C2C-Exercise Term Renewal Options On Contracts For Routine Operational RequiremeCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST APPROVAL TO EXERCISE TERM RENEWAL OPTIONS ON CONTRACTS FOR
ROUTINE OPERATIONAL REQUIREMENTS
Strengthen Internal Controls; Maximize Efficient Delivery of Services
upporting Data (Surveys, Environmental Scan, etc.):
Item Summa /Recommendation:
As is customary, many of the City's agreements resulting from competitive solicitations include renewal clauses
that allow for the extension of contract terms for a certain number of renewal periods beyond the original
contract term, as may be stipulated in the solicitation or resulting contract. The renewal periods allow the City to
continue to acquire the necessary goods and services from reputable contractors at prices established through
competitive solicitations. In its due diligence process for consideration of contract renewal options, the
Administration has considered: cost considerations, including any increases to the CPI-U index by the Bureau
of Labor Statistics indicating changes in the supply market pricing conditions, contractor performance and risk
management considerations (e.g., insurance and bonds, as applicable). Additionally, the contract renewals are
applicable to the contract period only and do not alter other terms and conditions of the contract or the scope of
the procurement. Any changes to the scope of the original contract shall be presented under a separate item
individually or require a new procurement process altogether.
The purpose of this item is to request authority to renew the contracts listed herein. The justification for
renewing is included with the contract information.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission approve the extension of contracts for
routine operational requirements, awarded through competitive solicitations, with the following vendors as
applicable: First Class Parking, Apex Pest Control Services; Aegis Rapid Text; Architeknics, Inc.; Avina &
Associates, Inc.; BCC Engineering, Inc.; SEA Architects, Inc.; Bender& Associates Architects, PA; Biscayne
Engineering Company; Borrelli & Partners Architecture Planning Landscape Interiors; Brindley Pieters &
Associates, Inc.; Bruce Howard & Associates of FL, Inc.; Calvin, Giordano & Associates, Inc.; Cashin
Associates, P.C.; COM; Consulting Engineering Science, lnc.(CES); Douglas Wood & Associates, Inc.; E
Sciences, Inc.; Eastern Engineering Group Company; EDSA; Forbes Architects; AECOM I Glatting Jackson
Kercher Anglin, Inc.; Hadonne Corp; Kobi Karp Architecture and Interior Design, Inc.; ,Livs Associates;
Lockwood, Andrews & Newman, Inc.; M.C. Harris &Associates; Millian, Swain, & Associates, Inc. (MSA); Miller
Legg; O'Leary Richards Design Associates, Inc.; PBS&J/Atkins; Red Design Group; Robayna and Associates,
Inc.; Rosenberg Design Group d/b/a Rosenberg; Savino Miller Design Studio; SBLM Architects; Schwebke-
Shiskin & Associates, Inc.; Shulman +Associates, Inc.; Terra Civil Engineering, LLC; The Russell Partnership,
Inc.; TLC En ineerin For Architects, Inc.; William Lane Architect, Inc.; Z scovich, Inc.
Advisory Board Recommendation:
Financial Information:
Source of
Funds:
D
OBPI
1
2
3
Total
Amount
See below.
Account
See below.
Financial Impact Summary: Various budget codes are contained in the referenced contract expenditures. All
ex enditures are contin ent u on a roved bud eted funds bein available.
City Clerk's Office Legislative Tracking:
ment Director
MIAMI BEACH 77
AGENDA ITEM ____:C:::....:...;(.:....C __
DATE 'l-/f/3
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,
www.miamibeachfl.gov
TO: Honorable Mayor and Members of the
FROM: Jimmy L. Morales City Manager
DATE: September 11, 2013
COMMISSION MEMORANDUM
ityCom~
SUBJECT: REQUEST APPROVAL TO E RCISE TERM RENEWAL OPTIONS ON
CONTRACTS FOR ROUTINE OPERATIONAL REQUIREMENTS
ADMINISTRATION RECOMMENDATION
Approve the recommendation.
BACKGROUND
As is customary, many of the City's agreements resulting from competitive solicitations include
renewal clauses that allow for the extension of contract terms for a certain number of renewal
periods beyond the original contract term, as may be stipulated in the solicitation or resulting
contract. The renewal periods allow the City to continue to acquire the necessary goods and
services from reputable contractors at prices established through competitive solicitations. In its
due diligence process for consideration of contract renewal options, the Administration has
considered: cost considerations, including any increases to the CPI-U index by the Bureau of
Labor Statistics indicating changes in the supply market pricing conditions, contractor
performance and risk management considerations (e.g., insurance and bonds, as applicable).
Additionally, the contract renewals are applicable to the contract period only and do not alter
other terms and conditions of the contract or the scope of the procurement. Any changes to the
scope of the original contract shall be presented under a separate item individually or require a
new procurement process altogether.
The purpose of this item is to request authority to renew the contracts listed herein. The
justification for renewing is included with the contract information.
I ~it:~t Control and Fertilizations Services I r .. ·coiiira·Cic;r-:····· ...................................................................................................................................................................................................................................................................................................................................................................... i
l.~P.~-~ .. E~§i~G9rJ~r9.1!_ll}~:...... . ............ ....... __ ............................ . .......................................................................... ----------·
i Brief Scope: •
! For pest control and fertilizer application services at Parks & Recreation Centers throughout the :
l .... Qi_~.Y: ......................... "" "" "" "" "" "" """"' """'"""'"' "" , .. '"'""'""'"" "" '""' "" ""'""'""'""""""""""" "" """"" """'"""' "" """'""""' "'''"'""""''"'''""'"""'"'""'""'""'""'""'"''"'""""'""'""'"""""' '"'""'""'""'''""""""""'''""'''"""' ""'""' ""' ""' ·-·-·-............ ""
Best Interest Justification:
The Parks and Recreation Department is satisfied with the contractor's services related to pest
control and fertilization services. Additionally, while the prices paid by the City remain as
awarded, the CPI-U has increased 1.2% since contract inception. Based on the aforementioned ·
and positive performance surveys, the Parks and Recreation Department recommends the
tT~.~J-~~~Lgf.Jh~ 9.9.~J!r~~ f9T.9.~J~ .. 01Y~~r !hE2.~.9.b ... ?~P!~r:!1-~~r .??t.?.9.11.: ............ _ .... .
78
City of Miami Beach-Commission Memorandum 12
Contract Renewals for Routine Operational Requirements
f-con!ract···N·urriber:-····························-···-···-···-......................................... _......... ] ... RenewaT·P·e·riod':·······························
f-·~i\e~·::Q.1.:9~!JQ__ ..... ·····-_ -· . -·-·-·-·-···-··-···--·· ................................ L .. ~t;?Q!?91.~JbrCJl:l9t"l9W?..~!?Q1_~ .. -· ................... _ ................... .
I Professional Architectural, Landscape Architecture, Planning & Urban Design And Engineering
/ Services In Various Professional Specialties On An "As-Needed Basis", For Projects In Which
! The Basic Construction Cost Does Not Exceed $1 Million Or For Study Activities When The Fee
! For Such Professional Services Does Not Exceed $50,000
:···~c·o·n·ira·cto·r:···· ....... H ... H ... H ... n.-...... " ........ ___ •••• •••• -········-----------------•• ·------•••• •••• •••• ··--.... ------~---~·-·-···-·-·-···-···-···-···--· .. ••• ................................... m ........................................... -.------------.. ···-•• • ---•••• ••• --------...
i Architeknics, Inc.; Avina & Associates, Inc.; BCC Engineering, Inc.' BEA Architects, Inc.; Bender
i & Associates Architects, P.A.; Biscayne Engineering Company; Borrelli & Partners Architecture
Planning Landscape Interiors; Brindley Pieters & Associates, Inc.; Bruce Howard & Associates
of FL, Inc.; Calvin, Giordano & Associates, Inc.; Cashin Associates, P.C.; CDM; Consulting
Engineering Science, lnc.(CES); Douglas Wood & Associates, Inc.; E Sciences, Inc.; Eastern
Engineering Group Company; EDSA; Forbes Architects; AECOM I Glatting Jackson Kercher
Anglin, Inc.; Hadonne Corp; Kobi Karp Architecture and Interior Design, Inc.; Livs Associates;
Lockwood, Andrews & Newman, Inc.; M.C. Harris & Associates; Millian, Swain, & Associates,
1 Inc. (MSA); Miller Legg; O'Leary Richards Design Associates, Inc.; PBS&J/Atkins, Red Design
! Group; Robayna and Associates, Inc.; Rosenberg Design Group d/b/a Rosenberg; Savino Miller
1 Design Studio; SBLM Architects; Schwebke-Shiskin & Associates, Inc.; Shulman +Associates,
line.; Terra Civil Engineering, LLC; The Russell Partnership, Inc.; TLC Engineering For
[ ... ~!.9.h.i!~.9!.~.t.J~~-:~ ... YYiJIJCIQJ_~Cir)~ Ar~b_i!~.9!., ... l.0.9.:.: __ ~Y.~~9.Y. .. i~.b!.".l~g: .. ___ -· ................... ~ _ ................ _ ................... -........................... -................. .
! Brief Scope:
i The purpose of this contract is to provide access to architecture and engineering (A & E) firms in
I accordance with the requirements of the State of Florida, Consultant's Competitive Negotiation
: Act (CCNA), including professional qualifications in the following specialized areas: Architecture
i -General, Landscape, Planning/Urban Design and Historic Building Specialization Engineering -
I Civil, Electrical, Environmental/Coastal, Mechanical, Structural, Transportation Planning/Traffic
i Engineering, and Land Surveying Services. Firms are utilized on a rotational method by area of
i specialization. The Procurement Management Department now manages the distribution of
i work on the rotational list and, in doing so, will attempt to maintain an equitable distribution of
1 ..... '!!..9.r~ .... ~Q:19._~g. c:~yv-_e~~ciE?cl_firrl'l.~.:. ___ ............................................................................................. _ ....... _____ -· ...... ____ ._ .. _ ............................. -.............. -.................................... --······ -· ___ ..
i Best Interest Justification:
! The continuing contract for A & E will allow City departments to access to required services from
! firms that have been vetted by the City's qualification process through an extensive review and
I negotiation process which has been completed in accordance with the requirements of Florida
! law. The firms listed above have received positive performance surveys. It is recommended that
I the contract with these firms be renewed for one (1) year through September 29, 2014.
I
! Sixto Architects, Inc. has not responded to the City's request for contract renewal. Additionally, !
I the Florida Department of State, Division of Corporations, notes that this company is no longer '
! active. Accordingly, Sixto Architects, Inc. is not recommended for contract renewal.
I
, .. ·-···-•··-•-·-·-·-···-···-···-· ,,,,,,,,,.h,,o~•"•"'•"'""'•"••••< .,,,, ''''' ,,.,.,.,. ,,,,., • .,,.,.,.,,,.,,,~.,,,,,,,,,,.,_,,,,,,, ,,.,,, , ·-• ....•. ······-···----•-·-·-·-···-···-···-···-· ..•. ,,.,,, • .,~, ""'""'''n"'"' "''' ''"' ''""'"' ''"''"•••••••ononnmnmnmn• ,,. , ,---• •••• ·· . -·-···--····-···-···-···-· ··-•·-~•-•~•.,~•<•~•m•• ••••• ''''"'~"'"'''"'"'~"'~"'_"'_'_'~'-'~ -,.,
i Contract Number: i Renewal Period: i . i ! ~ .... !I.~::9~ .. ::1 .. Q!..1_1 ___ ............ ·········---··----··-.. -.............. -........ _ .. ,_ ................................................... J ... ~/1 .. ~/~9J~-J~E2~9.~ ... ~!...1 ... ~/?.Q1~---··· .... ············------·· .. ···············-···!
i Title: 1 [_QI()~~g_Q~Q~iQ.~JT~.9......................................................................... ..... . ........... ----------·-.. -............ _ ....... -.. -.. -.................... __ ................. --····· -· ..... ----· -~·~·· .. ·········-···-................................ -··· .. -·-····· -! I Contractor: i . !
1 .... ~~9!.~ .... B~P.i~!~~···· ..... ~ .. ······-··-·······................................................................. ... . -----··········-···· ............. _ .............. -....................................... ____ ................ _ .. -..... .: I Brief Scope: ! I This contract provides for real-time closed captioning service of all City of Miami Beach J
\._ .. g_~~.~i-~_~i()_Q .. J!IE?E?~i~g~_CIQ9. ... 9..!.~.~.r ... !.~.!.~Y...i.~~g_.l!l.~€lti ~9-~.: .. __ -······ ._.............................................................. .. ........ ..... . .......... ____ -· ........... -............................................... '
79
Best Interest Justification:
City of Miami Beach-Commission Memorandum 13
Contract Renewals for Routine Operational Requirements
The CPI-U has increased 5.11% since contract inception. Based on the aforementioned and
review of contractor performance by the City Clerk's office, it is recommended the renewal of
l.~b.~.~QIJ!r.<:ig~fQ~<:>t:I~_{J}y~c:t~thr<:>~::~9h§~pt_~rn.~er.1?. 2014._ ............... --···
:coriiract Number:········ ----···· --········-···----------------r-R:en-,,!w-an:~e-,{o<:c-----------------------------·-··
I RFP-40-07/08 i 1 0/01/2013 through 9/30/2015 ,
: •• , .. ~OoO~OoO~OoOH0"00 ''"' "~' oo~ooooOo ""''0~0'0MO•OM""''"'' ''"' ''""'"' '''"'""'""'""'"""''''"""'''"'"''""'""'"'' """'""'''' ''""'"''""'''"'''"'''"'''"'''"'''"'''"'''" '''"'''" ''''' ''''''''''"':..'''"'''"'''"'''"'''"''""'''''' '""'''-'''"''""' '""''""'''"''"''' ''''' '''-'''"' oo, '''', ''''' ''-''""'''"''""'"-, ,,_,,,_,,,,,,,,,, ... , '"'" '"''''""''""''""'''"'''"''''' ""'' '"'''"'''"'''"'""' oOoO ""'""""Mol
: Title:
! Y§IJ~~-P§IT~ir"Jg§~ryig§!_~ .......... _______ -·· ___________________ ________ __ __ __________ _ ____________ ... !
· Contractor: :
First __ g_l .. ~.~~ ... .l:.?.r~.l.Q.9 ... §.Y..~t~.~--~·-···················-···································································-·························-·······-·············-·····-·········-···-·····-········-···-·········-····························-·························· B~S~~: i
, The purpose of this contract is to retain high quality valet parking service for the patrons of the I
I Jackie Gleason Theater of the Performing Arts, 1700 Washington Avenue, Miami Beach, I
I Florida, at the Miami Beach Convention Center, 1901 Convention Center Drive, Miami Beach, I
! Florida ("Convention Center"), and at other sites within the City of Miami Beach. The City of j
l .. !\A.J.?.!!!.! ... ~~-~9-~ ... r.g_!~Y..~.J.: ........................... _ .............................................................................................................................. -.. -···-···-···-···-···-·············-···-···-·········-···-···-···-··············-···-···-···-···-···-···-···-·····-············-·····-·························I
1 Best Interest Justification: I
l The Parking Department has reported satisfactorlly performance by the contractor and has i
! recommended renewal, stating that City's patrons at the stated locations will require a I
l .. ~<:>r"Jtinl:J§IJ[on of the valet s~r:xiqes .... _____ ....... __ __ ................ ___ _ ___ ... ----···· :
CONCLUSION
The Administration recommends that the Mayor and City Commission approve the extension of
contracts for routine operational requirements, awarded through competitive solicitations, with
the following vendors as applicable: First Class Parking, Apex Pest Control Services; Aegis
Rapid Text; Architeknics, Inc.; Avina & Associates, Inc.; BCC Engineering, Inc. BEA Architects,
Inc.; Bender & Associates Architects, P.A.; Biscayne Engineering Company; Borrelli & Partners
Architecture Planning Landscape Interiors; Brindley Pieters & Associates, Inc.; Bruce Howard &
Associates of FL, Inc.; Calvin, Giordano & Associates, Inc.; Cashin Associates, P.C.; COM;
Consulting Engineering Science, lnc.(CES); Douglas Wood & Associates, Inc.; E Sciences, Inc.,
Eastern Engineering Group Company, EDSA, Forbes Architects AECOM I Glatting Jackson
Kercher Anglin, Inc., Hadonne Corp, Kobi Karp Architecture and Interior Design, Inc. ,Livs
Associates, Lockwood, Andrews & Newman, Inc. ,M.C. Harris & Associates, Millian, Swain, &
Associates, Inc. (MSA), Miller Legg, O'Leary Richards Design Associates, Inc. PBS&J/Atkins,
Red Design Group, Robayna and Associates, Inc., Rosenberg Design Group d/b/a Rosenberg,
Savino Miller Design Studio, SBLM Architects, Schwebke-Shiskin & Associates, Inc., Shulman
+Associates, Inc., Terra Civil Engineering, LLC, The Russell Partnership, Inc. TLC Engineering
For Architects, Inc. William Lane Architect, Inc., Zyscovich, Inc.
4?
JLM I KGB/ AD
T:\AGENDA\2013\September 11 \Procurement\September Contract Renewal Memo.docx
80
COMMISSION ITEM SUMfv\ARY
Condensed Title:
Request For Approval To Award A Contract To Apex Pest Control lnc., Pursuant To Invitation To Bid
(ITB) No.26-10-11 To Provide Pest Control and Fertilization Services In The Estimated Annual Amount of
$5~,987.20.
Ke_y Intended Outcome Supported:
Maintain Miami Beach public area and rights of way Citywide.
Supporting Data (Surveys, Environmental Scan, etc82.7% of Miami Beach residents responding
to the 2009 satisfaction survey indicated that the landscape maintenance in right of way and public
area was excellent or good.
Issue:
Shall the Mayor and City Commission approve the award of contract?
Item Summary/Recommendation:
The ITB was issued on June 1, 2011, with an opening date June 30, 2011. A pre-bid conference to
provide information to contractors submitting bids was held on June 1 0, 2011. BidSync issued bid notices
to 13 prospective bidders, and Bidnet issued bid notices to 53 prospective bidders, additionally, the
Procurement Division sent the notices to four (4) prospective bidders. The notices resulted in the receipt of
three (3) bids from the following firms:
(1) Apex Pest Control, Inc.,
(2) Florida Turf and Landscape; and
(3) Tower Pest Control Inc.,
The purpose of this bid is to establish a contract with a qualified vendor for Pest Control and Fertilization
Services In order to achieve the overall quality objective, which is to maintain the landscaping in the City of
Miami Beach in a healthy, growing, safe, clean and attractive condition throughout the year.
Based on the analysis of the bids received, the Administration recommends that the City award a contract
to· Apex Pest Control Inc., pursuant to ITB 26-1 0/11, To Provide Pest Control and Fertilization Services City
wide.
APPROVE THE AWARD OF CONTRACT.
Advisory Board Recommendation:
1 nfa
Financial Information· .
Source of Amount Account
Funds: 1 $59,987.20 Parks and Recreation Professional Services Account
011-0940-00312
D 2
3
OBPI Total
Financial Impact Summary: ...
Ci Clerk's Office Le islative Trackin :
Gus Lopez Procurement Division Director@ 6641
Si n-Offs:
Department Director nt City Manager
GL~_KS POW
MIAMI BEACH
35
81
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Accepting The Recommendation of The City Manager Pertaining To The Ranking of Architectural And
Engineering Firms, Pursuant to Request for Qualifications (RFQ) No. 01-09/10, For Professional Architectural And
Engineering Services in Specialized Categories, On An "As-Needed Basis"; Authorizing The Administration To
Enter Into Negotiations With The Top-Ranked Firm of Each Specialty; And Further Authorizing The Mayor and City
Clerk To Execute Ae~reements Upon Conclusion of Successful Negotiations By The Administration.
Key Intended Outcome Supported:
Ensure well-maintained infrastructure, Ensure well-designed, quality capital projects.
Supporting Data (Surveys, Environmental Scan, etc.): The 2007 Miami Beach Community Satisfactory
Survey indicates that 84% of residents and 86% of businesses rated the services as good or excellent for recently
completed capital improvement projects.
Issue;
I Shall the Mayor and the City Commission approve the City Manager's Recommendation?
Item Summa_ry/Recommendation:
On October 14, 2009, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ)
No. 01-09/10, for Architectural and Engineering Services in various professional specialties to provide professional
services on an "as-needed basis" for projects in which basic construction costs do not exceed $2 Million or for
study activities when the fee for such professional service does not exceed $200,000.
The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate.
Each proposed contract shall be for a two (2) year term, with two (2) one-year renewal optio:1s at the City's option.
RFQ#01-09/10 was issued on October 14, 2001\ with an opening date of December 1, 2009. A pre-proposal
conference to provide information to the proposers submitting a response was held on October 28, 2009.
BidNet issued bid notices to 143 prospective proposers, BidSync (formerly known as RFP Depot) issued bid
notices to 91 prospective proposers, and 132 proposers were notified via mail, e-mail, and fax circulation, which
resulted in the receipt of seventy (70) proposals.
During the review process performed by the Procurement Office, the proposal submitted by Cadmus Engineering
Group, was deemed non-responsive since it failed to meet the minimum requirements. Therefore, only sixty nine
(69) proposals were presented to the Evaluation Committee members for further review.
The City Manager via Letter to Commission (LTC) No. 356-2009, appointed an Evaluation Committee ("the
Committee"). The Committee convened on February 11, 2010, February 24, 2010, March 16, 2010, April28, 2010,
and May 20, 2010. A quorum was attained in every meeting.
The Committee was provided with general information on the scope of services, Performance Evaluation Surveys
and other pertinent information from all responsive proposers. The Committee discussed their individual
perceptions of the proposer's qualifications, experience, and competence, and further ranked the proposers on the
applicable discipline accordingly. For each discipline, the recommendation was unanimously approved by all
Committee members.
ACCEPT THE CITY MANAGER'S RECOMENDATION.
Advisory Board Recommendation:
Financial Information· .
Source of Amount Account I Approved
Funds: 1 Funds are available from the professional services budget
accounts allocated to some City Departments, subject to the
review of the Office of Budget and Performance
Improvement (OBPI).
OBPI Total I
Financial Impact Summary:
Assistant City Manager
(9 MIAMI BEACH 181
82 -----------------------------------------------
COMMISSJON ITEM SUMMARY
Condensed Title:
Request For Approval To Award Contracts To Aegis Rapidtext, lnc., As Primary Vendor, And National
Captioning Institute Inc., As Secondary Vendor Pursuant To Invitation To Bid (ITB) No.08-10/11 For Real-
Time Closed Captioning Services Of All City Of Miami Beach Commission Meetings, And Other Televised
Mee1ings, As Required, To Include Real-Time Spanish Closed Captioning And Translation Services,"ln the
Estimated Annual Amount of $75,000.
Ke Intended Outcome Su orted:
Increase Community Satisfaction With City Services.
Supporting Data (Surveys, Environmental Scan, etc.):
In 2009, 17.7% of all respondents indicated they most often get their information for Cable Channel MB77.
Issue:
Shall the Mayor and City Commission approve the award a contract?
Item Summa /Recommendation:
he Purpose of Invitation to Bid No. 08-10/11 (the "Bid") is to establish a contract by means of competitive
ealed bids, for real-time closed captioning service of all City of Miami Beach Commission meetings and
ther televised meetings, as required, from a source that provides prompt and efficient service with
ccuracy generally better than 90%.
he real:..time closed captioning services provide English and Spanish of all City Commission meetings, and
ther televised meetings, as required. The City will receive one (1.) file in time sequence order. A Microsoft
ord compatible or other ASCII, unedited, uncertified, via e-mail before 9:30 a.m. Eastern Time the
orning following a meeting. ·
he awarded contract shaiJ.remain in effect for two (2) years from date of contract execution by the Mayor
nd City Clerk, and may be renewed for three (3) additional years, on a year-to-year basis, providing the
uccessful bidder will agree to maintain ihe same terms and conditions of the current contract.
ased on the analysis of the bids received, It is· recommended that the City award contracts to Aegis
apidtext, Inc., as primary vendor and National Captioning Institute, Inc., as secondary vendor.
APPROVE THE AWARD OF CONTRACT.
Advisory Board Recommendation:
·Financial Information:
Amount Act;ount Source of
F.unds: 1 $55,000 annually City Clerk Office Professional Services Account No. 011-
021 0-000312
$20,000 annually ADA Compllance Grant-199-6953-000312
OBPI Total $75,0~.0 annually
Financial Impact Summary:
Clerk's Office Le islative Trackin
Gus Lopez Procurement Division Director@ 6641
Si n-Offs:
·ofiipartme.nftilteetor Assistant City ·Manager
RP OM PDW
T:IAGENDA\2011\04-13-11\ITB-08-10-11 Closed Capmoning Summary
MlAM1BEACH 41
83
COMMISSION ITEM SUMMARY
Condensed Title:
'A Resolution approving a Professional Services Agreement (PSA) with First Class Parking, LLC; pursuant to
Request for Proposals (RFP) No. 40-07/08, for the Management and Operation of Valet Parking Services at
the Miami Beach Convention Center; the Fillmore Miami Beach at the Jackie Gleason Theater, and other City
Property as may be required; and authorizing the Mayor and City Clerk to execute a professional services
agreement.
Key Intended Outcome Su_rutorted:
Maintain or improve traffic flow and improve parking availability.
~upporting Data (Surveys, Environmental Scan, etc.): There had been an overall increase of 9.57% in
otal vehicle entries in City garages between 2004 and 2007, thus maintaining the need for ancillary parking
~ervices such as valet parking.
Issue: I Shall the Commission Adopt the Resolution?
Item Summary/Recommendation:
The City Commission directed the Administration to negotiate a Professional Service Agreement with First
Class Parking, LLC, pursuant to RFP 4~7/08; and subsequently submit to the Mayor and City
Commission for their approval and authorization for the Mayor and City Clerk to execute the Agreement.
The following are the key points negotiated into the PSA which have been agreed to by First Class Parking,
LLC. The City has relocated the one hundred (100) parking spaces required for storage from Municipal
Parking Lot No. 29, located on 1 irn Street and Convention Center Drive to the seventh (rooftop) level of the
City Hall Garage. This translates into enhanced customer convenience by providing one hundred (100}
additional parking spaces at street level as well as removal of the unsightly viff-N of stacked vehicles in an
open parking lot, where tens of thousands of visitors walk from the Convention Center to Lincoln Road,
annually; the City has included language that upon written notification to the Concessionaire, from either the
City, Global (for MBCC); or Live Nation (for the Fillmore}, that the Concessionaire shall not provide services
for a specified event. Additionally, the Concessionaire may provide service at events; however, if the
Concessionaire does not park more than ten (1 0) vehicles, the Concessionaire shall not be required to
provide service for the remainder of the event; the City has negotiated free valet parking services for four
events annually, one of which is the Cleveland Clinic's Annual Charitable Event at the MBCC. This has
equates to an added value of $6,000, annually; the Concessionaire has agreed to submit a performance
bond in the amount of $13,500.00 which equates to one (1) monthly payment of the annual contract value;
the fee schedule for valet parking services is set by the Mayor and Commission and is described in the
provision below; and the Concessionaire has agreed to provide the City with a monetary donation for a
public benefitfor the City's residents. The attached PSA reflects a consensus document and provides the
highest and best return to the City. First Class Parking, LLC has agreed to all of the terms and conditions
set forth in the attached agreement. -Adopt the Resolution.
Advisory Board Recommendation:
I N/A
Financial Information:
Source of Amount Account Approved
Funds: This is a revenue generating contract.
1 No account number is required
D 2
3
4
OBPI Total
Financial Impact Summary:
City Clerk's Office Legislative Tracking:
Gus Lopez, Procurement
Sl n-Offs:
Department Director Assistant City Manager
SF JGG
T: \AGENDA\201 O\September15\Consent\FirstCiassParkingValetsum.doc
MIAMI BEACH 193
84
JMG
City Manager
1-t~-(0