R5J-Increase Threshold For Bids And Managers Authority To Award ContractsCOMMISSION ITEM SUMMARY
Condensed Title:
Item Summary/Recommendation :
EI.I ONOIruRruCE OT THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,
AMENDING GHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH, ENTITLED
..ADMINISTFIATION,'' BY AMENDING ARTICLE V! ENTITLED "PROCUREMENT," BY AMENDING
DtvtstoN 3, ENTITLED ,,CONTRACT PROCEDURES," BY AMENDING SECTION 2-366, ENTITLED
,,GENERALLY,', AND SECTTON 2-367, ENTITLED "REJEGTION OF BIDS; NEGOTIATION; WAIVER OF
COMPETITIVE BIDDING'' AND SECTION 2.369, ENTITLED "AWARD OF CONTRACT," AND SECTION
2-370, ENTITLED "AWARD OF CONTRACT TO OTHER THAN LOW BIDDER,'' BY INCREASING THE
THRESHOLD FOR FORMAL BIDS AND THE CITY MANAGER'S AUTHORITY TO AWARD A
CONTRACT FROM $25,OOO TO $5O,OOO, AS WELL AS PARTICIPATE IN COOPERATIVE PURCHASES;
BY FURTHERAMENDING SECTION 2-3Tl,ENTITLED "AUTHORITYTO RESOLVE PROTESTED BIDS
AND AWARDS," BY AMENDING THE PROCEDURE FOR PROTESTED BIDS AND PROPOSED
AWARDS; BY FURTHERAMENDING DIVISION 4, ENTITLED "PURCHASES," BYAMENDING DIVISION
4, ENTITLED ,,PURCHASES," BY AMENDING SECTION 2-395, ENTITLED "OPEN MARKET
PROCEDURES,'' BY INCREASING THE THRESHOLD FOR OPEN MARKET PURCHASES FROM
$25,OOO TO $5O,OOO AND AMENDING TERMINOLOGY THEREIN, AND FURTHER PROVIDING FOR
REPEALER. SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE
Streamline the delivery of service through all departments. Strengthen internal controls to assure more
Data Environmenta! Scan, etc: N/A
ffitiaiionretainedtheservicesoftheNationallnstituteofGovernmental
Procurement ("N|GP') to review the Code of the City of Miami Beach, with reference to the City's
procurement requirements.
On July 17,2013, the City Commission approved a referral to the Finance City-Wide Projects Committee
(Committee) for a discussion on the review and recommendations for improving the City's Procurement
Code conducted by NIGP. At its February 21,2014, meeting, the Committee considered recommendations
to the City's Procuiement Code presented by the Administration, which included the results of the review of
the Procurement Code completed by the NIGP, as well as other recommendations by the Administration.
The Committee recommended that the Mayor and City Commission authorize the Administration to prepare
revisions to the City's Procurement Code, pursuant to the Recommendations considered by the Committee.
On April 23,2014, the Mayor and City Commission approved the recommendations of the Committee and
directed the Administration to prepare the ordinance revisions, as necessary to implement the
recommendations of the Finance Ci$-Wide Projects Committee. The purpose of this item is to seek
approval (first reading) of the referenced ordinance revisions to the City's Procurement Code.
RECOMMENDATION
the ordinance.
Advisorv Board Recommendation :
Financial lnformation:
Source of
Funds:
Amount Account
1 N/A N/A
2
OBPI Total
Financial lmpact Summary:
(1st READING).doc
rrer,lr 85C& MIAMIBTACH AGENBA
oaw ?-/0{U565
4 MIAMIBEACH
City of Miqmi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO:
..CONTRACT PROCEDURES," BY AMENDING SECTION 2.366, ENTITLED
..GENERALLY," AND SECTION 2.367, ENTITLED "REJECTION OF B!DS;
NEGOTIATION; WAIVER OF COMPETITIVE BIDDING" AND SECTION 2'369,
ENTITLED "AWARD OF CONTRACT," AND SECTION 2-370, ENTITLED
..AWARD OF CONTRACT TO OTHER THAN LOW BIDDER," BY INCREASING
THE THRESHOLD FOR FORMAL BIDS AND THE CITY MANAGER'S
AUTHORIry TO AWARD A CONTRAGT FROM $25,OOO TO $5O,OOO, AS WELL
AS PARTIGIPATE IN COOPERATIVE PURCHASES; BY FURTHER AMENDING
SECTION 2-371, ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND
AWARDS,'' BY AMENDING THE PROCEDURE FOR PROTESTED BIDS AND
PROPOSED AWARDS; BY FURTHER AMENDING DIVISION 4, ENTITLED
,,puRcHASES," BY AMENDING DIVISION 4, ENTITLED "PURCHASES," BY
AMENDING SECTION 2.395, ENTITLED "OPEN MARKET PROCEDURES," BY
INCREASING THE THRESHOLD FOR OPEN MARKET PURCHASES FROM
$25,OOO TO $5O,OOO AND AMENDING TERMINOLOGY THEREIN, AND FURTHER
PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN
EFFECTTVE DATE (FIRST READING).
BACKGROUNDE June, 2013, the Administration retained the services of the National lnstitute of
Governmental Procurement ("NIGP') to review the Code of the City of Miami Beach, with
reference to the City's procurement requirements.
On July i7,2013, the City Commission approved a referral to the Finance City-Wide Projects
Committee (Committee) ior a discussion on the review and recommendations for improving
the City's Procurement Code conducted by NIGP. At its February 21,2014, meeting, the
Commiitee considered recommendations to the City's Procurement Code presented by the
Administration, which included the results of the review of the Procurement Code completed
by the NIGP, as well as other recommendations by the Administration. The Committee
recommended that the Mayor and City Commission authorize the Administration to prepare
revisions to the City's Proiurement Code, pursuant to the Recommendations considered by
the Committee.
566
Commission Memorandum - Procurement Code Ordinance Revisions
September 10,2014
Page2
CONCLUSION
On nprit 2J, 2014, the Mayor and City Commission approved the recommendations of the
Committee and directed the Administration to prepare the ordinance revisions, as necessary to
implement the recommendations of the Finance City-Wide Projects Committee. The purpose
of inis item is to seek approval (first reading) of the referenced ordinance revisions to the City's
Procurement Code.
RECOMMENDATION
Approve the ordinance.
JLM / MT /AD
T:\AGENDA\20'14\September\Procurement\Procurement Code Changes MEMO (1st READING).doc
567
ORD!NANCE NO.
AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE CODE OF
THE CITY OF MIAMI BEACH, ENTITLED "ADMINISTRATION," BY
AMENDING ARTICLE VI, ENTITLED "PROCUREMENT,'' BY AMENDING
DIVISION 3, ENTITLED "CONTRACT PROCEDURES," BY AMENDING
SECTION 2.366, ENTITLED "GENERALLY,'' SECTION 2.367, ENTITLED
"REJECTION OF BIDS; NEGOTIATION; WAIVER OF COMPETITIVE
BIDDING," SECTION 2.369, ENTITLED "AWARD OF CONTRACT," AND
SECTION 2-370, ENTITLED "AWARD OF CONTRACT TO OTHER THAN
LOW BIDDER," BY INCREASING THE THRESHOLD FOR FORMAL BIDS
AND THE CITY MANAGER'S AUTHORITY TO AWARD A CONTRACT
FROM $25,OOO TO $5O,OOO, AS WELL AS EXPANDING THE USE OF
COOPERATIVE PURCHASES; BY FURTHER AMENDING SECTION 2-
371, ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND
AWARDS," BY AMENDING THE PROCEDURE FOR PROTESTED BIDS
AND PROPOSED AWARDS; BY AMENDING DIVISION 4, ENTITLED..PURCHASES," BY AMENDING SECTION 2.395, ENTITLED "OPEN
MARKET PROCEDURES," BY INCREASING THE THRESHOLD FOR
OPEN MARKET PURCHASES FROM $25,OOO TO $5O,OOO AND
AMENDING TERMINOLOGY THEREIN; AND PROVIDING FOR
REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE
DATE.
WHEREAS, the Administration retained the services of the National lnstitute of
Governmental Procurement ("N|GP") to review the Code of the City of Miami Beach, with
reference to the City's procurement requirements; and
WHEREAS, on July 17, 2013, the City Commission approved a referral to the Finance
City-Wide Projects Committee (Committee) for a discussion on the review and
recommendations for improving the City's Procurement Code conducted by the NIGP; and
WHEREAS, on July 19,2013, the NIGP completed the Procurement Ordinance Review
and Recommendations - Final Report; and
WHEREAS, at its February 21,2014, meeting, the Committee considered
recommendations to the City's Procurement Code presented by the Administration, which
included the results of the review of the Procurement Code completed by the NIGP, as well as
other recommendations by the City's Procurement staff (the Recommendations); and
WHEREAS, at its February 21,2014, meeting, the Committee recommended that the
Mayor and City Commission authorize the Administration to prepare revisions to the City's
Procurement Code, pursuant to the Recommendations considered by the Committee; and
WHEREAS, the Recommendations include amending the thresholds formal bids,
maximizing the use of cooperative purchases, and improving procedures for the protest of bids
and award recommendations; and
WHEREAS, at its April 23, 2014, meeting, the Mayor and City Commission accepted the
recommendations of the Committee and directed the Administration to prepare corresponding
revisions to the Procurement provisions in the City Code.
568
NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, AS FOLLOWS:
SECTION 1. That Division 3 of Article Vl of Chapter 2 of the Code of the City Miami Beach is
hereby amended as follows:
CHAPTER 2
ADMIN!STRATION
ARTICLE VI. PROCUREMENT
DIVISION 3. CONTRACT PROCEDURES
Sec.2-366. Generally.
(a) Formal Bids required. All supplies and equipment, except as othenvise provided
inthisdivision,whentheestimatedcostthereofshallexceed@,
shall be purchased by formal, written contract and/or purchase order
@,afterduenoticeinvitingproposals;however,thecity
commission shall have authority to waive execution of formal contract in cases where it
deems it advisable to do so. All sales of personal property (except trade-in personal
property) which has become obsolete and unusable, when the estimated value shall
exceed@,shallbeaccomplishedbyformalwrittencontracttothe
highest bidder, after due notice inviting proposals has been published as required by
law.
Sec. 2-367. Rejection of bids; negotiation; waiver of competitive bidding.
(a) Except as further provided under subsections 2-367(b) and (c), generally, if a bid is
@orleSS,thecitymanagershallhavetheauthoritytorejectany
and all bids. Except as further provided under subsections 2-367(b) and (c), generally, ifthebidisinexcessof@,thecitycommissionshallhavethe
authority to reject any and all bids.
(d) The procurement director, with approval of the city manager, for contracts of
@orleSS,orthecitycommission,bysimplemajorityvote,forcontractsinexcessof@,shallhavethepowertonegotiatethose
contracts and purchases where only one source for the product or service is evident. A
sole-source purchase shall be defined as goods and/or services for which the availability
of multiple vendors who could compete as bidders is precluded. Before any sole-source
purchase can be made, the using agency shall submit justification in writing, together
with all supporting documentation, to the procurement director, stating that the proposed
supplier is the only source of supply of the desired goods and/or services, and that there
is no other supplier or authorized repair/service center (as applicable). The supporting
documentation shall include a written quotation with terms and conditions of sale. ln
addition, the using agency shall obtain the written determination from an industry expert
or consultant that the item or service is the only one available to fulfill the city's need. For
purposes of this article, trademarks alone, and commodity type products, lacking
differentiating characteristics from similar products, shall not be considered for sole-
source purchases.
569
Sec. 2-369. Award of contract.
All eentraets, when the sum is $10'000,00 er less; shall be awarded by the
All contracts, when the sum is in
@not exceeding @shall be awarded by the
city manager, or his designee, to the lowest and best bidder. When the amount of a
contractisinexcessof@,thecitycommissionshallawardthe
contract to the lowest and best bidder, or may delegate to the city manager the power to
award such contract to the lowest and best bidder; however, the purchase of
commodities, materials, supplies or other items on a continuing basis from Miami-Dade
County; from the School Board of Miami-Dade County; from the U.S. Communities
Government Purchasing Alliance erfrom state or federal general services administration
bid lists: or awards from cooperative alliances or public entities that have utilized a public
procurement process may be approved by the city manager without any action by the
city commission, even though the total cost of such commodities, materials, supplies or
otheritemsmayexceed@oVeraone-yearperiod;providedthat
prior to approval of such purchases, the city manager shall prepare, or cause to be
prepared, a written analysis, in such form and manner as shall be determined by the city
manager, which shall include a justification as to why it is in the city's best interest to
purchase the particular commodities, materials, supplies, or items on a continuing basis
from the entities set forth in this section 2-369. ln determining the lowest and best
bidder, in addition to price, there shall be considered the following:
(1) The ability, capacity and skill of the bidder to perform the contract.
(2) Whether the bidder can perform the contract within the time specified, without
delay or interference.
(3) The character, integrity, reputation, judgment, experience and efficiency of the
bidder.
(a) The quality of performance of previous contracts.
(5) The previous and existing compliance by the bidder with laws and ordinances
relating to the contract.
Sec. 2-370. Award of contract to other than low bidder.
(b)Awardofalltiebidswithavalueof@valueorlessshallbe
made by the @ citv manaqer or his desiqnee. All tie bids in excess
of shall be awarded bY the ei{Y
570
Sec. 2-371. Authority to resolve protested bids and proposed awards.
(a) Right to protest. Any actual bidder, qualified proposer, or interested parties
(hereinafter collectively referred to as the "bidder") who has a substantial interest in, and
is aggrieved in connection with the solicitation or proposed award of, a request for
proposals(,'RFP.'),requestforqualifications(''RFQ''),
(RFtl) e+-invitation for bid for goods and/or services ("lTB"), er invitatien te negetiate
(jl+N), ("hereinafter, collectively referred to as the bid") may protest to the city manager
or his or her designee. Protests arising from the decisions and votes of any evaluation or
selection committee shall be limited to protests based upon alleged deviation(s) from
established purchasing procedures set forth in this Code, any written guidelines of the
procurement department, and the specifications, requirements and/or terms set forth in
any bid.
(1) Any protest concerning the bid specifications, requirements, and/or terms must
be made within three business days (for the purposes of this section, "business
day" means a day other than Saturday, Sunday or a national holiday), from the
time the facts become known and, in any case, at least $n*e seven business days
prior to the opening of the bid. Such protest must be made in writing to the city
manager or his or her designee, and such protest shall state the particular
grounds on which it is based and shall include all pertinent documents and
evidence. No bid protest shall be accepted unless it complies with the
requirements of this section. Failure to timely protest bid specifications,
requirements and/or terms is a waiver of the ability to protest the specifications,
req uirements and/or terms.
(2) Any protest after the bid opening, including challenges to actions of any
evaluation or selection committee as provided in subsection (a) above shall be
submitted in writing to the city manager, or his or her designee. The city will allow
such bid protest to be submitted anytime until two business days following the
release of the notice of the city manager's written recommendation to the citycommission pnCa
pa€ke+ for award of the bid in question. Such protest shall state the particular
grounds on which it is based and shall include all pertinent grounds on which it is
based, and shall include all pertinent documents and evidence. No bid protest
shall be accepted unless it complies with the requirements of this section. All
actual bidders shall be notified in writing (which may be transmitted by electronic
communication, such as facsimile transmission and/or e-mail), following the
release of the city manager's written recommendation to the city commission.
{b) Any bidder whe is aggrieved in eenneetien with the selieitatien er prepesed award ef
fermal bid preeess may preteslte the eity manager er his er her designee anytime during
the preeurement preeess; up te the-time elthe award ef the purehase erder ef eentraet
requiremen+s-ef+nisse+ien
4
571
SECTION 2. That Division 4 of Article Vl of Chapter 2 ot the Code of the City Miami Beach is
hereby amended as follows:
CHAPTER 2
ADMINISTRATION
ARTICLE VI. PROCUREMENT
DIVISION 4. PURCHASES
Sec. 2-395. Open market procedures.
All purchasing of supplies and contractual services of a total estimated value not
exceeding@maybemadeintheopenmarketwithoutneWSpaper
advertisement and without observing the procedure prescribed by this article for formal
purchasing or sales procedures.
(1) Minimum number of bids quotes. All open market procedures or sales shall,
whenever possible, be based on at least three competitive bids and shall be
awarded to the lowest responsible bidder in accordance with the standards set
forth in this article or to the highest responsible bidder in case of a sale.
(2) tnvitation ef to bids quote. The procurement director may solicit either oral or
written bids quotes for open market pricing or sale but shall use all reasonably
available and current bidders and supply lists.
(3) Public record. The procurement director shall keep a record of all open market
bids submitted in competition thereon, and such records shall be open to public
inspection.
SECTION 3. REPEALER.
All ordinances or parts of ordinances in conflict herewith be and the same are hereby
repealed.
SECTION 4. SEVERABILITY.
lf any section, subsection, clause or provision of this Ordinance is held invalid, the
remainder shall not be affected by such invalidity.
SECTION 5. CODIFICATION.
It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is
hereby ordained that the provisions of this Ordinance shall become and be made part of the
Code of the City of Miami Beach, Florida. The sections of this Ordinance may be renumbered
or relettered to accomplish such intention, and the word "ordinance" may be changed to
"section," "article," or other appropriate word.
572
SECTION 6. EFFECTIVE DATE.
This Ordinance shall take effect on the day of ,2014.
PASSED AND ADOPTED this
-
day of-,2014.
ATTEST:
PHILIP LEVINE, MAYOR
RAFAEL E. GRANADO, CITY CLERK
Underline denotes additions
Stri*e+n+eugh den otes de letions
(Sponsored by Commissioner Deede Weithorn)
APPROVED AS TO
FORM & LANGUAGE
^!-
6
573
THIS PAGE INTENTIONALLY LEFT BLANK
574