Loading...
Resolution 2025-33820 RESOLUTION NO 2025-33820 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM,AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT DATED AUGUST 17, 2023, BETWEEN THE CITY AND SW ELEVATORS, LLC (CONTRACTOR), FOR ELEVATOR MAINTENANCE, REPAIRS AND PARTS PURSUANT TO RFP-2023- 001-ND (THE RFP); SAID AMENDMENT (I) ENGAGING CONTRACTOR UNDER ITS SECONDARY CONTRACT WITH THE CITY PURSUANT TO THE RFP, TO REPLACE SUNCOAST ELEVATOR SOLUTIONS, INC, WHICH IS NO LONGER ABLE TO CONTINUE PERFORMING AT THE LEVEL OF SERVICE REQUIRED UNDER ITS CONTRACT;AND (I1) MODIFYING THE RATES FOR THE ELEVATOR MAINTENANCE AND REPAIR SERVICES IN ORDER TO ADDRESS THE CHANGES IN INDUSTRY PRICES, INCREASING THE ANNUAL CONTRACT AMOUNT FROM APPROXIMATELY $380,710.00 TO AN ESTIMATED ANNUAL AMOUNT OF $591,134.40; FURTHER, AUTHORIZING THE CITY MANAGER TO FINALIZE THE AMENDMENT; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE THE AMENDMENT. WHEREAS, on February 22, 2023, the Mayor and City Commission approved the issuance of the Request for Proposals (RFP) No. 2023-001-ND for Elevator Maintenance, Repairs, and Parts (the "RFP); and WHEREAS, the Evaluation Committee, appointed by the City Manager via Letter to Commission No. 214-2023, ranked the proposers as follows: Suncoast Elevator Solutions Inc., as [he top-ranked proposer; SW Elevators LLC, as the second-ranked proposer; Prestige Elevator Services, LLC, as the third-ranked proposer, Otis Elevator Company, as the fourth-ranked proposer, Liberty Elevator Corporation, as the fRh ranked proposer, Schindler Elevator Corporation, as sixth- ranked proposer; and TK Elevator Corporation, as the seventh-ranked proposer; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurred with the Evaluation Committee, and on June 28, 2023, the Mayor and City Commission adopted ResoWtion No. 2023-32627, authorizing the Administration to enter into negotiations with Suncoast Elevalor Solutions Inc. ("SuncoasP'), lhe top-ranked proposer, as the primary vendor, SW Elevators LLC ("SouthwesP'), the second-ranked proposer, as the secondary vendor; and Prestige Elevator Services, LLC, the third-ranked proposer, as the tertiary vendor; antl further authorized the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration; and WHEREAS, on August 17, 2023, the City and Suncoast executed a Professional Services Agreement pursuant to the RFP and the City engaged Suncoast as its primary service provider for elevator maintenance and repair services; and WHEREAS, on April 10, 2025, Suncoast advised representatives of the Facilities and Fleet Management Department that it would cease rendering services for the City, effective July 31, 2025, citing a substantial increase in material pricing and labor from the time of contract execution; and WHEREAS, the Facilities and Fleet Management Department staff extended the opportunity to process a rate adjustment, applicable to the labor rates on the existing contract with Suncoast, as well as proposed modification to the DepartmenYs existing payment processing protocols to accept imoices from Suncoast for materials purchased and stored offsite; however, on May 20, 2025, Suncoast confrmed in an email that it would not move fortvard with a contract amendment and reiterated that it would only provide services through July 31, 2025; and WHEREAS, on June 4, 2025, the City Administration attempted one last time to retain SuncoasPs services by offering one last rate adjustment but never heard back from the vendor; and WHEREAS, to mitigate disruption in operations, the Administration reached out to Southwest, the secondary elevator main�enance and repair vendor, to onboard for the continuity of services; and WHEREAS, as with Suncoast, Southwest has experienced challenges to service elevators with the established rates in the contract and requested a rate increase; and WHEREAS, the City Manager recommends the approval of Amendment No. 1 to the Professional Services Agreement, dated August 17, 2023 with Southwest, a copy of which is incorporated herein by reference and attached to the City Commission Memorandum accompanying thls Resolution as Exhibit"1"; said Amendment increasing the retes to conform with the new industry standards and thereby increasing the total annual contract price by$210,424.40, from approximately $380,710.00 to an estimated annual amount of$591,134.40. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve, in substantial form, Amendment No. 1 to the Professional Services Agreement dated August 17, 2023, between the City and SW Elevators, LLC(Contractor), for Elevator Maintenance, Repairs and Parts pursuant to RFP-2023-001-ND (the RFP); said Amendment (i) engaging Contractor under its secondary contract with the City pursuant to the RFP, to replace Suncoast Elevator Solutions, Inc, which is no longer able to continue performing at the level of service required under its contract; and (ii) modifying the rates for the elevator maintenance and repair services in order to address the changes in industry prices, increasing the annual contract amount from approximately $380,710.00 to an estimated annual amount of$591,134.40; further, authorizing the City Manager to finalize the Amendment; and further, authorizing the City Manager and City Clerk to execute the Amendment. PASSED and ADOPTED this 23" day of July, 2025 �� �— Steven Meiner, Mayor ATTEST: � / .. � -\PM1�e���c��, '.j�i c 5 ��25 =�?.%� S'•., Rafael E. Granado, City Clerk � ' � �' _ `�.NiOAP OAAER : '., ��i �t.4R.. _.. .�a; �'. ^,,.�Cq,26;�_, APPROVED ASTO fORM & LANGUAGE &FOR EXECUTION n 1 (�-�`�� Ib 25 � qty Atforney Dote Resolutions -C7 M MIAMIBEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, Ciry Manager DATE: July 23, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MAIMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM, AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT DATED AUGUST 17, 2023, BETVJEEN THE CITY AND SW ELEVATORS, LLC (CONTRACTOR), FOR ELEVATOR MAINTENANCE AND REPAIRS PURSUANT TO RFP-2023-001-ND (THE RFP); SAID AMENDMENT (I) ENGAGING CONTRACTOR UNDER ITS SECONDARY CONTRACT WITH THE CITY PURSUANT TO THE RFP, TO REPLACE SUNCOAST ELEVATOR SOLUTIONS, INC, WHICH IS NO LONGER ABLE TO CONTINUE PERfORMING AT THE LEVEL OF SERVICE REQUIRED; AND (II) MODIFYING THE RATES FOR THE ELEVATOR MAINTENANCE AND REPAIR SERVICES IN ORDER TO ADDRESS THE CHANGES IN THE INDUSTRY PRICES; AND FURTHER, AUTHORIZING THE CITY MANAGER TO FINALIZE AND EXECUTE THE AMENDMENT. RECOMMENDATION The Administretion recommends adopting the ResoWtion. BACKGROUNDIHISTORY Elevator maintenance and repair services are essenlial ro the Administration's abiliry to provide residenls and visitors with reliable access to City facilities. On February 22. 2023, the Mayor and City Commission approved the issuance of Request for Proposals (RFP) No. 2023-001-ND for elevator maintenance, repairs and parts. On June 28, 2023, the Mayor and City Commission adopted Resolution No. 202332621, accepting lhe City Manager's recommendation and authorizing negotiations pursuanf to RFP 2023-001-ND with Suncoast Elevator Solutions, Inc., the top-ranked proposer, as the primary vendor, SW Elevators LLC,the second-ranked proposer, as the secondary vendor, and Prestige Elevator Services, LLG the third-ranked proposer, as the terliary vendor. ANALYSIS Since 2023, Suncoast Elevators ("SuncoasC) has been the primary elevator maintenance and repair contractor. On April 10, 2025, Suncoast advised representatives of the Facilities and Fleet Management Department that it would cease rendering services for the City, effective July 31, 2025 citing a substan[ial increase in material pricing and labor from the time of Contrac[Execution. To mitigate disruption in operetions, the Administration reached out to SW Elevators, LLC ("SouthwesC'), the secondary elevator maintenance and repair vendor, to onboard for [he continuity of services. On May 14, 2025, upon conferring with the Procurement and Legal Departments and evaluating the reasons Suncoast oHered for wanting to sever business relations with the City, the Facilities Management Division extended the opportunity to process a rate adjustment, applicable to the labor rates on the existing Contract; as well as proposed modification to the DepartmenCs existing 514 of 1791 payment processing protocols to accept invoices from Suncoast for materials purchased and stored offsite. On May 20, 2025, Suncoast dedined the proposed Contract Amendment and reiterated their position to provide services through July 31, 2025. On June 4, 2025, the Ciry attempted one last�ime to retain SuncoasPs services by oftering one last rate adjusiment but never heard back from ihe vendor. As with Suncoast, Southwest has ezperienced challenges to service elevators with the established rales in the contracL As provided in Section A6.3 0( Contract No. 23-001-02, Southwest has requested a rate adjustment Southwest has also requested language to be clarifed in the contract. Consequenlly, the proposed Amendment, considers the new established ra[es and language clarifying SouthwesPs liability as il assumes the City's elevator fleet. FISCAL IMPACT STATEMENT The fscal impact ot the adjusted rate is an additional $210,424.40 per Coniract Year. Does this Ordinance reauire a Business Imoact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE)was published on: See BIE at: https llwww miami6eachFl qovlcitv-halllcitvclerk/meetinq-notices/ FINANCIAL INFORMATION CONCLUSION The Administration recommends the Mayor and City Commission approved Amendment No. 1 lo Contract No. 23-001-02 with SW Elevators, LLC for rate increase pursuant to RFP 23-001-ND. Applicable Area Citywide Is th's a "Res'de ts Riaht to Know" item Is this item related to a G.O. Bond pursuantto CiN Code Section 2-17? ProiectT No No Was this A enda Item initiall re uested b a lobb ist which as defined in Code Sec. 2-481 includes a princioal enaaaed in lobbvina7 No If so, specify the name of lobbyist(s) and principal(s)�. DeoaRment Facilities and Fleef Management Soonso�(sl 515 of 1791 Co-suonsorlsl Condensed Title qpprove Amendment i to Contract No. 23-001-02 with SW Elevators LLC. FF Previous Action (For Citv Clerk Use Onlvl 516 of 1791 EXHIBIT "1" AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY Of MIAMI BEACH, FLORIDA AND SW ELEVATORS, lLC. FOR ELEYATOR MAINTENANCE AND REPAIRS, PURSUANT TO RFP-2023-001•ND This Amendment No. 1 ("Amendment") to the Professional Services Agreemenl, dated August 17'^, 2023, ("Agreement"), by and between lhe CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws o�the State of Florida, having its principal place of business at 1700 Convention Center Drive, Miami Beach, Florida 33139 (the "City"), and SW ELEVATORS, LLC, a OELAWARE CORPORATION, whose address is 301 Commeroe Street, Suite 2360, Fort Worth,Texas 76102 (the"Contrector), is entered into this_day of , 2025. RECITALS WHEREAS, on February 22, 2023, tFie Mayor and City Commission approved the issuance of the Request for Proposals (RFP)No. 2023-001-ND for Elevator Maintenance, Repairs, and Parts; and WHEREAS, Request for Proposals No. 2023-001-ND (ihe "RFP") was released on February 27, 2023; and WHEREAS, a voluntary pre-proposal meeting was held on March 8, 2023; and WHEREAS, on May 5, 2023, the City received seven (7) proposals from Liberty Elevator Corporetion, Otis Elevator Company, Prestige Elevator Services, LLC, Schindler Elevator Corporation, SW Etevators LLC, Suncoasl Elevalor Solutions Inc., and TK Elevator Corporation; and WHEREAS,on May 8, 2023, The City Manager, via Letter to Commission No. 214- 2023, appointed an Evaluation Committee consisting of the following individuals: Joey Gan, Chief Elevalor Inspector, Public Works Engineering Department, Pablo Gomez, Senior Capital Project Coordinator, Housing and Community Development, Angelo Grande, Director of Venue Operations, OVG360 Venue Management, Jenny Hemandez. Business Manager, Facilities and Fleet Management Department, and Albert Ventura, Assisfant Director, Parking DepartmenC and WHEREAS, the Evaluation Committee convened on May 19, 2023, to review and score the proposals; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Govemment Sunshine Law, general information on the scope of services, and a copy of each proposal; and Pnpc I of 4 517 of 1791 WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS, the Evaluation Committee process resulled in the ranking of proposers as follows: Suncoast Elevator Solutions Inc., as the top-ranked proposer, SW Elevators LLC, as the second-ranked proposer; Prestige Elevator Services, LLC, as the third-ranked proposer, Otls Elevator Company, as the fourth-ranked proposer, Liberty Elevator Corporation, as the fflh ranked proposer, Schindler Elevaror Corporation, as siz�h-ranked proposer, and TK Elevator Corporation, as the seventh-ranked proposer; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, Ihe City Manager concurred with the Evaluation Committee and recommended thal the Mayor and City Commission authorize the Administration to enter into negotiations with Suncoast Elevator SoWtions Inc, the top-ranked proposer, as the primary vendor, SW Elevators LLG the second-ranked proposer, as the secondary vendor, and Prestige Elevator Services, LLC, the third-ranked proposer, as ihe tertiary vendor; and furiher authorized the City Manager and City Clerk to exeate agreements with each of the proposers upon conclusion of successful nego6a6ons by the Administration. NOW THEREFORE, in consideration of Me muWal promises and conditions contained herein, and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the City and Contrac[or hereby agree to amend the Agreement as tollows: 1. ABOVE RECITALS. The above recitals are We and correct and are incorporated as part of this Amendment. 2. MODIFICATIONS. The Agreement is hereby modified (deleted items � and inserted � items underlined)as follows: (a) Effective August 1, 2025, the Agreement is amended to incorporale Ezhibit"A" (Revised Fee Schedule)to the Agreement, increasing the rales on the Contract. 3. RATIFICATION. Except as amended herein, atl other terms and conditions of the Agreement shall remain unchanged and in full force and effecL In the event there is a ConFlict between the provisions of this Amendment and the Agreement, the provisions of Ihis Amendment shall govern. THE REMAINDER OF THIS PAGE IS INTENTIONALLY �EFT BLANK. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be executed by their appropriate offcials, as of the date first entered above. Paea 2 of 4 518 of 1791 FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: Rafael E. Grenado, City Clerk Eric Carpenler, City Manager Date FOR CONSULTANT: SW ELEVATORS, LLC ATTEST: BY� Si naNre Signature 9 Print Name and Tille Print Name and Title Date Date Exhibit"A" P�agc i of 4 519 of 1791