Loading...
C2C-Award Contracts Emergency Board Up And Securing ServicesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award Contracts To A Quick Board Up Services, Inc., As Primary Vendor And To Sanchez Arango Construction, As Secondary Vendor, Pursuant to Invitation To Bid (ITS) No. 63-11/12 For Emergency Board Up And Securing Services, In The Estimated Annual Amount of $60,000 For FY 2013. Key Intended Outcome Supported: Ensure Safety and Appearance of Building Structures and Sites. Supporting Data (Surveys, Environmental Scan, etc.): In Fiscal Year 2011/12, the Building Department l::ontracted for 13 board-ups of properties totaling $53,044.00. Fiscal Year 2010/11 expenditures totaled $54,989, ~nd Fiscal Year 2009/10 expenditures totaled $106,222 (reflecting the heir~ht of the financial crisis). Item Summary/Recommendation: The purpose of Invitation to Bid No. 63-11/12 (the "Bid") is to award contracts for emergency board-up and securing services that will allow the Building Department to address the safety and security issue of abandoned buildings, including furnishing all materials, labor, supervision, means of transportation, permits, licenses, equipment and incidentals necessary for the emergency board-up and securing of buildings and structures citywide on an as needed basis. These services are often initiated by the Police Department, the Code Compliance Division of the Building Department, or the Building Department directly in response to crime, public safety, neighborhood aesthetics or other quality of life issues that impact the City. Services are requested by the Building Department following a determination of non-compliance with a code violation. The property owner is billed for the board-up service upon receipt of the invoice for services rendered In addition to verification from the Chief Code Compliance Inspector that the board-up and securing services have been provided. The property owner has 30 days to satisfy the outstanding city bill for the services. If the bill has not been paid in 30 days the owner of the property is issued via regular postage a 20 day lien warning notification {intent to lien). If the owner has not complied by the 21st day the lien process is initiated. Property owners usually settfe the lien when the property is being sold. Many of these owners are absentee landlords or residents who reside in another state or out of the country. Typically, in the case of absentee landlords, the communication in reference to board-up and securing services is often handled by the owner's representative, (i.e., a management company or attorney}. The Bid was issued on October 4, 2012 and on October 18, 2012 a pre-bid meeting was held. Ninety (90) bid notices were issued, eighty-six (86) through the Bid Net system and another four (4) through the Procurement Division. Ten (10) vendors downloaded the bid documents. On Noveml)er 2, 2012, bids were opened. Two (2) bids were received from: A Quick Board Up Service, Inc., and Sanchez Arango Construction. After review of bids received, the Administration is recommending award to a primary and a secondary bidder (in the event that primary is unable to perform) as follows: A Quick Board Up Service, Inc, as the primary lowest responsive bidder, and to Sanchez Arango Construction as the secondary lowest responsive bidder. This new contract(s) entered into with the successful bidder(s) will have an initial term of two (2) years, and may be renewed at the sole discretion of the City, through its City Manager, for three (3) additional one {1} year terms. Funding for future years is contingent on approval of future year budgets. The contracts will offer more flexible resources to ensure that the Building Department fulfill the securing and board up needs in a timely manner while always securing the lowest cost. APPROVE THE AWARD OF THE CONTRACTS. Advis~oard Recommendation: L~~--~~--~~--~--~--~~~--Financiallntormation: Expenditures incurred by the City are billed to the respective property owner and funding availabili is based billin of these expenses. ;:.:-;.;::::S.:.:;o:.:::u~r:.:..c'-'e:.::::o...::f===.;.:.:=t...:::.:..;.., A::.: .. :::::m;::o:,.u:::.:nx.t:.:::.:.;r-1 =-. ..----,.,..,....., . ..---..-----~---,-A-c-co_u_n_t_·::-c· -~..-----.~-.. -. -....,-.. -. -.-. Funds: ~· I $60,000 i Board up Demolmon Services No. 188-6801-000340 1tJ lll. $60.000 I OBPI ------~------~--~--------------·----------------~ Financial Impact Summary: Funding for future years beyond FY2013 is contingent on approval of future year ~budgets. ~--·------· City C_!erk's Office Legislative Tracking:_~-----------------------~· fNex Denis, Director Ext# 6641 J Sign-Offs: SS AD .\l / JGG )/ft·· POW ___ _ -··~ ( MIAMI BEACH 34 / AGENDA ITEM C :;;2 c._ DATE l-/tdr-l3 City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, wvtw.miomibeachfLgov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor Matti Herrera Bower and Members of the City Commission Kathie G. Brooks, Interim City Manager/;('~/--. January 16, 2013 REQUEST FOR APPROVAL TO AWARD CONTRACTS TO A QUICK BOARD UP SERVICE AS PRIMARY VENDOR AND TO SANCHEZ ARANGO CONSTRUCTION AS SECONDARY VENDOR PURSUANT TO INVITATION TO BID (ITB) NO. 63 .. 11/12 FOR EMERGENCY BOARD UP AND SECURING SERVICES, IN THE ESTIMATED ANNUAL AMOUNT OF $60,000. ADMINISTRATION RECOMMENDATION Approve the award of contracts. KEY INTENDED OUTCOME SUPPORTED Ensure safety and appearance of building structures and sites FUNDING The estimated expenditure for FY 2012/13 Is based on prior experience for emergency board up and securing services. Expenditures incurred by the City are billed to the respective property owner and funding availability is based on billing these expenses. Uncollected amount at year-end will be funded by the Building Department. $60,000 Board up Demolition Services No. 188-6801-000340 ANALYSIS The purpose of Invitation to Bid No. 63-11/12 (the "Bid") was to pre-qualify bidders for the purchase of emergency board-up and securing services whereas all work shall include the furnishing of all materials, labor, supervision, means of transportation, permits, licenses, equipment and incidentals necessary for the emergency board-up and in the securing of buildings and structures citywide on an as needed basis for the term of the contract. The property owner is billed for the board-up service upon receipt of the invoice for services rendered in addition to verification from the Chief Code Compliance Inspector that the service has been provided. The customer has 30 days to satisfy the outstanding city bill for the board-up service for which they have been billed. If the bill has not been paid in 30 days the owner of the property is issued via regular postage a 20 day lien warning notification (intent to lien). If the owner has not complied by the 21st day the lien process is initiated. Of the violations issued annually, approximately six {6) to ten (1 0) violations are issued annually as a result of non-payment. Property owners usually settle the lien when the 35 Commission Memorandum -ITB-63·11112 Emergency Board-up and Securing Services January 16, 2013 Page 2 of4 property is being sold. Many of these owners are absentee landlords or residents who reside in another state or out of the country. Typically the communication in reference to board-ups is handled by the owner's representative, i.e a management company or an attorney. For the past three (3) years, the Building Department has utilized the services of A Quick Board Up Service, Inc, Pillar Consultants, Inc., and TCS Empire, Inc. Pursuant to ITB 11- 09/1 0 for the emergency board up and securing services. The total expenditures for the life of the contracts have been $129,027.59. These contracts will expire on February 2, 2013. This new contract(s) entered into with the successful bidder(s} will have an initial term of two (2) years. and may be renewed at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms. Funding for future years is contingent on approval of future year budgets. BID PROCESS The Bid was issued on October 4, 2012, with an opening date of November 2, 2012. A pre- bid meeting was held October 18, 2012 to provide information to the bidders submitting at bid. Ninety (90) bid notices were issued, eighty-six (86) through the BidNet system and another four (4) through the Procurement Division. Ten (10) vendors downloaded the bid documents. Two (2) bids were received from: A Quick Board Up Service, Inc., and Sanchez Arango Construction. The responsiveness test performed by the Procurement Division resulted in all bids received being deemed responsive. A Technical Review Panel {"the Panel") consisting of the following individuals reviewed the responsive bids and made the final recommendation: • Adrian Avalos, Chief Building Code Compliance Officer, Building Department • Richard McConachie, Assistant Director, Building Department • Sonia LeCounte, Office Associate V The Administration is recommending award to a primary and a secondary bidder (in the event that primary is unable to perform) as follows: A Quick Board Up Service, Inc, as the primary lowest responsive bidder, and to Sanchez Arango Construction as the secondary lowest responsive bidder. (See Appendix "A''-Tabulated results). The !TB process requested bidders to submit unit pricing for the items/tasks most frequently used by the Building Department to properly secure buildings. The structure of this ITB would allow the Building Department to anticipate and accurately estimate the cost of the majority future board up or securing projects while guaranteeing the lowest possible cost. 36 Commission Memorandum -ITB-63-11112 Emergency Board-up and Securing Services January 16, 2013 Page 3 of 4 COMPANY PROFILES A Quick Board Up Service, Inc A Quick Board Up Service, inc. has been in business for twenty years and has provided services for the City of Pompano Beach, City of Hollywood, City of North Miami Beach, City of Lauderdale Lakes, City of Lauderhill, and City of Fort Lauderdale. A Quick Board Up Service, Inc. was highly rated by the performance evaluation surveys and the references received. A Quick Board Up Service, Inc. is the lowest bidder and holds a General Contractor license. Sanchez Arango Construction Sanchez Arango Construction has been in business for seventeen years and has provided services for the City of Miami, Miami Dade County, Clear Channel Outdoor, and Florida Department of Transportation. Sanchez was highly rated by the performance evaluation surveys. Sanchez holds a Certified General Contractor. CITY MANAGER'S REVIEW After considering the review and recommendation of City staff, the Interim City Manager exercised her due diligence and is recommending to the Mayor and the City Commission to award the contracts to A Quick Board Up Service, Inc., and Sanchez Arango Construction. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission accept the City Manager's recommendation to award contracts to A Quick Board Up Service, Inc., as primary vendor and To Sanchez Arango Construction, Inc. as secondary vendor for Emergency Board Up and Securing Services, pursuant to invitation to bid (ITB) No. 63-11/12, in the estimated annual amount of $60,000. T:IAGENDA\2013\January 16\ITB-63~1 H2 Board-up Services ~mo.doc 37 w 00 10 Additional Charges (if applicable} (minimum charge per call) F:IPURC\$ALL\Shirely\Bids11-12\!T8#63-11-12 Securing Abandoned Building\ Commission· Memo.doc A QUICK BOARD UP SERVICES, INC. $225.00 SANCHEZ ARANGO CONSTRUCTION $50.00 THIS PAGE INTENTIONALLY LEFT BLANK 39