HomeMy WebLinkAbout2002-24875 Reso
(
RESOLUTION NO. 2002-24875
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, FINDING, PURSUANT TO
SECTION 255.20 (1) (a) (9), FLORIDA STATUTES, AND FOLLOWING A
DULY NOTICED PUBLIC HEARING THAT IT IS IN THE PUBLIC'S
BEST INTEREST TO UNDERTAKE CONSTRUCTION SERVICES,
RELATIVE TO THE LINCOLN ROAD LIGHTING AND FOUNTAIN
RENOVATION PROJECT, SAID PROJECT HAVING AN ESTIMATED
COST OF $900,000, USING THE CITY'S PROPERTY MANAGEMENT
DIRECTOR, A LICENSED GENERAL CONTRACTOR, AS THE
GENERAL CONTRACTOR FOR THE PROJECT AND WHO, AS THE
CITY MANAGER'S DESIGNEE, SHALL SELECT, NEGOTIATE, AND
AWARD ALL CONTRACTS, AGREEMENTS, PURCHASE ORDERS,
AND CHANGE ORDERS FOR THE PURCHASE OF ALL NECESSARY
GOODS AND SERVICES RELATIVE TO SAID PROJECT; FURTHER
APPROVING A WAIVER OF COMPETITIVE BIDDING BY SI7THS
VOTE, FOR PROCUREMENT OF THE AFORESTATED GOODS AND
SERVICES, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST
OF THE CITY.
WHEREAS, the Mayor and City Commission, at its July 26, 2000 meeting,
adopted Resolution Number 2000-24029, which appropriated funds in the amount of
$50,000 to Corzo, Castella, Carballo, Thompson, and Salman (C3TS) for architectural
and engineering services for surveys of the existing lighting and the development of
construction documents for general lighting and fountain enhancements on Lincoln
Road (the Project); and
WHEREAS. based on the finding of the lighting surveys. the Mayor and City
Commission, at its June 6. 2001 meeting, adopted Resolution No. 2001-24461. which
appropriated additional funds in the amount of $62,000 to C3TS for the completion of
architectural and engineering services, and to complete all construction documents
required to obtain the required building permits for Project; and
WHEREAS. the architectural/engineered plans have been completed and
approved by the Historic Preservation Board and the City's Building Department for
required building permits; and
WHEREAS, it is the Administration's intent to secure the construction work
relative to the aforestated project utilizing the City's Property Management Director, who
is a licensed General Contractor; and
WHEREAS, accordingly, the Administration. through the Property Management
Director, acting as General Contractor, may require the need for the acquisition of
goods and services, which may exceed the $25,000 threshold within the City Manager's
discretion; and
WHEREAS, as a result of the time needed to complete the formal bid processes
(i.e. 90-120 days), each time that the Property Management Director has a need to
augment the existing City resources for goods and services in excess of $25,000, the
project will be placed on hold or delayed significantly; and
WHEREAS, pursuant to Section 2-367(e) of the City Code entitled Rejection of
bids; negotiation; waiver of competitive bidding, the City Commission, upon written
recommendation of the City Manager t may by resolution adopt, by a five-sevenths vote
of the City Commission, a waiver of competitive bidding, when the City Commission
finds such waiver to be in the best interest of the City; and
WHEREAS, the Property Management Director, as General Contractor, will be
taking on the responsibility of constructing the improvements to the Project; and
WHEREAS, in order to diligently prosecute the required work to timely complete
the aforestated vital public project, the Administration would recommend that the Mayor
and City Commission waive, by 517ths vote, the formal competitive bidding
requirements, relative to enabling the Administration, with its Property Management
Director acting as General Contractor, to procure the required goods and services to
complete the Project, on an expedited basis; and
WHEREAS, notwithstanding the Mayor and City Commission's waiver herein of
the competitive bidding requirement, the Property Management Director, utilizing the
resources of the Procurement Division, would institute an "expedited" bidding process to
ensure the integrity of the process and, while not formal competitive bidding, a process
that would still act to procure for the City the highest quality of goods and services at the
least expense to the City, and endeavor to obtain as full and open competition, within
that expedited framework, as possible: and
WHEREAS, following a duly noticed public hearing on May 29, 2002, it is
recommended that the Mayor and City Commission herein accept the recommendation
of the Administration, to find it would be in the best interest of the public to complete the
Project using the City's Property Management Director, who is a licensed general
contractor, and further waiving by 517ths vote, the competitive bidding requirement.
finding such waiver to be in the best interest of the city, to enable said Director to
procure such goods and services as may be necessary for the City to complete the
Project.
NOW, THEREFORE. BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA as follows:
1. The Mayor and City Commission following a duly noticed public hearing and
pursuant Section 255.20 (1) (a) (9), Florida Statutes, herein find that it would
be in the public's best interest to undertake construction services relative to
the Lincoln Road Lighting and Fountain Enhancement Project, using the
City's Property Management Director as a licensed general contractor for
same.
2. The Mayor and City Commission further waive, by 517ths vote, the formal
competitive bidding requirements, finding such waiver to be in the best
interest of the city, and authorizing the City Manager, through the Property
Management Director (acting as General Contractor) to select, negotiate, and
award all contracts, agreements, purchase orders, and change orders for the
purchase of all necessary goods and services (construction and professional)
relative to the Project.
3. AU documents referenced herein shall be reviewed by the appropriate
members of the Administration and City Attorney's Office prior to execution
and shall contain, at a minimum, the following terms and conditions:
a) Time of completion of the work in question.
b) Fees, costs. and other charges to the City. All fees and costs negotiated
should be competitive with fees and charges for similar work in the South
Florida area.
c) Appropriate provisions addressing insurance requirements (naming the
City as an additional insured), indemnification and hold harmless in favor
of the City, and payment and performance bonds.
d) All scope of services and/or work required shall be prepared in conjunction
with and reviewed by the Administration.
4. All contracts, agreements, purchase orders. and change orders over $25,000
shall be executed by the Mayor and City Clerk, and shall be ratified by the
Mayor and City Commission at its next available meeting.
5. The total amounts of contracts, agreements, purchase orders, and change
orders to be executed pursuant to the approvals set forth herein shall not
exceed the appropriated amount for the Project. as same is set forth in this
Resolution, without the prior approval of the Mayor and City Commission.
6. Notwithstanding the waiver of competitive bidding herein, the Property
Management Director, utilizing the City's Procurement Division, shall use his
best efforts through an "expedited" bidding process to assure that the highest
quality of goods and services at the least expense to the City is obtained, and
endeavor to obtain as full and open competition, as in said process, as
possible.
PASSED AND ADOPTED THIS 29th day of May, 2002.
~1~~
MAYOR
Attest:
Robert Parcher
David Dermer
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
..4:!f ~ ~~-"
City Atki~ ate
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
~
--
Condensed Title:
A Resolution authorizing the City Manager's designee, the Property Management Director, to serve as the
General Contractor for the project and to award all contracts relative to the Lincoln Road Lightning and
Fountain Enhancement Project
Issue:
Shall the Mayor and the City Commission and authorize the City Manager's designee, to serve as the
General Contractor for the project and to award all contracts relative to the Lincoln Road Lightning and
Fountain Enhancement Project? .
Item Summary/Recommendation:
It is In the best Interest of the City to waive the competitive bidding requirements since we have in the City
a licensed General Contractor, the Property Management Director, who is able to perform as the General
Contractor for the project and to select, negotiate and award all contracts necessary (construction and
professional) connected with the Lincoln Road lighting and Fountain Enhancement Project. The following .
are reasons why the waiver of competitive bidding is in the best interest of the City: 1) Cost Reduction of
Project Materials; 2) Savings of General Contractor and Subcontractor's Overhead and Profit; 3) Project
Scheduling to Accommodate Merchants and Special Event Needs, 4) Proven Track Record
Advisory Board Recommendation:
I
Financlallnfonnatlon:
Amount to be expended:
Source of
Funds:
I All
..- .
GO Bond Series 2000 fund No.373
"Save America's Treasures" Grant
RDA funds City Center TIF
$ 931,636
,. -."",=,.- , .
- ._=~- ...... ~ ~ . -- ~...
386
AGENDA ITEM Jl7 f)
DATE S-il..9-0;J...
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, flORIDA 33139
www.cl.mlami-beach.f1.us . .
COMMISSION MEMORANDUM
Subject:
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez ~ ..~
City Manager 0 r . 0
A RESOLUTION TO CONSIDER WHETHER IT IS IN THE PUBLIC'S.BEST
INTEREST TO UNDERTAKE CONSTRUCTON SERVICES, RELATIVE TO
THE LINCOLN ROAD LIGHTING AND FOUNTAIN RENOVATION
PROJECT, SAID PROJECT HAVING AN ESTIMATED COST OF $900,000,
USING THE CITY'S PROPERTY MANAGEMENT DIRECTOR, A
LICENSED GENERAL CONTRACTOR, AS THE GENERAL
CONTRACTOR FOR THE PROJECT AND WHO, AS THE CITY
MANAGER'S DESIGNEE, SHALL SELECT, NEGOTIATE, AND AWARD
ALL CONTRACTS, AGREEMENTS. PURCHASE ORDERS. AND CHANGE
ORDERS FOR THE PURCHASE OF ALL NECESSARY GOODS AND
SERVICES RELATIVE TO SAID PROJECT.
Date: May 29,2002
To:
From:
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS
Section 2-366 of the City Code, entitled Contract Proced ures, states that all supplies and
equipment, except as otherwise provided in this division, when the estimated cost thereof
shall exceed $25,000.00, shall be purchased by formal, written contract and/or purchase
order from the lowest and best responsible bidder, after due notice inviting proposals;
however, the city commission shall have authority to waive execution of formal
contract in cases where it deems it advisable to do so. (emphasis added)
Inasmuch as the City's Property Management Division has been approved as the General
Contractor for this project, at times there will be a need for the acquisition of goods and
services that may exceed the $25,000 bidding threshold. Therefore, as a result of the time
needed to complete formal bid processes (i.e. 90-120 days) each time that Property
Management Division has a need to augment its existing resources for goods and services
in excess of $25,000, this important project will be placed on hold or delayed significantly.
Pursuant to Section 2-367 (e) of the City Code entitled Rejection of bids; negotiation; waiver
of competitive bidding, the City Commission, upon written recommendation of the City
Manager, may by resolution adopt by a five-sevenths vote ofthe City Commission a waiver
of competitive bidding when the City Commission finds such waiver to be in the best
interest of the City.
387
Commission Memorandum
Lincoln Road Lighting and Fountain Renovation Project
May B. 2002
Page 2 of4
After numerous complaints and concerns related to safety issues, raised by the merchants
and visitors to Lincoln Road of "dark spots" and uneven distribution of general lighting on
Lincoln Road, a complete light survey was completed of the existing conditions. The survey
revealed the existing tree light fixtures and shrubbery lights were inadequate to provide
consistent general lighting for Lincoln Road. The recommendations of the survey and the
project architects were to abandon the tree light fixtures entirely, and to install a
combination of pole mounted and tree and shrubbery up-lights to provide for a broader
consistent light spread throughout Lincoln Road. The lighting portion ofthe project consists
of the following:
1. Removal of all tree mounted light fixtures on Lincoln Road.
2. Installation of approximately 60 pole mounted light fixtures.
3. Installation of 346 shrubbery up-light fixtures.
4. Installation of all associated electrical conduits and wiring required for the project.
5. All associated cutting, trenching, replacing and patching of concrete surfaces necessary
for the lighting installation.
The Lincoln Road Organizations and the City's Property Management Deparbnent had also
addressed concerns for the design features and operational problems with the fountains on
Lincoln Road. The fountains have had problems with the circulation of water due to the
original design not providing adequate water supply lines in the sizes needed for the proper
operation of the fountains. The Lincoln Road Organizations had also requested that the
City have a survey of the existing fountain conditions completed to provide
recommendations for other fountain enhancements such as replacing the existing fountain
spray heads with a more decorative and lighted type. The fountain portion of the project
consists of the following:
1. Increasing the depth of the 700 and 1000 block fountains as necessary to provide
necessary piping for increased water flow and filtration.
2. Installation of a circular, lighted, three tier, cascade jet fountain on the 1000 block of
Lincoln Road.
3. Installation of a center cascade aerating jet and a circular ring with thirty-two aerating
jets on the 700 block of Lincoln Road.
4. Installation of a fountain lighting system in both fountains.
5. Installation of all pumps, conduits, electrical service, concrete cutting and patching and
piping necessary for the installation of the new fountains.
6. Rework of existing mosaic tile to match existing.
388
Commission Memorandum
Uncoln Road Ughtlng and Fountain Renovation Project
May 8, 2002
Page 3 of 4
The following are reasons why the waiver of competitive bidding is in the best interest of
the City:
. Cost Reduction of Project Materials.
By utilizing in-house General Contractor services, the City will have the ability to purchase
the majority of building materials needed for the project, directly from the manufacturer.
External contractors would be required to purchase these materials from a supply house
that would increase the costs of the purchase of supplies by adding stocking charges. plus
overhead and profit on top of the manufacturer costs. This would provide a substantial
saving to the City on material purchases for the project.
. Savings of General Contractor and Subcontractor's Overhead and Profit.
In outsourced projects, general contractors add a typical range of 15-20% on top of project
cost for overhead expenses and profit. By using in-house services, this would be a direct
cost savings to the City for these items. Additionally, as electrical, plumbing, painting, and
carpentry would also be provided under in-house services, limited sub-contractors would
be required for the project. This would also provide savings to the City on overhead and
profit costs that would also be required to be paid to the subcontractors.
. Project Scheduling to Accommodate Merchants and Special Event Needs.
Under routine contractual agreements, the General contractor provides a workflow
schedule that is inflexible in accommodating unforeseen circumstances or required change
of workflow without the requirement of a project change order or additional costs. In-house
construction would provide flexibility of schedules to work with unforeseen circumstances
including special events, and special merchant's needs on Lincoln Road without the need
for change orders or extra costs for the project.
. Proven Track Record
Property Management has provided General Contracting services for the City on many
past projects. These include the construction of the Electrowave facility on T erminallsland.
the design and renovations completed to date on the Byron Carlyle Theater, the Pinetree
Park GO Bond project, the Fire Station #2 maintenance facility GO Bond project, the
renovation ofthe VCA and 555 Building, ADA compliance projects Citywide, and multiple
major renovations to the City Hall, 21 Street Community Center, and the Historic City Hall
Buildings. Each of these projects was completed on or below the estimated budget for the
projects.
389
Commission Memorandum
Lincoln Road Lighting and Fountain Renovation Project
May 8, 2002
Page 4 of4
Recommendation:
That the Mayor and City Commission adopt the attached Resolution which waives the
competitive bidding requirements, finding such waiver to be in the best interest of the City,
and authorizing the City Manager's designee. who shall be the Property Management
Director, a Licensed General Contractor, to select, negotiate, and award all contracts,
agreements, purchase orders, and change orders for the purchase of a/l necessary goods
and services (construction and professional) relative to the Lincoln Road lighting and
fountain renovation project; providing that a/l documents be reviewed by the appropriate
members of the Administration, City Attorney's Office, and contains minimum terms and
conditions as set forth in this resolution; and further authorizing the Mayor and City Clerk to
execute any and a/l agreements relative to the aforestated projects.
JMG\RCM\FHB\BAJ
T:\AGENDAI2OO2'MAY2802\REGUJ.ARlWaIve UIlCXl/nRd.doc
390
CORZO CASTELLA CARBALIp THOMSON SALMAN, PA - . Pl!ge:1 of 1
ProJeot; Miami Beech Uncoln RolId Budget Dale: FBbrWry 1.2002
Project No.: 1317..03.03 RltvItIon DaI8:
Estlm.te of Probable Cost of ConstructJon (400.1100 Block)
KEY DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
..
.
DiY. 1 GENERAL
Culflng, T18nching,& PatdJing (incl. It. fixll1ll1XMlll .1 LS 25,000.00 125,000.00
.
SECTION TOTAL I2I,ooO.oG
.
DiY. 2 S/TEWORK .
N_ fountain 1000 block incl. incbIlIIdlon 1M 86.825.00 S55,UDO.DO
New fauntaln 700 black incl. In8taJlation . 1 EA 66.825.00 $50,415.00
SECTION TOTAL 1'106,315.00
DIv.3 CONCRE:TE ~
FOOlInaa tor Ught FbClUres 160 CY 130.00 $19.600.00
.. . .
8ECTlON TOTAL . - '1',100.00
Div. 18 El.ECTRICAL
Pole Mounted Liaht FIxIures IncL I8mD8 80IeA 1.308.00 178.480.00
ShruberY UghtFlxt1n8 225 EA 335..00 175,376.00
IShruberY I ~ ClUDI8X I 120 EA 575.00 $45,000.00
InllfallatiOn & Mac. I a 1 La .000.00 1295~
8ECT10N TOTAL t4U,8H.oo
EmMA TE SUMMARY
DIv.1 GENERAL 125.000.00
D1v.2 SITEWORK 1108.315.001
D1V.3 CONCRETE . $19,500.IlOl
D1v. 18 ELEC7R1CAL $493,855.]21
:auDlOtlJ t844.I7IJ.GO
Oenoral Oondlt\Ona 12 " 0.12 177.380.040
Subtotal 1722.0SO.AO
G.C OVemead & Profit . 10 % 0.10 172.203.04
Sub\l:aI tI7lILI.
Boncl Premium 2% 0.02 115,804.67
SublclBl $810.118.11
Design Contlngenallll . 111 " 0.15 $121,517.72
GRAND TOTAL $131,835.83
391
CITY OF MIAMI BEACH
NOTICE OF A PUBLIC HEARiNG
~
~
NOTICE IS llERBJy given !hat pursuant to Section 255.20(1)(A)(9), FIoIida
Statutes, a public heat1ng will be held by !he City Commission at lite City of
Miami BeaCh, In tI1e. Commission Chambers, 3rlI ffoor, City Hall, 1700 Convention
Center DrIve, MIami Beach, AorilIa, on Wednesday. May 29, 2002 at
11:30 a.m., to conslller whe!her It is In !he public's best interest to undertake
conslruclion ,services, relative to the Lincoln Road lIghtlng and fountain
Renovation Project. said Project having an estlmalell cost of $900.000. using the
City's Property Management Director, a licensed General Contractor, as !he
General Contractor for !he Project and Who, as !he CIty Manager's Designee.
shall select, negotiate, 8IllI IWaIlt all contracts, agreaments, purchase Orders,
and change OlltellllQr !he Pl/fchase of all necessary gOOds 8IllI services reiallve
10 saIlI Project.
INOUIIUe; may be lIIreClel/ to the Public Works at (305) 873-7080.
ALL INTERESTED I'ARTIES are InYItelIIO appear at !his hearmg be r.epresenlell
by an agent, or 10. 8JCP/llsa !helrvlews In writing adl/resse(/ 10 .!he City
Commission, c/o !he CfIy Clerk, 1700 Conv8!ltion Center Drive, 1 st Floor, City
Hall, Miami Beach, Aorllla 331S9. This meeting may be COntlnued and under
such circumstances a(/(/jjjonal legal notice woukl not be provil/ed.
Robert E. Parcher. City Clerk
City at Miami Beach
Plusuant 10 Sectlon 2S8.0105, A.. Slat, !he CIty hereby advises !he pUblic that;
If a person lIecldes to appeal ally decision ml!lle by 11)8 Clly Commls$lon with .
rllSpeCt te any matter COI1SIIleralI at.lIs meeting or lis hearing, SI,/Ch person must
ensure lIlata verbalfm reconl at lhe proceedings ls malle, Which riIcoIlt Inclucfes
the lestimony and evidence upon which lhe appeal Is to be based. This noIIcs
lIoea not COI1st/tute consent by !he City for the introduction or admission at
otherwise InalImlssable or irrelevant evidence, nor lIoes It autIIor/za challenges
or appeals not otherwise alloWed by law. .
In 8CCorl/ance with the Amerfcans with Diaabilllfes Act at'1990,'pelllOllS needing
SPecial accommodation 10 participate in 1I1is proceeding should contact !he CIty
Cle/l('s office no later 1I1an four lIaysprior 10 the Proceeding. Telephone (305)
673-7411 for asslst8nce; If hearing impaired, telephone 1I1e FIoIid8 Relay
Service /lUmbers, (SOO) 955-Sm (TOO) or. (800) 955-8no (VOICE), for
assls1ance.
, . Ad 10100
392
~
W
;!
c:
'"
en
CI
,.
.:<
~
,.
-<
-
13.
~.
:J
CD
z
CD
~
E
..