Loading...
HomeMy WebLinkAbout2005-26073 ResoRESOLUTION NO. 2005-26073 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 517THS 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 RELATIVE TO THE FISCAL YEAR 2005~2006 CAPITAL RENEWAL AND REPLACEMENT PROJECTS; 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 PROJECTS. WHEREAS, the Mayor and City Commission approved Resolution No. 2005- 26008, that provided funding requirements relative to the Fiscal Year 2005/2006 Capital Renewal and Replacement Projects (the Projects); and WHEREAS, the Projects, as set forth in Exhibit "A" of this Resolution, are estimated to have a total construction cost value of $2,529,563, and involve repair and/or renovations to existing public facilities; and WHEREAS, the Administration has determined that due to the existing condition and requirements of the aforestated Projects, the Projects have a need to be completed in an expeditious manner; and WHEREAS, it is the Administration's intent to secure the construction work relative to the Projects utilizing the City's Property Management Director, who is a licensed general contractor, as well as the resources of the City's Property Management Department; and WHEREAS, accordingly, the Administration, through the Property Management Director, acting as the general contractor, 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 (i.e. 90-120 days), each time that the Property Management Director has a need to augment his existing resources for goods and services in excess of $25,000, the Projects would 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 the general contractor, will be taking on the responsibility of the completion of the Projects; and WHEREAS, in order to diligently prosecute the required work to timely complete the Projects, 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, through its Property Management Director acting as general contractor, and through its Property Management Department, to procure the required additional goods and services to complete the Projects, 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, will institute an "expedited" bidding process to ensure the integrity of the process and, while not a formal competitive bid, this process 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 an open competition as possible, within that expedited framework; 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 hereby 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 (through its Property Management Director serving as the general contractor) completion of the work on the Fiscal Year 2005/2006 Capital Renewal and Replacement Projects as set forth in Exhibit "A" to this Resolution. . 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 relative to the Projects. 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. 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. 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 a particular project, as same is set forth in this Resolution, without the prior approval of the Mayor and City Commission. 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, to the extent reasonably possible. PASSED AND ADOPTED THIS Attest: CITY CLERK Robert Parcher 7th day of Decejz~'~ar MAYOR David Dermer ,2005. T:~GENDA\2005\Dec0705\Regular\FY 05-06 Capital Renewal and Replacement GC Approval RESO.doc FORM COMMISSION ITEM SUMMARY Condensed Title: A Resolution waiving the formal competitive bidding requirements and authorizing the Property Management Director to award all contracts and change orders relative to all of the FY 05/06 Capital Renewal and Replacement Projects. Key Intended Outcome Supported: IWell Maintained Facilities. Issue: IShall the City waive competitive bidding requirements and authorize the Property Management Director award all contracts and change orders relative to the aforestated projects? Item Summary/Recommendation: In order to expedite the completion of the projects outlined in the FY 05~06 Budget for Capital Renewal and Replacement Projects, adopted by the Mayor and City Commission on September 21, 2005, and in the best interest of the City, 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 FY 05-06 Capital Renewal and Replacement Projects. The waiver of competitive bidding requirements is in the best interest of the City because: · Cost reduction of project material by direct purchase · No General Contractor or subcontractor's overhead and profit · Project scheduling flexibility · Proven record of performance, time and budget The Administration recommends approval of the Resolution. Advisory Board Recommendation: I N/A Financial Information' So u rce of Am o u nt Acco u nt Approved Funds: 1 N/A 2 3 4 OBPI Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Brad A. Judd; Property Management Director Sign-Offs: I ~ity Manager City Manager MIAMiBEACH AGENDA ITEM DATE MiA Mi BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: SUBJECT: Mayor David Dermer and Members of the City Commission City Manager Jorge M. Gonzalez December 7, 2005 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 ALL OF THE FY 05-06 CAPITAL RENEWAL AND REPLACEMENT FUND PROJECTS 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 City Commission approved the attached list of projects on the 2005/2006 budget for the Capital Renewal and Replacement program. The work specified consists of all labor, machinery, tools, means of transportation, supplies, equipment, materials, and services necessary for the design, specifications development, construction documents, permitting, and construction work required for the completion of the projects. 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 Director is approved as the General Contractor for these projects, at times there will be a need for the acquisition of goods and services that may exceed the $25,000 bidding threshold. As a result of the time needed to complete formal bid processes (i.e. 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, these important projects 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. Any contracts in excess of $25,000 awarded by the Property Management Director will be brought to the City Commission for ratification. 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, HVAC, 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 unforeseen circumstances 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 of the 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 of the VCA and 555 Buildings, ADA compliance projects Citywide, and multiple major renovations to City Hall, 21 Street Community Center, and the Historic City Hall Building. CONCLUSION: That the Mayor and City Commission adopt the attached Resolution which waives the 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 all the FY 05-06 Capital Renewal and Replacement FUnd Projects (See attached List) 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. FY 05-06 Capital Renewal GC Approval Memo. doc Exhibit "A" (~) "" I...i I ! tJl" I~ll~{Jllll 13r. J~,,,~n PROPERTY MANAGEMENT FY 05-06 RENEWAL AND REPLACEMENT FUND , TOTAL FY 260Sl06 REQUEST pRoPOSED CAPITAL RENEWAL AND REPLACEMENT , CRITERIA BY R & R · PROJECT NAME / DESCRIPTION * TYPE BLDG. FUNDING POLICE STATION BUILDI'NG 1.A $108,900 = $108,900 Replace 6 Air Handlers 20 Years old. Replacement due .to end of useful life. Generator Motor Control Center Replacement . 1 .A 71,500 71,500 17 yrs old. BeyOnd Useful life out of sequence. police Station CommunitY Room and South· Stairwell Glass Block Replacement I.A * 467,500 467.500 Deterioration of the Police Station Glass Block, installed with construction in 1987, is causing water intrusion into the building's Community Room and stairwells and deterioration of the reinforcing, steel. The replacement will improve weather-tight'.:, integrity of the building and conform to new impact resistant glass code requirements · , Replace Equipment at Police Gun Range I.A 100,000 100,000 Beyond Useful Life Retrofit Ladles Locker Room Showers 1.A 33,000 0 Showers are 18 years old and need to meet ADA standards. TOTAL POLICE STATION BUILDING 780,900 747,900 ~ , 41STORIC CITY HALL BUILDING '1 .A $108,900 $108,900 Six (6) Air Handler Replacement Replace six (6) 20 year 'Old air handlers due to end of useful life, Historic City Hall ElevatOr (2) Renovation and Electrical Upgrade I.A 165,000 ' 16.5,000 i Elevators and most of their mechanical operating equipment were built in 1927. TOTAL HISTORIC CITY HALL BUILDING 273,900 273,900 CITY HALL BUILDING I Air Duct System Replacement and Installation of Filtration & Pm-cooling System 1,A $84,700 $84,700 27 year old outside air duct system replacement and installation of filtration and pre-cooling system. DUct system is internally corroded Electrical Upgrades 1.A 73,150 73,150 Replace 27 year old of Transformers: Main Breakers Replacement per Fire Dept & NFPA 110 Generator need to be tested under load month. 'Replace Fire Pump Controlle~' & Two Transformers - Fire Safety Hurricane Shutter Replacement 1 .A 495,000 0 Shutters cannot be repaired, are worn and are unsecurable. Dade County approved shutters should be installed to replace 27 year old shutters. Grant application pending City Hall Main Elevator Renovation & Electrical Upgrade 1iA 86,000 88,000 The mechanical contact controller is no longer manufactured and replacement parts are hard to obtain The elevator is frequently out of service. The digital controller utilizes less electricity TOTAL CITY HALL BUILDING 740,850 245.850 Page I of 2 Exhibit "A" (2) -. i CITY OF MIAMI BEACH PROPERTY MANAGEMENT FY 05-06 RENEWAL AND REPLACEMENT FUND TOTAL I FY 2005106 · REQUEST PROPOSED CAPITAL RENEWAL AND REPLACEMENT CRITERIA BY R &R I TYPE BLDG, FUNDING PROJECT N^ME I DESCRIPTION · 777'17TH STREET BLDG 1.A $508,200 S0 Replacement of Air Handler, Controls and Duct System Replacement of air handler, COntrols and duct system. Air handlers am past their usefUl life. Duct system and oUtSide air equipment are inadequate.. 1 .A ' 110,000 110,000 Nater & Sewer PIpe Replacement & Domeaflc Water Pump Upgrade The domestic water system at the 777 Bui ding:is rusted, aged and deteriorating. The pumps must be replaced due to age and relocated where ·they will operate mom efficiently. _ TOTAL 777 17TH STREET BUILDING 618,200 110,000 SCOTT RAKOW YOUTH CENTER Part of the tota Phase II CIP project) 1.A $93,000 $93,000 Elevator Replacement Beyond Useful Like. · Water Sealing/Weatherproofing I.A 49,500 49,500 Need to prevent water damage to the building 1 .A 102,850 102,850 Air Handler & Cooling Tower 30 year old alt handler # 2 .replacement due to excessive corrosion Coo ng Tower #2 s a Protec fiberglass tower with moderate ultraviolet degradation on outer shell. The tower support is dangerously corroded and one of the support legs is in danger of co apsing Air Handler #1 Replacement 1.A 77,000 77,000 30 year old air handler # 1 replacement due to excessive corrosion Fire Alarm System Replacement I.A 25,000 25,000 Beyond Useful Life Swimming Pool Filtration System 1.A 150,000 150,000 Beyond Useful Life ,, TOTAL SCOTT RAKOW YOUTH CENTER 497,350 497,350 VARIOUS BUILDINGS Garden Center I.A $49,500 $0 Replacement of A/C at the Garden Center. Due to excessive corrosion and age Boardwalk Light Replacement. I.A 965,200 321,733 Replace lights and lightshields due to age, new state requirements and environmental impacts. 27th, 46th & 53rd Straet Showers t.A 55,000 55,000 Upgrade to ADA Standards Showers due to poor condition and proper ADA path-of travel , Commission Chambers Upgrade~ !Replace 10 year old electric door - weatherproof walls, incl. m-installation o~f carpeting on walls 1.A 29,150 29,150 21st St. Recreation Center I.A 28,000 28,000 Backflow Preventor & Fire Sprinkler (New Fire Code Requirement) ,. TOTAL MISC. REQUESTS - VARIOUS BUILDINGS 1,126,850 433,883 CONTINGENCY 220,680 GRAND TOTAL $4,038T050 $2,529~563 Criteria: 1 .A-Extend Useful Life, 1 .B-Reduce Maintenance, 2-Unanticipated Events Page 2 o! 2