Loading...
LTC 228-2017 Report on Emergency Purchases and Unathorized PurchasesMIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov LTC # 228-2017 LETTER TO COMMISSION To: Mayor Philip Levine and Members f the City t ommission From: Jimmy L. Morales, City Manage —� Date: April 26, 2017 Subject: Report on Emergency Purchases nd Unauthorized Purchases EMERGENCY PURCHASES. Miami Beach City Code Section 2-396 provides for the City Manager to waive the requirements for competitive bidding for emergency purchases as defined in the Code. Pursuant to this provision, emergency purchases exceeding $50,000.00 are to be reported to the City Commission at its meeting following the emergency. The emergency purchase request process outlined in Code allows the City to respond expeditiously to unexpected needs. The Emergency Purchase Request form for each emergency reported is attached. Emergency Purchases Form No. Nature of Emergency Requestor Contractor Value 2016-216 Installation of fencing along the building exterior, lighting and electrical panel upgrade for 555 -17th Street. Property Management Ronald Gibbons, Inc., AGC Electrical, Cree Lighting $ 120,000 2016-1791 Repair or replace failing sanitary sewer on Alton Public Works Bergeron Land Development Inc. $ 300,000 Road, 5th Street to Michigan Avenue. 2016-2151 Installation of the Parking Pinnacle Security & $ 84,000 upgrade to the security camera system at the Department Technology, Inc. Anchor Garage. 2016-2291 Installation of emergency piping and temporary waterline on Public Works DMSI $ 330,000 Sunset Isle 3 & 4. Page I2 UNAUTHORIZED PURCHASES. Miami Beach City Code Section 2-393(a) prohibits the purchase of goods or services unauthorized by the Procurement Division (typically through the issuance of a Purchase Order with stated purchase authority prior to the receipt of goods or services). In its due diligence, the Department of Procurement Management (DPM) has identified those purchases that have been transacted in violation of the stated Code requirement. In those cases, the DPM has required documentation and justification be provided to the City Manager, through the Unauthorized Purchase form, who may then, pursuant to Code, consider and authorize the purchase. Unauthorized purchases exceeding $50,000 are reported to the City Commission at its meeting following the approval of the Unauthorized Purchase form. Unauthorized Purchases Nature of Form No. Unauthorized Purchase Requestor Contractor Value 2015-0491 Rental and accessories for silent trash pumps, sewer plugs and generators. Public Works Sunbelt Rentals $ 91,120 1The noted projects were completed during a prior fiscal year, but were inadvertently not included in the Report on Emergency Purchases and Unauthorized Purchases for the applicable month in which the project was completed. JLM/MT/P16/ME/A F:\PURC\. ALL\REPORTS\Monthly Reports\FY 2017\Emergency & Unauthorized Purchase Report\April 26,2017.docx MIAIBEACH Emergency Purchase Authorization Request No.: 2016, MT Date: 08/30/2016 Contact Information Requestor: Adrian Morales Location of Emergency: 555 —17th Street Requesting Department: Property Management Required Goods/Services: Fencing, Exterior Lighting, Electrical Panel Upgrade. Contact No.: 305-673-7000 x 2932 Nature of Emergency Describe Type (threat to public's life, health, welfare or significant loss of property) and Details of Emergency (Attach additional detail, if necessary, and all available documentation justifying emergency declaration.): Install exterior lighting and fencing along the perimeter of the building in order to provide safety and security to the City of Miami Beach employees who perform their daily responsibilities at this facility. It will also act as a deterrent for any trespassers as well as securing the asset from break ins and vandalism. The existing electrical panel is not up to code and need to be replaced to be in compliance with code. Vendor(s) Information Proposed Vendor (attach detail if multiple vendors): Ronald M. Gibbons, Inc., AGC Electrical, Cree Lighting, Estimated Cost (if known): $120,000.00 Describe How & Why Recommended Vendor(s) Selected: Vendors have current contracts with the City or have performed work for the City previously. City Code Sec. 2.396. - Emergency Purchases: (a) City Manager. In case of an apparent emergency requiring immediate purchase of supplies or contractual service, the city manager shall be empowered to authorize the procurement director to secure by open market procedure at the lowest obtainable price, any supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the city. Such action shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000.00. (b) Head of Department. In case of actual emergency, and with the prior consent of the procurement director, and the prior approval of the city manager, the head of any using agency may purchase directly any supplies whose immediate procurement is essential to prevent delays in the work of the using agency that may vitally affect the life, health or convenience of citizens. The head of such using agency shall send to the procurement director a requisiti• ' and a copy of the delivery record, together with a full written report of the circumstances of the emergency. Department Head Procurement Director Assistant City Manager City Manager SIGNATURE: 14 DATE: DATE: DATE: '4 `3r ,VIIAMIBEACH Emergency Purchase Authorization Request -3 No.: Contact Information I Date: 08/31/2015 Requestor: Bruce Mowry Location of Emergency: Alton Road, 5th Street to Michigan Avenue Requesting Department Public Works Engineering Required Goods/Services: Repair or replace failing sanitary sewer Contact No.: 305-673-7080 Nature of Emergency Describe Type (threat to public's life, health, welfare or significant loss of property) and Details of Emergency (Attach additional detail, if necessary, and all available documentation justifying emergency declaration.): Alton Road is in the final phase of paving reconstructed road and it has been found that existing sanitary sewers are failing and are in need of repair or replacement. This work is required per the consent decree with the County due to excess inflow and infiltration and it requires to be completed immediately. As a requirement of FDOT the schedule to start paving shall be by September 13, 2015 in order to meet the necessary completion date of the project. Ventfor(s} Information Proposed Vendor (attach detail if multiple vendors): Bergeron Land Development Inc. Estimated Cost (if known): $300,000 Describe How & Why Recommended Vendor(s) Selected: We are using Contractor selected by FOOT following competitively bid process. City Code Sec. 2-396. - Emergency Purchases: (a) City Manager. In case of an apparent emergency requiring immediate purchase of supplies or contractual service, the city manager shall be empowered to authorize the procurement director to secure by open market procedure at the lowest obtainable price, any supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the city. Such action shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000.00. (b) Head of Department. In case of actual emergency, and with the prior consent of the procurement director, and the prior approval of the city manager, the head of any using agency may purchase directly any supplies whose immediate procurement is essential to prevent delays in the work of the using agency that may vitally affect the life, health or convenience of citizens. The head of such using agency shall send to the procurement director a requisition and a copy of the delivery record, together with a full written report of the circumstances of the emergency. Department Head Procurement Director Assistant City Manager City Manager iNATURE: ' u alarilaa•/ e/s ntnTr mc• DATE: SIGNA7 '-31 i FAWOeK\5ALL1Ili iMPUOrEE FOLDERS \CASTEW1NOS Ch A,w:tOEne,neenne\Em:mencv Purcnau Author mon Farm - Alton eoaa - Berteron.no;.x TE: MIAMIBEACH Emergency Purchase Authorization Request No.: 0f,- At -_ Contact Information PINNACLE SECURITY & TECHNOLOGY, INC. Date: 8/29/2016 Requestor: PARKING DEPARTMENT/ PROCUREMENT Location of Emergency: ANCHOR GARAGE Requesting Department: PARKING DEPARTMENT/ PROCUREMENT Required Goods/Services: The installation of the upgrade to the security camera system at the Anchor Garage Contact No.: 305-673-7000 ext.: 6455 Nature of Emergency The CCTV system in the Anchor Parking Garage is no longer working. This poses a significant concern for the safety of the public and hinders Police Department efforts to address any potential crime situation. The current camera system is beyond repair and must have its equipment replaced. To address the ongoing safety concern, the Parking Department is requesting that the system be replaced immediately with a short term solution that can later be upgraded and integrated with a City-wide security camera system. Since this is a significant purchase, the Procurement Department solicited the Invitation to Quote (ITQ) for design and installation of the security camera system at the Anchor Garage. ITQ 2016 -174 -AK was advertised on July 7, 2016 with bid opening date of July 26, 2016. The Procurement Department issued notices to the City's current provider, as well as 17 vendors with eligible cooperative agreements such as: GSA, Miami Dade County, and US Communities, A mandatory site visit was held on July 11, 2016 at 10:00 A.M., in which 5 (five) vendors participated. The notices resulted in the receipt of three (3) responses asf After considering the proposals received, staffs evaluation of the systems and the completion time stated by each vendor, the Administration recommends a purchase order be issued immediately to Pinnacle Security & Technology, Inc. as the lowest responsive, responsible bidder meeting all the terms and conditions and specification of the ITQ and able to complete the work within 30 days. Vendor(s) Information Proposed Vendor (attach detail if multiple vendors): PINNACLE SECURITY & TECHNOLOGY, INC. Estimated Cost (if known): $84,000.00 Why was this vendor selected: See above City Code Sec. 2-396. - Emergency Purchases: (a) City Manager. In case of an apparent emergency requiring immediate purchase of supplies or contractual service, the city manager shall be empowered to authorize the procurement director to secure by open market procedure at the lowest obtainable price, any supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the city. Such action shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000.00. Department Head ( Procurement Director Assistant City Manager C;ty Mariager IG NATU • SIGNATURE: f SIGNATU SIGNATURE: DATE: DATE: DATE: ATE: 3011 PINNACLE SECURITY & TECHNOLOGY, INC. INTEGRATED SECURITY SYSTEMS SAFEWARE, INC. Equipment & Software $59,210.53 $79,942.94 $124,050.00 Installation cost $9,600.00 $40,046.36 $32,873.00 Maintenance $14,446.06 $28,797.48 $30,168.00 $83,256.59 $148,786.78 $187,091.00 Completion time 30days 20 days 60 days After considering the proposals received, staffs evaluation of the systems and the completion time stated by each vendor, the Administration recommends a purchase order be issued immediately to Pinnacle Security & Technology, Inc. as the lowest responsive, responsible bidder meeting all the terms and conditions and specification of the ITQ and able to complete the work within 30 days. Vendor(s) Information Proposed Vendor (attach detail if multiple vendors): PINNACLE SECURITY & TECHNOLOGY, INC. Estimated Cost (if known): $84,000.00 Why was this vendor selected: See above City Code Sec. 2-396. - Emergency Purchases: (a) City Manager. In case of an apparent emergency requiring immediate purchase of supplies or contractual service, the city manager shall be empowered to authorize the procurement director to secure by open market procedure at the lowest obtainable price, any supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the city. Such action shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000.00. Department Head ( Procurement Director Assistant City Manager C;ty Mariager IG NATU • SIGNATURE: f SIGNATU SIGNATURE: DATE: DATE: DATE: ATE: 3011 lB EAC 1ile£ii_PUrchas£ :. ut option Request No.: 2OtCG-• ;L21 Date: 9-23-2014 Requeston I Public Works -Operations location of Emergenc{r I Sunset Isle 3 & 4 i Requesting Department: Public Works Required Goods/Services: piping, valves and contractor services I Contact No.: 305-481-2015 Describe Type [threat to public'; life. health, welfare or signif.cant foss of property) and Detains of Emergency (:tach additional detail, n_ce.ssarf, and all available documentation justifying emergency declaration_): The City of Miami Beach has experienced a complete failure of the waterline located under the bridge between Sunset Islands ,=3 & +4. The waterline supplies potable (drinking) water, and fire protection water to Sunset Island Y3. A minimally sized temporary waterline is required to maintain a partial supply to the island while the permanent waterline is being replaced. The replacement is required immediately to insure the public's health is protected with an adequate supply of drinking water, and the property is protected with an adequate supply of water for fire suppression. lease find attached quotes for the emergency bypass (temporary waterline) and emergency piping (permanent) replacement: Eme ,envy bypass ancrox. 530,000 arid; Cmere'_'nC_'i oioirr .reoiecement a-_rox 5300 000 J ..mss elew i Proposed Vendor (attach detail if multiple vendors): Estimated Cost (if known): I DMS1 1 330,000.00 Describe How & Why Recommended Vendorisj Selected: Current Contractor for City of Miami Beach with resources to complete emergency. They have provided emergency services in the past to the CM3_ City Code Sec. 2436. • Emergency Purchases: (a) City Manager. In case of an apparent e.meerryercy requiring immediate purchase of supplies or contractual 3eriice. the city manager shall ce to atithcrze the procurement director to secure by open :ria""r'*at procedure at the fewest obtainable price, any supplies or contactual 3ZINT.9S rot exceeding 32.52CC.Cli. The e city manager has the authority to act in 'he case of an enerperc7 that might affect the health, safety arc . welfare of the arty Such action shell he repCRBd at the next f guta: meeting of the cityccnm.,s.sion when -supplies or ter.oces exceed r�J_s.36V co (b) Mead of Department. in case of actual emergency and with the prior consent of :he procurement direcCf and the prior approval of the o ,Ci manage, the -head of arty using agency-rey urcnene-fir cry -ant supplieserose iiinledate;r cu er ens i es en,:at `to prerern tefayrth the wont ;f i the us rg agency that may vitally affect the the, health or convenience of citizens. The head of aeon using agency shall par"'o the procurementdirector a req talon and a cony of the. eiiveri record, r a full written report of the Cirrur'star.ces of the. emerpercr , f � if _ t�f�effYar'�.vi':,;1r� -j. 5 C-t^fATURE: SIGN\TJRE: V SIUTs, gATu3E: t r 5et,„:.,/,-Gtit DATE/ f DATE. i DA c / / 1 tf?7/ l tr MIAv1!BEACH Purchase lnfoniiatian, Date: Individual Responsible for U ytkored Purchase;) "/ Vendor for Unauthorized Purchase: SUNBELT RENTALS, INC. Requisition No.(s): Amount of Order(s): $91,120.01 Invoice No.(s); Attached Date Ordered: Date Received: Goods or Services Received: RENTALS AND ACCESSORIES 14 Why were prdcurenierit p4rues, mcrudingthe requirement to"obta ordersi, not followed prior to issuance of order? >, . , ;• r. necessary approvals and purchase Unfortunately the former Warehouse Supervisor held back Invoices dating back to October 2013, for a total of $91,120.01, However, three weeks prior to her departure Mike Alvarez and Elie Fakie asked the former Warehouse Supervisor if the invoices for Sunbelt were paid. Former Warehouse Supervisor stated "we don't owe Sunbelt and the invoices were paid up to - date ". The Former Warehouse Supervisor left to another City Department and three weeks later after the departure, Public Works -Operations Management received emails from the Sunbelt Manager requesting when the City would be paying the invoices dating back to October 2013 and, requesting immediate approval. The above mentioned created numerous budget transfers to pay Sunbelt rentals. Whitwasthis-part%Sularvendecutilized ": The same vendor used by the Department for the past years. The vendor Is in Eden. Whit yep ;willitiirtaWil tfiiefutuiretirauai Ffu><tfieKuiotatians'af M amc eacE.Procurernint,Pohcres,,,,,. Utilize the Contract; there will be no repeat of this kind of violation. NOTE: The problem was that no contract was In place. Requesting immediate approval. City Code Sec. 2-393(a), — Unauthorized Purchases; Purchases to be made only by procurement director. It shall be unlawful for any city officers or employees to order the purchase of any materials, supplies, equipment and certain contractual services, or make any contract within the purview of this article other than through the procurement director, and any purchase, order or contract made contrary to the provisions of this article shall not be approved and the city shall not be bound thereby. I hereby certify that I have inspected the merchandise er services listed abode; and there is no exception aster quantity, or quality;; that I agree to be bound by the rules and, regulations of the City regarding the acquisition of goods and; services; andthatfurtherviolationsmay lead todisciplinary action. Department: Glead S -ATVR SIGNATURE OF INDIVIDUAL PLACING ORDER: DATE: ppprovat to Pay Unauthorized Purchase Ass: City Manager City Manager x. SIGNlaWiaftr