HomeMy WebLinkAbout2006-26099 Reso
RESOLUTION NO. 2006-26099
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, FINDING,PURSUANT TO SECTION 255.20
(1) (c) (9), FLORIDA STATUTES, AND FOllOWING A DULY NOTICED
PUBLIC HEARING THAT IT IS IN THE PUBLIC'S BEST INTEREST TO
WAIVE, 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,
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
RENOVATION/RELOCATION PROJECTS IN THE 777-17TH STREET
. BUilDING AND THE CITY HAll BUilDING, SAID PROJECTS HAVING A
TOTAL ESTIMATED VALUE OF $646,000; 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 space and configuration needs of internal City departments change
due to additional staff requirements or operational needs that come with the adoption of
the Fiscal Year 05/06 City Budget and there may be a need to renovate or relocate certain
departments in space within the City Hall Building and the 777 -17th Street Building, to meet
these personnel and operation needs; and
WHEREAS, the Administration has determined that due to the existing condition
and requirements of the aforestated vital 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 and his staff; and
WHEREAS, additionally, 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 his existing resources for goods and services in excess of $25,000, the projects
will be placed on hold or delayed significantly; and
WHEREAS, pursuant to Section 255.20 (1) (c) (9), a governing body may, following
a duly noticed public hearing, find that it is in the public's best interest to perform a public
construction project using its own services, employees, and equipment; and
WHEREAS, a public hearing was duly noticed and held on January 11, 2006; and
WHEREAS, the Property Management Director, as the general contractor, will be
taking on the responsibility of the completion of the aforestated vital 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 Snths vote, the formal competitive bidding requirements, relative to enabling the
Administration, through its Property Management Director acting as General Contractor, to
procure the required 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, 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 hereby waive, by Snths 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
renovation/relocation projects in the 777 _17th Street Building and the City Hall
Building.
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 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.
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 I and
endeavor to obtain as full and open competition, as in said process, as possible.
PASSED AND ADOPTED THIS 11 th day of
, 2006.
Attest:
llliJ rwk
CITY CLERK
Robert Parcher
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~~ 1"~"t9S'
tv .,~ DlIIII
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution waiving formal competitive bidding requirements and authorizing the Property
Management Director to award all contracts and change orders relative to Renovation/Relocation
ro.ects in the 777-1ih Street Buildin and the Cit Hall Buildin .
Ke Intended Outcome Su orted:
Ensure well maintained facilities
Issue:
Shall the City waive competitive bidding requirements and authorize the Property Management
Director to award all contracts and change orders relative to Renovation/Relocation projects in the
777-1ih Street Buildin and the Cit Hall Buildin ?
Item Summary/Recommendation:
The City Facility Space Utilization Strategy is to consolidate as many of the City Administration
functions within the City Hall Complex area (City Hall Building, 777 Building and the future Multi-
Purpose Municipal Parking Facility). In order to execute this strategy, several time sensitive
renovation/relocation projects in the 777 Building and City Hall Building will have to be
accomplished within the next year. Current projects already defined are the renovation of a portion
of the 3rd floor of City Hall and the 5th and 3rd floors of the 777 Building.
The waiver of competitive bidding requirements and authorizing the Property Management Director to
serve as the General Contractor of Record 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 estimated total cost for currently programmed renovation/relocation projects is $646,000. Any
contracts awarded in excess of $25,000 by the Property Management Director will be brought to the City
Commission for ratification.
The Administration recommends approval of the Resolution.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of
Funds:
D
OBPI
Financial Impact Summary:
Cit Clerk's Office Le islative Trackin
Brad A. Judd; Property Management Director
tD
...,
MIAMI BEACH
AGENDA ITEM f).7 A
DATE~
It\ MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
TO:
FROM:
DATE:
SUBJECT:
COMMISSION MEMORANDUM
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez, City Manager ~ ......-'()~
January 11 , 2006 U
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, FINDING, PURSUANT TO SECTION 255.20 (1) (c)
(9), FLORIDA STATUTES, AND FOLLOWING A DULY NOTICED PUBLIC
HEARING THAT IT IS IN THE PUBLIC'S BEST INTEREST TO WAIVE, 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, 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 RENOVATION/RELOCATION PROJECTS IN THE 777-17TH
STREET BUILDING AND THE CITY HALL BUILDING; SAID PROJECTS
HAVING AN ESTIMATED TOTAL VALUE OF $646,000; 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.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANAL YSIS
The City Facility Space Utilization Strategy is to consolidate as many of the City
Administration functions within the City Hall Complex area (City Hall Building, 777 Building
and the future Multi-Purpose Municipal Parking Facility). In order to execute this strategy,
several time sensitive renovation/relocation projects in the 777 Building and City Hall
Building will have to be accomplished within the next year.
Current projects already defined are:
· Renovation of a portion of the 3rd floor of City Hall to house Tourism and Cultural
Development Department, Economic Development Department, and the Office of
Budget and Performance Improvement. Total estimated cost of $323,000 has been
funded through existing operating budgets.
· Renovations to the 5th floor of the 777 Building to house the Communications
Department and including IT upgrades to the building. Total estimated cost of
$63,000 has been funded through existing operating budgets.
· Renovations to the 3rd floor of the 777 Building to house the Capital Improvement
Projects Department. Total estimated cost of $260,000 has been budgeted in the
Department's operating budget.
The City's space usage strategy is meant to maximize the use of available space within City
owned buildings and facilities. With the renovations of spaces in the 777 Building and the
City Hall Building, this will provide more efficient use of available space and will enhance the
ability of departments assigned to those spaces to operate.
The work specified consists of all labor, machinery, tools, means of transportation, supplies,
equipment, materials, and services necessary for the planning, design, and construction
work on renovationlrelocation projects in the 777 -17th Street Building and the City Hall
Building. The work under this Project includes, but is not limited to: programming of space
needs, development of required construction documents, demolition and re-construction of
interior partitions, electrical lighting and receptacles, plumbing requirements, HV AC
requirements, and all other work that is required to successfully complete renovation/
relocation projects in the two Buildings.
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.
Inasmuch as the City's Property Management Division has been 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 Proiect 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.
· Savinas of General Contractor and Subcontractor's Overhead and Profit. In
outsourced projects, general contractors add a typical range of 15-200/0 on top of
project cost for 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. .
· Proiect Schedulina 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, the Richmond section of the Beachwalk Project, the FY 04/05 Capital
Renewal and Replacement Projects, and multiple major renovations to the City Hall,
21 Street Community Center, 6TH Street Community Center, and the Historic City
Hall Buildings. Each of these projects was completed on or below the estimated
budget for the projects.
CONCLUSION
The Administration recommends 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 renovation/
relocation projects in the 777 -17th Street Building and the City Hall Building, 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.
JMG/BM/FHB/BAJ
T:\AGENDA\2006~an1106\Regular\Ratjfy GC approval City Hall & 777 Building MEMO-REVISED.doc
I
u.., tD
.... MIAMIBEACH CITY OF MIAMI BEACH
NOTICE OF A PUBLIC HEARING
.
, Lon'
0'
~IINOTICE IS HEREBY given that pursuant to Section 255.20(1)(A)(9), Florida Statutes, a public hearing'
~ I' will be held by the City Commission of the City of Miami Beach, in the Commission Chambers, 3rd floor,
ffi 1 City Hall; 1700 Convention Center Drive, Miami Beach, Rorida, on Wednesday, January 11, 2006 at
~; 18:38a.m.,toCOnsider whether it is in the public's best interest to undertake construction services,
..> . ~ I relative to. the ,renovationlrekJCation projects in the City owned building at 777 -17th Street and tlJe City
~.J HalLblJildiRgj.'saktProj8Ctshaving anesttmated cost of $655,000, using the City's Property
,>).,,.;1 Management.Oi~, a .licensedGeneral ~ctor, as the Gene@l Contractor for the Project and who,
.1 _.the City Manager's Designee, shall select, negotiate, and award all contracts, agreements, purchase
ij~rs, and.change .Orders fort,he purchase of all necessary goods and services relative to said Project.
~J '<>/> ........ ii........... . . .,
-i_.~.may. be directed to the Public Works at (305) 673-708().
II
INTERESTED PARTIES are. invited to appear at this meeting, or be represented by an agent, or to
express their views in writing. addressed to the City Commission, c/o the City Clerk, 1700 Convention
Center Drive, 1 st Aoor, City Hall, Miami Beach, Florida 33139.. This meeting may be opened' and
~ntinued and, under such circumstances additionalleg81 notice would not be provided.
Robert E. Parcher,
City Clerk
City of Miami Beach
Puf'SU8l1t to Section 286.0105, Fla. Stat., the City hereby advises the public that: if a perSon decides to
appeal any decision. madp by the City Commission with respect to any matter considered at its meeting
or its hearing, such. person. must en~re.thata verbatim record of the prOCeedings is made, which
record includes the testimony and evidence upon.which the appeal is to be.based. This notice does not
constitute consent ~y the City for the introduction or admission of otherwise inadmissible or irrelevant
evidence, nor does it authorize challenges or appeals not otherwise allowed by law.
. . To request this material in accessible format, sign language interpreters, information on access for
persons with disabilities, and/or any accommodatiooto review any document or participate in any city-
sponsored proceeding,. please tontact(305). 604-2489 (voice), (305) 673"-7218(TTY) five days in
advance to initiate your requ~ TTV users may also catl711 (Rorida Relay Service)~
(Ad #351)