HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #9333
Date: 07/07/2021
Commission Meeting Date: 07/22/2021
Requesting Department: Department of Real
Estate and Asset Management
Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Authorize Change Order - Dinner Key Marina Repairs and Restoration
Purpose of Item:
The purpose of this item is to authorize a resolution from the Miami City Commission,
with attachment(s), authorizing Change Order No. 1 to Contract No. 18-19-005 with
Kearns Construction, Co. (Kearns), pursuant to Request for Proposals No. 18-19-005,
Design -Build Services for Dinner Key Marina Repairs and Restoration - D2, for a not -to -
exceed amount of $300,000.00 for additional scope elements, thereby increasing the
current compensation limit of the contract from $22,488,038.00, to a not -to -exceed
amount of $22,788,038.00; allocating funds from the Dinner Key Marina Capital Project
No. 40-B193402, subject to the availability of funds and budgetary approval at the time
of need; authorizing the City Manager to execute Change Order No. 1 with Kearns
Construction, Co., in a form acceptable to the City Attorney; further authorizing the City
Manager to negotiate and execute all other documents, including any change orders,
renewals, and extensions, subject to all allocations, appropriations, and prior budgetary
approvals, and in compliance with all 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, all in a form acceptable to the City Attorney, and in
compliance with all applicable laws, rules, and regulations, as may be deemed
necessary for said purpose.
Background of Item:
On November 7, 2018, Procurement issued a solicitation under full and open
competition to obtain proposals from qualified firms. On December 6, 2018,
Procurement received three (3) proposals in response to the solicitation from Dock and
Marine Construction Corp. ("Dock and Marine"), Marina Utilities, Inc., (Marina Utilities),
and Kearns; a Bid Security List is attached. On or around January 25, 2019,
Procurement completed an extensive review and due diligence on all three proposals
following the guidelines published in the solicitation. As a result of such process, Dock
and Marine and Marine Utilities were found to be non -responsive to the conditions set
forth in the RFP document, and therefore, disqualified from the selection process.
Separate notices detailing the reasons leading to the City's decision were sent to each
Proposer on January 28, 2019.
Subsequently, on January 31, 2019, the Evaluation Committee ("Committee") met and
completed the Step 1 evaluation and ranking of the sole responsive proposal submitted
by Kearns. On March 18, 2019, Kearns submitted a Step 2 Technical Proposal,
inclusive of a bid offer, according to the conditions set forth in the RFP document. Later,
on March 26, 2019, the Committee met and evaluated Kearns' Technical Proposal while
receiving a formal presentation by Kearns on the proposed solution for the project,
following the guidelines stipulated in the solicitation. On April 25, 2019 the Negotiations
Committee, appointed by the City Manager on April 5, 2019, met and negotiated the
terms and conditions of a design -build agreement with Kearns, which was executed on
June 26, 2019. Subsequently, a Notice to Proceed was issued on July 8, 2019.
As recently as early June 2021, DREAM authorized the replacement of 10 mooring piles
over the quantity stipulated in the contract with Kearns. It has been determined that
another 90 mooring piles are in very poor condition and will need to be replaced in the
short term. DREAM has determined that it is in the best interest of the City to a) conduct
the additional mooring piles replacement before Kearns demobilize to allow for the
boats to move back into the marina, and b) replace said pilings at the price agreed to in
April 2019, which is about 40% to 50% less than the current estimated market unit price
for the replacement of similar mooring piles.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$300,000.00
Dinner Key Marina Capital Project No. 40-B193402
Reviewed B
Department of Real Estate and Asset Management
Review Completed 07/13/2021 12:31 PM
Department of Risk Management Ann -Marie Sharpe
Department of Procurement Annie Perez
Office of Management and Budget Lai -wan McGinnis
Office of Management and Budget Leon P Michel
City Manager's Office Fernando Casamayor
Legislative Division Valentin J Alvarez
City Manager's Office Arthur Noriega V
Office of the City Attorney Pablo Velez
Office of the City Attorney Barnaby L. Min
Office of the City Attorney Victoria Mendez
City Commission Nicole Ewan
Office of the City Clerk City Clerk's Office
Suzanne Hollander
Risk Review
Procurement Review
Budget Analyst Review
Budget Review
Assistant City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Rendered
Department Head
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
07/13/2021 12:43 PM
07/13/2021 1:01 PM
07/13/2021 6:20 PM
07/13/2021 6:22 PM
07/13/2021 7:40 PM
07/13/2021 7:42 PM
07/13/2021 8:28 PM
07/13/2021 9:51 PM
07/13/2021 10:00 PM
07/13/2021 10:13 PM
07/22/2021 9:00 AM
07/23/2021 5:30 PM
City of Miami
Legislation
Resolution
Enactment Number: R-21-0308
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 9333 Final Action Date:7/22/2021
A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING CHANGE ORDER
NO. 1 TO THE REQUEST FOR PROPOSALS NO. 18-19-005 DESIGN -BUILD
AGREEMENT ("AGREEMENT") WITH KEARNS CONSTRUCTION COMPANY, A
FLORIDA PROFIT CORPORATION ("KEARNS"), FOR THE DINNER KEY MARINA
REPAIRS AND RESTORATION PROJECT — DISTRICT 2 ("PROJECT") FOR A NOT -
TO -EXCEED AMOUNT OF THREE HUNDRED THOUSAND DOLLARS ($300,000.00)
FOR ADDITIONAL SCOPE OF WORK ELEMENTS, THEREBY INCREASING THE
CURRENT COMPENSATION LIMIT FROM TWENTY TWO MILLION FOUR
HUNDRED EIGHTY EIGHT THOUSAND THIRTY EIGHT DOLLARS ($22,488,038.00)
TO A NOT -TO -EXCEED AMOUNT OF TWENTY TWO MILLION SEVEN HUNDRED
EIGHTY EIGHT THOUSAND THIRTY EIGHT DOLLARS ($22,788,038.00);
ALLOCATING FUNDS FROM CITY OF MIAMI ("CITY") DEPARTMENT OF REAL
ESTATE AND ASSET MANAGEMENT CAPITAL PROJECT NO. 40-B193402,
SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT
THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE CHANGE ORDER NO. 1 TO THE AGREEMENT WITH KEARNS, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE; FURTHER
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL
OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND
EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR
BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS
OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("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, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN
COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS
MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, pursuant to Section 18-87 of the Code of the City of Miami, Florida, as
amended ("City Code"), and Request for Proposals ("RFP") No. 8-19-005 authorized by
Resolution No. R-19-0205 adopted by the City Commission on May 23, 2019, the City Manager
executed a Design -Build Agreement ("Agreement") with Kearns Construction Company, a
Florida profit corporation ("Kearns"), for the Dinner Key Marina Repairs and Restoration Project
- District 2 ("Project") in an amount not -to -exceed Twenty Two Million Four Hundred Eighty Eight
Thousand Thirty Eight Dollars ($22,488,038.00); and
WHEREAS, the Agreement compensation limit does not have sufficient funds to
compensate Kearns for the cost of additional scope of work elements; and
WHEREAS, it is in the best interest of the City to increase the compensation limit under
the Agreement; and
WHEREAS, the Director of the City of Miami's ("City") Department of Real Estate and
Asset Management ("DREAM") has submitted to the Chief Procurement Officer a full written
explanation of the additional scope of work elements required; and
WHEREAS, Change Order No. 1 to the Agreement increases the current compensation
limit by a not -to -exceed amount of Three Hundred Thousand Dollars ($300,000.00) from the
original award amount of Twenty Two Million Four Hundred Eighty Eight Thousand Thirty Eight
Dollars ($22,488,038.00) to a total not -to -exceed amount of Twenty Two Million Seven Hundred
Eighty Eight Thousand Thirty Eight Dollars ($22,788,038.00); and
WHEREAS, funds are to be allocated from DREAM Capital Project No. 40-6193402;
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. Change Order No. 1 to the RFP No. 18-19-005 Agreement with Kearns for
the Project for a not -to -exceed amount of Three Hundred Thousand Dollars ($300,000.00) for
additional scope of work elements, thereby increasing the current compensation limit from
Twenty Two Million Four Hundred Eighty Eight Thousand Thirty Eight Dollars ($22,488,038.00)
to a total not -to -exceed amount of Twenty Two Million Seven Hundred Eighty Eight Thousand
Thirty Eight Dollars ($22,788,038.00) is approved'.
Section 3. Funds are allocated from DREAM Capital Project No. 40-6193402, subject to
the availability of funds and budgetary approval at the time of need.
Section 4. The City Manager is authorized' to negotiate and execute Change Order No.
1 to the Agreement with Kearns, in a form acceptable to the City Attorney, for said purpose.
Section 5. The City Manager is further authorized' to negotiate and execute any and all
other necessary documents, including any amendments, renewals, and extensions, subject to
all allocations, appropriations, prior budgetary approvals, 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, in forms
acceptable to the City Attorney, and in compliance with all applicable laws, rules, and
regulations, as may be deemed necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor
ey 7/13/2021
1 The herein authorization is further subject to compliance with all legal regulations that may be imposed
by the City Attorney, including but not limited to those prescribed by applicable City Charter and City
Code provisions.