Loading...
99-23344 RESO RESOLUTION NO. 99-23344 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING, BY 5/7THS VOTE, THE WAIVER OF FORMAL COMPETITIVE BIDDING AND AWARDING A CONTRACT TO KENDALL SPRINKLER SERVICE, INC., IN THE AMOUNT OF $15,875.00, TO COMPLETE THE INSTALLATION OF THE IRRIGATION SYSTEMS FOR THE GROUP "A" PARK BOND PROJECTS (PALM ISLAND, CRESPI, LAGORCE AND STILLWATER PARKS). WHEREAS, the City, after taking over the work on the Group "A" Park Bond Projects, evaluated and identified the remaining work in order to complete the Projects; and WHEREAS, the installation of the automatic timers and final adjustments, as initially specified in the original contract documents, were identified as tasks to be completed to make the irrigation systems fully operational; and WHEREAS, the Administration, after analyzing the various options to complete the work, determined that it is in the best interest of the City to enter into a contract with the original irrigation systems sub-contractor, Kendall Sprinkler Service, Inc., to complete the work; and WHEREAS, the Administration would recommend that the Mayor and City Commission accordingly waive the competitive bidding requirement. NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIJ\MI BEACH, FLORIDA, that the Mayor and City Commission herein approve, by 5/7ths vote, a waiver of formal competitive bidding, finding such waiver to be in the best interest of the City, and herein authorize the award of a contract to Kendall Sprinkler Service, Inc., in the amount of $15,875.00, to complete the installation of the irrigation systems for the Group "A" Park Bond Projects. PASSED AND ADOPTED this 6th day ofoc tObe7j}; MAYOR ATTEST: t P w..-e&, ~TY CLERK APPROYEDASTO FORM & LANGUAGE & FOR EXECUTION F:\WORK\$ALL\MAGMIC\PARKS\GROUP A IKENDRESO.WPD 1IJ~ V3d/~ 0lIl CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us COMMISSION MEMORANDUM NO. (2 ~ ..~'l. TO: Mayor Neisen O. Kasdin and Members of the City C mission DATE: October 6,1999 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, AUTHORIZING, BY 5/7ths VOTE, THE WAIVER OF FORMAL COMPETITIVE BIDDING AND AWARD OF A CONTRACT TO KENDALL SPRINKLER SERVICE, INC., IN THE AMOUNT OF $15,875.00, TO COMPLETE THE INSTALLATION OF THE IRRIGATION SYSTEMS FOR THE GROUP "A" PARKS BOND PROJECT (PALM ISLAND, CRESPI, LA GORCE AND STILL WATER PARKS). ~ FROM: Sergio Rodriguez City Manager ADMINISTRATION RECOMMENDATION Adopt the Resolution. PROPOSAL AMOUNT AND FUNDING Funding is available from the Parks Bond Budget Accounts as follows: . Stillwater Park: Crespi Park: LaGorce Park: Palm Island Park: Total $ 4,125.00 $ 4,000.00 $ 3,750.00 $ 4.000.00 $15,875.00 Budget No. 370.2160.069358 Budget No. 370.2154.069358 Budget No. 370.2156.069358 Budget No. 370.2172.069358 . . . BACKGROUND On June 16, 1999, the Group "A" Parks Bond Projects general contractor, Zurqui Construction Service, Inc., was certified in default of its contract with the City, due to lack of performance and other violations. Consequently, the sub-contractors for this project were required to stop work also. AGENDA ITEM c., 1 L DATE~ ANALYSIS After the issuance of the default notice, City Staff took over the project and attained Substantial Completion on the aforementioned project on June 19, 1999. City staff and the project consultants evaluated the remaining work to be completed to reach final completion. The irrigation components . ofthe project as specified in the original contract documents were reviewed. The tasks necessary to complete the irrigation systems were also identified. Among the remaining items to be completed are the installation of the automatic irrigation timers and the final adjustments of the system. After analyzing the various options available to complete the work, the Administration determined that contracting with the original subcontractor, Kendall Sprinkler Service, Inc., to complete the irrigation component of this project, would be in the best interest of the City. This determination was based on the fact that if the City completes the work with Kendall Sprinklers, Inc. the warranty on the systems will remain in place and the City will receive the "As Built Drawings". The quote submitted by Kendall Sprinklers, Inc. was reviewed against the information provided in the original bid and found to be reasonable. CONCLUSION Adopt the Resolution. ~ i ,"'" ,I ~t", Js-- ~~ll~~~~!!.~~