Miami-Dade Legislative Item
File Number: 120143
   Clerk's Official Copy   

File Number: 120143 File Type: Resolution Status: Adopted as amended
Version: 0 Reference: R-1122-11 Control: County Commission
File Name: CONTRACT AWARD RECOMMENDATION Introduced: 1/26/2012
Requester: Aviation Department Cost: Final Action: 12/19/2011
Agenda Date: 12/19/2011 Agenda Item Number: 14A6
Notes: THIS IS FINAL VERSION AS ADOPTED. Title: RESOLUTION AWARDING CONTRACT FOR MISCELLANEOUS CONSTRUCTION CONTRACT ITB NO. MCC-8-10 TO MUNILLA CONSTRUCTION MANAGEMENT, LLC D/B/A MCM, IN THE MAXIMUM AMOUNT OF $50,125,000; AUTHORIZING MAYOR OR MAYOR’S DESIGNEE TO EXECUTE CONTRACT AND TO EXERCISE TERMINATION PROVISIONS CONTAINED THEREIN [SEE ORIGINAL ITEM UNDER FILE NO. 111885]
Indexes: CONTRACT AWARD RECOMMENDATION
Sponsors: NONE
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

County Attorney 1/27/2012 Assigned David M. Murray 1/30/2012

County Mayor 1/26/2012 Assigned Jack Osterholt 1/26/2012

County Mayor 1/26/2012 Assigned County Attorney 12/19/2012
REPORT: Aviation (amended version to 111885)

Board of County Commissioners 12/19/2011 14A6 Amended Adopted as amended P
REPORT: County Attorney Robert Cuevas noted the foregoing proposed resolution was previously added to the agenda as 14A7. The Board of County Commissioners adopted the foregoing resolution as amended to make approval of this contract subject to the changes stipulated in Agenda Item 14A6 Supplement.

Legislative Text


TITLE
RESOLUTION AWARDING CONTRACT FOR MISCELLANEOUS CONSTRUCTION CONTRACT ITB NO. MCC-8-10 TO MUNILLA CONSTRUCTION MANAGEMENT, LLC d/b/a MCM, IN THE MAXIMUM AMOUNT OF $50,125,000; AUTHORIZING MAYOR OR MAYOR�S DESIGNEE TO EXECUTE CONTRACT AND TO EXERCISE TERMINATION PROVISIONS CONTAINED THEREIN

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that that this Board hereby awards the Miscellaneous Construction Contract, ITB No. MCC-8-10 to Munilla Construction Management, LLC d/b/a MCM, for a term of four (4) years, with up to one additional year to complete all authorized work initiated during the previous four-year term of the Contract, in the maximum contract amount of $50,125,000, including the Inspector General Fee, all as set forth in the accompanying memorandum from the Mayor contingent on MCM submitting a management plan in connection with the attached Supplemental Report to the Contract Award Recommendation for the MCC-8-10, and in the event that such plan is not submitted, this approval and award shall be void. The Board authorizes the Mayor or the Mayor�s designee to execute the contract, a summary of which is attached hereto; and authorizes the Mayor or Mayor�s designee to exercise termination or cancellation provisions therein, and to enforce all terms and conditions thereof.

HEADER
Date:

To: Honorable Chairman Joe A. Martinez
and Members, Board of County Commissioners

From: Jack Osterholt
Deputy Mayor

Subject: Contract Award Recommendation for Miscellaneous Construction Contract in the Amount
of $50,125,000, ITB No. MCC-8-10



This item was amended at the December 19, 2011, Board of County Commissioners meeting to make approval of this contract subject to the changes stipulated in Item 14A6 Supplement.�

STAFF RECOMMENDATION
RECOMMENDATION
It is recommended that the Board approve the attached Contract between Munilla Construction Management LLC (MCM) and Miami-Dade County for the Miscellaneous Construction Contract, ITB No. MCC-8-10 in the amount of $50,125,000. It is further recommended that the Board authorize the Mayor or the Mayor�s designee to execute the contract, a summary of which is attached hereto. The full contract is on file with the Office of the Clerk of the Board. Please note that this matter in its entirety has been delegated to Jack Osterholt, Deputy Mayor (see attached memorandum). All inquiries regarding this matter should be directed to Jack Osterholt.

SCOPE
The impact of this agenda item is countywide in nature as it relates to all Miami-Dade Aviation Department (MDAD) facilities.

DELEGATED AUTHORITY
In accordance with Miami-Dade County Code Section 2-8.3 related to identifying delegation of Board authority contained within the subject contract, the Director or designee has the authority to terminate the contract.

FISCAL IMPACT/FUNDING SOURCE
The maximum contract amount is $50,125,000 and includes the cost for all project orders issued under this contract, the contractor�s fee, and Inspector General fee. The work under this contract will be issued on a project order basis and the contractor will be paid based on the hourly rates and percentage fees submitted on their bid form. The projects performed under this contract will be funded primarily from Aviation proprietary funds (the Revenue and Reserve Maintenance Funds), although some projects may qualify for bond funding. There is no ongoing fiscal impact resulting from this item beyond the authorized funding.

TRACK RECORD/MONITOR
In review of the Capital Improvements Information System (CIIS) evaluation, MCM�s average score is 3.5 (out of a possible score of 4.0). The project manager for this contract is Aida Bao-Garciga, Chief of Interior and Construction, Facilities Management.

COMPLIANCE DATA
There is no history of violations for this firm in the Small Business Development Department�s database.

MANAGER'S BACKGROUND
BACKGROUND
The Miscellaneous Construction Contract (MCC) provides for a licensed general contractor who subcontracts projects on a competitive basis to allow MDAD to respond to demands for miscellaneous construction projects at its airports in a timely and efficient manner. The term �miscellaneous construction� includes minor renovations, refurbishments, repairs, modifications, upgrades, installation of landscaping and related lighting, irrigation and maintenance work, and various types of emergency and periodic maintenance for various MDAD airport facilities.

Under the provisions of this contract, project orders will be issued for individual projects. The value of each project order will vary; however, most projects are anticipated to range from $10,000 to $2,000,000 within the MCC-8-10 contract. As projects are identified by MDAD, the Department and its consultants will develop the required construction documents and identify the funding for bidding the specific work. Each project will be reviewed for recommendation and establishment of appropriate contract measures. Construction documents, contract measures and all pertinent project information will be given to the general contractor, who is required to competitively bid each project order. The work will be awarded to the subcontractor submitting the lowest responsive and responsible bid meeting all the project order requirements.

It is also the intent of the County under this Miscellaneous Construction Contract that:

a. The general contractor shall enter into subcontractor agreements, with an emphasis on maximizing participation with Department of Small Business Development (DSBD) Certified Community Small Business Enterprise (CSBE) subcontractors. Each project order that describes the scope of the work to be performed will include the CSBE contract measures for the project;

b. To encourage the general contractor to develop, implement and monitor specific measurable programs with methods, procedures and time frames for subcontractor participation by certified CSBEs, and to provide technical assistance and training to subcontractors;

c. To encourage the MCC-8-10 general contractor to increase the overall level of certified CSBEs participation in the performance of construction work and the procurement of goods and services at Miami-Dade County airports.

The Board has previously awarded seven Miscellaneous Construction Contracts for work at County airports; 1) MCC-1-86 in the amount of $12,471,787, achieved 39% Black Business Enterprise (BBE) participation and 12% Minority Business Enterprise (MBE) participation; 2) MCC-2-88 in the amount of $16,000,000, achieved 19% BBE participation and 8% Disadvantage Business Enterprise (DBE) participation; 3) MCC-3-91 in the amount of $18,500,000, achieved 56% BBE participation and 14% DBE participation; 4) MCC-4-93 in the amount of $30,000,000, achieved 44% BBE participation, 36% DBE participation and 57% CSBE participation; 5) MCC-5-97 in the amount of $30,225,000, achieved 44% CSBE participation, 6) MCC-6-02 in the amount of $35,175,000, achieved 44% CSBE participation and 7) MCC-7-05 in the amount of $60,125,000, achieved to date 33% CSBE participation. These construction contracts have proven to be a successful and progressive approach, permitting the Aviation Department to respond quickly to the day-to-day need for small to medium refurbishment and expansion construction projects and to provide construction opportunities for CSBEs.

BID PROCESS
The Miscellaneous Construction Contract (MCC) Invitation to Bid, ITB No. MCC-8-10 was advertised on May 27, 2011. The MCC-8 general contractor will be responsible for all work awarded under the MCC-8-10 Contract including all construction administration and management. The general contractor is responsible for all labor, equipment, and materials as necessary to perform such duties and construct projects as identified in this program. The general contractor shall coordinate, schedule, manage, administrate, and supervise the work of the subcontractors.

Bids were received on July 22, 2011 from the following firms:

������������ Name of Firm� ����������������������������������������������� � Bid Amount*
1. Munilla Construction Management, LLC/d/b/a MCM�� $4,300,430.00�����
2. Grace & Naeem Uddin, Inc.����� ������������� $6,119,331.00
3. Arellano Construction���������������������������� $8,132,380.00
4. TGSV Enterprises, Inc.�������������������������� $8,436,335.00
5. Thornton Construction�Company, Inc.�� $12,399,414.00
6. Veitia Padron Incorporated��������� ��������� $13,166,800.00
7. Beauchamp Construction Co., Inc.�������� $14,541,000.00

While the contract amount is $50,125,000, the bids provided established the hourly rates and percentage fees to be charged by the contractor in performing their services (contractor�s fee). The contract amount includes the cost for all project orders issued under this contract, the contractor�s fee, and Inspector General fee.

The bid submitted by Veitia Padron Incorporated was found non-responsive by the County Attorney�s Office because it failed to obtain formal, signed commitment from proposed Subcontractors, and omitted the percentage of work to be performed.

PROJECT: Miscellaneous Construction Contract

PROJECT NO: MCC-8-10

PROJECT LOCATION: Miami Dade County Airports

COMPANY NAME: Munilla Construction Management, LLC (MCM)

TERM OF AGREEMENT: Four (4) years with one (1) additional year to complete all authorized work initiated during the previous four-year term of the Contract.

OPTION(S) TO RENEW: None

CONTRACT MEASURES: Community Small Business Enterprise (CSBE)
Sub-contractor goal 18%

CONTRACT MEASURES
ACHIEVED AT AWARD: CSBE sub-contractor goal � 18% (Pre-construction)


SUBCONTRACTOR(S)
MEETING GOAL: Titan Construction�s - 18% (Pre-construction)

HOW LONG IN BUSINESS:���28 years� ��

COMPANY PRINCIPALS:��� Jurge Munilla � President
Juan Munilla � Vice President
Fernando Munilla � Vice President

COMPANY QUALIFIER(S):��Jorge Munilla��������

GENDER, ETHNICITY &�������
OWNERSHIP BREAKDOWN: Male/Hispanic 100%

COMPANY LOCATION:��� 6201 SW 70 Street, 2nd Floor
Miami, Florida 33143
�����������������
PREVIOUS AGREEMENTS
WITH THE COUNTY WITHIN
THE PAST
FIVE (5) YEARS: See attached Firm�s History Report

ADVERTISEMENT DATE: May 27, 2011

RESPONSIBLE WAGES: Yes

USING DEPARTMENT: Miami-Dade Aviation Department





Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.