HomeMy WebLinkAbout2005-25825 Reso
RESOLUTION NO. 2005-25825
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5/7THS VOTE,
FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH
WAIVER TO BE IN THE BEST INTEREST OF THE CITY, AND
AUTHORIZING THE CITY MANAGER, THROUGH HIS DESIGNEE,
WHO SHALL BE THE CITY'S PROPERTY MANAGEMENT DIRECTOR,
A LICENSED 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 STRUCTURAL FLOOR
REPLACEMENT OF FIRE STATION #1 AND FIRE STATION #3
PROJECT; PROVIDING THAT ALL DOCUMENTS BE REVIEWED BY
THE APPROPRIATE MEMBERS OF THE ADMINISTRATION AND CITY
ATTORNEY'S OFFICE, AND SHALL CONTAIN THOSE MINIMUM
TERMS AND CONDITIONS AS SET FORTH IN THIS RESOLUTION;
AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE ANY AND ALL AGREEMENTS RELATIVE TO THE
AFORESTATED PROJECT.
WHEREAS, the concrete floors in Fire Station #1 and Fire Station #3 have
cracked and deteriorated from the heavy equipment that is parked inside the facilities,
the need for a structural evaluation was required; and
WHEREAS, BEA International, Inc. was hired from the City's rotational
architectural/engineering agreement to provide for a structural evaluation of the floor of
the two Fire Stations; and
WHEREAS, the structural evaluation revealed the existing floors of the Fire
Stations had inadequate drainage systems that had lead to voids under the concrete
slabs and that the concrete slabs were not designed to support the weight of the large
fire trucks that are currently used by the Fire Depc;lrtment; and
WHEREAS, BEA International, Inc. was directed to prepare all required
calculations and construction documents to provide for a proper drainage system and
the structural concrete slabs required to support modern fire trucks and equipment for
the two Fire Stations; and
WHEREAS, the architectural/engineered plans will be completed in March and
will be reviewed and approved by 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 above, may require the need for the acquisition
of goods and services which may exceed the $25,000 threshold correctly within the City
Manager's discretion; and
WHEREAS, as a result of the time needed to complete the formal bid processes
(Le. 90-120 days), each time that the Property Management Director has a need to
augment its existing 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, 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 completion of the structural floor replacements of Fire
Station #1 and Fire Station #3 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 5/7ths 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, additionally, the Administration would recommend that the Mayor
and City Commission waive formal competitive bidding subject to the terms and
conditions set forth below.
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 herein waive, by 5/7ths vote, the formal
competitive bidding requirements, finding such waiver to be in the best
interest of the City, relative to the City's (with its Property Management
Director serving as the General Contractor) in the completion of the work on
the following public project: The structural floor replacements of Fire Station
#1 and Fire Station #3 Project.
2. The City Manager, through his designee, who shall be the City's Property
Management Director, is authorized 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. All 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 23rd day of
,2001.
Attest:
~r fAAck
CITY CLERK
MAYOR
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~,,~Jk Z1~O)-
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
lQ
-
Condensed Title:
A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, waiving by 5/7ths vote,
the formal 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 all necessary goods and services relative to the structural floor replacements in
Fire Station #1 and Fire Station #3.
Issue:
Shall the City authorize the Property Management Director, to select, negotiate, and award all contracts,
(construction and professional) relative to the structural floor replacements of Fire Station #1 and Fire
Station #3?
Item Summary/Recommendation:
The concrete floors in Fire Station #1 and Fire Station #3 have cracked and deteriorated from the heavy
equipment that is parked inside the facilities. BEA International, Inc. was hired from the City's rotational
architectural/engineering agreement to provide for a structural evaluation of the floors. The structural
evaluation revealed the existing floors of the Fire Stations had inadequate drainage systems that had led to
voids under the concrete slabs and that the concrete slabs were not designed to support the weight of the
large fire trucks that are currently used by the Fire Department. BEA International, Inc. was directed to
prepare all required calculations and construction documents to provide for a proper drainage system and
the structural concrete slabs required to support modern fire trucks and equipment for the two Fire
Stations. The construction documents are scheduled to be complete in March. The estimated project cost
for both Fire Stations is $120,000.
In order to expedite the completion of the structural floor replacements in Fire Station #1 and Fire Station
#3, the Administration recommends that the Mayor and City Commission adopt the Resolution allowing the
Property Management Director to serve as the General Contractor of record and further authorize the
Property Management Director 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 completion of the structural floor replacements in Fire Station #1 and Fire Station #3 Project.
This project execution approach has been used successfully before in projects such as the Byron Carlyle
Theater Renovations and the Lincoln Road Lighting and Fountains Enhancements.
The Administration recommends aooroval.
Advisory Board Recommendation:
In/a
Financial Information:
Source of
Funds:
D
Finance Dept.
120,000
AGENDA ITEM
DATE
C7(}
rJ..;. 3-rh
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.ci.miami-beach.f1.us
To:
From:
Subject:
COMMISSION MEMORANDUM NO.
Mayor David Dermer and
Members of the City Commission
Date: February 23, 2005
Jorge M. Gonzalez ~
City Manager 0 U
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, WAIVING BY 5/7THS VOTE, THE FORMAL
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 ALL
NECESSARY GOODS AND SERVICES (CONSTRUCTION AND
PROFESSIONAL) RELATIVE TO THE STRUCTURAL FLOOR
REPLACEMENTS OF FIRE STATION #1 AND FIRE STATION #3 PROJECT,
PROVIDING THAT ALL 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 ALL AGREEMENTS RELATIVE
TO THE AFORESTATED PROJECTS.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS
The work specified consists of all labor, machinery, tools, means of transportation, supplies,
equipment, materials, and services necessary for the construction work on the structural floor
replacement of Fire Station #1 and Fire Station #3. The work under this Project includes, but is
not limited to: 1) demolition of the existing floors; 2) grading; 3) installation of drainage systems;
(4) reinforcing steel; 5) installation of new concrete structural floors; and 5) all other work
indicated on the contract documents. The estimated project cost for both Fire Stations is
$120,000.
Section 2-366 of the City Code, entitled Contract Procedures, 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.
If the City's Property Management Division is 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 (Le. 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 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.
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 could 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 Special Needs.
Under routine contractual agreements, the General contractor provides a workflow schedule that
is inflexible in accommodating unforeseencircumstances or required change of workflow without
the requirement of a project change order or additional costs. In-house contracting would provide
flexibility of schedules to work with unforeseen circumstances including special needs, 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 ofthe Electrowave facility on Terminal Island, the design
and renovations of the Byron Carlyle Theater, The Lincoln Road Lighting and Fountain
Enhancement project, the Pinetree Park GO Bond project, the Fire Station #2 Maintenance
Facility GO Bond project, the renovation ofthe VCA and 555 Buildings, 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.
Recommendation:
That the Mayor and City Commission adopt the Resolution. This project execution approach has
been used successfully before in projects such as the Byron Carlyle Theater Renovations and the
Lincoln Road Lighting and Fountains Enhancements.