Loading...
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.