pier 5 (North Section) - Project No. B-70045
("Project"); and
WHEREAS, on July 2, 2019, the Office of the City Clerk received one (1) bid in response
to the ITB from Kearns Construction Company, a Florida profit corporation ("Kearns"), in the
amount of Two Million Three Hundred Three Thousand Four Hundred Eighty Three Dollars
($2,303,483.00); and
WHEREAS, Procurement determined Kearns to be the sole responsive and responsible
Bidder; and
WHEREAS, on July 10, 2019, pursuant to Section 18-85 of the Code of the City of
Miami, Florida, as amended ("City Code"), Procurement sent Kearns a letter formally requesting
submittal of its best and final offer for the Project; and
WHEREAS, on July 12, 2019, Kearns submitted its best and final offer of Two Million
Two Hundred Eighty Five Thousand Two Hundred Ninety Six Dollars ($2,285,296.00); and
WHEREAS, the City Manager requests authorization to execute an agreement with
Kearns, in a form acceptable to the City Attorney, in the amount of Two Million Two Hundred
Eighty Five Thousand Two Hundred Ninety Six Dollars ($2,285,296.00) for the Project's scope
of work, plus a ten percent (10%) Owner's Contingency Allowance in the amount of Two
Hundred Twenty Eight Thousand Five Hundred Twenty Nine Dollars and Sixty Cents
($228,529.60), for a total not -to -exceed contract award amount of Two Million Five Hundred
Thirteen Thousand Eight Hundred Twenty Five Dollars and Sixty Cents ($2,513,825.60); and
WHEREAS, funds in the amount of Two Million Five Hundred Thirteen Thousand Eight
Hundred Twenty Five Dollars and Sixty Cents ($2,513,825.60) are to be allocated from the
City's Department of Real Estate and Asset Management ("DREAM") Project No. B-70045.
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 on July 2, 2019, pursuant to ITB No. 18-19-007-R, from
Kearns, the sole responsive and responsible Bidder, and the subsequent best and final offer
from Kearns pursuant to Section 18-85 of the City Code, for the provision of construction
services in the amount of Two Million Two Hundred Eighty Five Thousand Two Hundred Ninety
Six Dollars ($2,285,296.00) for the Project's scope of work, plus a ten percent (10%) Owner's
Contingency Allowance in the amount of Two Hundred Twenty Eight Thousand Five Hundred
Twenty Nine Dollars and Sixty Cents ($228,529.60), for a total not -to -exceed contract award
amount of Two Million Five Hundred Thirteen Thousand Eight Hundred Twenty Five Dollars and
Sixty Cents ($2,513,825.60), is accepted.
Section 3. Funds shall be allocated from DREAM Project No. B-70045.
Section 4. The City Manager is authorized' to execute the Agreement with Kearns, in a
form acceptable to the City Attorney, 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, in a form acceptable to the City
Attorney, subject to allocations, appropriations, and prior budgetary approval, and compliance
with all applicable provisions of the City Code, including, the City's Procurement Ordinance,
Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City
Code, and any and all applicable regulations, as may be deemed necessary for said purpose.
1 The herein authorization is further subject to compliance with all regulations that may be imposed by the
City Attorney, including but not limited to those prescribed by applicable City Charter and City Code
provisions.
Section 6. This Resolution shall become effective immediately upon its adoption and
signature by the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey 8/3072019
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.