Loading...
HomeMy WebLinkAbout2006-26400 Reso RESOLUTION NO. 2006-26400 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 RELATIVE TO THE FISCAL YEAR (FY) 2006/2007 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 AFOREST A TED PROJECTS. WHEREAS, the Mayor and City Commission approved Resolution No. 2006- 26334, that provided funding requirements relative to the Fiscal Year 2006/2007 Capital Renewal and Replacement Projects (the Projects); and WHEREAS, the Projects included, as set forth in Exhibit "A" of this Resolution, are estimated to have a total construction cost value of $1,985,525, 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 aforesstated 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 (Le. 90-120 days), each time that the Property M~nagement 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 517ths 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 517ths 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 200612007 Capital Renewal and Replacement Projects as set forth in Exhibit "A" to this Resolution. 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 a particular 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, to the extent reasonably possible. PASSED AND ADOPTED THIS 6th day of ,2006. Attest: ' RP~ CITY CLERK Robert Parcher David Dermer APPROVED AS TO FORM & LANGUAGE ~~ II llOmey J2l~JI' T:\AGENDA\2006\decOB06\Reg'uJanFY (J6.()7 Capital Renews/and Replacement GC Approval RESO.doc Exhibit "A" CITY OF MIAMI BEACH PROPERTY MANAGEMENT FY 08-07 CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROPERTY MANAGEMENT REQUESTS PROJECT PROJECT NAME / DESCRlPnON APPROPRlAnON ACCOUNT. POLICE STAnON BUILDING Backflow Preventor for Fire Sprinkler 26.000 125.6357.069358 System (new code requirement) TOTAL POLICE STATION BUILDING $26,000 CITY HALL BUILDING ResttoomslCIly Hall 1 st. 3rd, 4th Floor Retroom Renewal to include: Retrofit 0 ftwo single stall restrooms to 42,000 125.6358.069358 ADM Complaincy and Partition to ADA Compliancy and Partition Replacements and Formica Counter top - Replacements In restrooms (delaminating) 27 yn; old Floor Finishes: Carpet Aged and Deteriorated 147,805 125.6359.069358 Carpe Aged and deteriorated - 10 years old - needs replacement Loading Dock Electric RoIl-up Door Replacement 34,100 125.6360.069358 Loading Dock Electric Roll-up Door Replacement - Doors are 27 yrs old and are damaged and hard to operate. Mica doors are delaminated or chipped and hardware locks need to be working proper1y to meet Fire Code. W_ _ RepI_ment 27,214 125.6361.069358 Replace 3 inch water riser which feeds restrooms on 1 st, 2nd, 3rd & 4th Floors. The galvanized pipe Is over 25 yrs old and must be replaced to avoid water damage. Roof Openings: Skylight Ileta<lorated and Leaking 35,562 125.6362.069358 TOTAL CITY HALL BUILDING $286,681 HISTORIC CITY HALL BUILDING Elevator Renovation - Phaae II 150,000 125.6363.069358 Carpet & Floor Tile RepI_ment 30,654 125.6363.069358 Common areas carpet & floor tiles are old, worn and need replacement. Water Cloeet & Flush Valve Replacement 27,000 125.6363.069358 Water closets & flush valves need to be replaced with more efficient equipment to insure water conversation and reduce maintenance problems. TOTAL HISTORIC CITY HALL BUILDING $207,654 777 17tl1 STREET BLOG Replacement of air handler, controls and duct system 558,000 125.6364.069358 Replacement of air handler, controls and duct system. Air handlers have outlived their useful life. Duct system and outside air equipment are Inadequate. TOTAL 77717TH STREET BUILDING $558,000 Exhibit "A" CITY OF MIAMI BEACH PROPERTY MANAGEMENT FY 08-07 CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROPERTY MANAGEMENT PROJECTS PROJECT PROJECT PROJECT NAME / DESCRIPTION APPROPRIATION APPROPRIATION VARIOUS BUILDINGS Flamingo Port< Paint Pool & Replace fencing 60,000 125.6367.069358 Repair I Replace Water Playground surface 25,000 125.6367.069358 PAL Building Replace Tile Flooring 30,000 125.6368.069356 Patch, Paint & Waterproof Building 40,000 125.6368.069358 FIRE DEPARTMENT Fire Stations 1 & 3 - Replace Carpeting including Vinyl tile areas and cove base 84,000 125.6369.069358 BOARDWALK BENCH REPLACEMENT 26,400 125.6370.069358 Replace 33 Benches on the Boardwalk have deteriorated from heavy use and Doora & Hardware 34,650 125.6371.069358 Mica from doors delaminating or chipped and hardware locks need to be wondng proper1y to meet the Fire Code. South Shore Communlly Cento, - E_,ical Service & Diotributlon Syatem 196,638 125.6372.069358 The e1ectrtcal service and distribution equipment are aged beyond their useful life and in in critical condition. The service conduit and associated feeders are corroded and the main switchboards have open wire troughs. Install a new metered main switchboard, chiller switchboard and associated subpanels and feeders. Repl_ 01 Hu,_.. Shull8re In CIly Hall and Police Building - Ph_1 230,000 125.6373.069358 Shutters cannot be repaired, are worn and are unsecurable. Dade County approved shutters should be installed to replace 27 year old shutters. TOTAL MISC. REQUESTS - VARIOUS BUILDINGS $725,688 SUB TOTAL ALL PROPERTY MGMT RENEWAL & REPlACEMENT PROJECTS $1,805,023 126.6374.069358 CONnNGENCY -10'A0 $180,502 GRAND TOTAL ALL PROPERTY MGMT RENEWAL & REPLACEMENT PROJECTS $1,985,525 2 COMMISSION ITEM SUMMARY 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 ofthe 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 orofessionall relative to FY 06/07 Caoital Renewal and ReDlacement Projects. Ke Intended Outcome Su orted: Well Maintained Facilities Issue: Shall the City authorize 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 aforestated oroiects? Item Summary/Recommendation: In order to expedite the completion of the projects outlined in the FY 06/07 Budget for Capital Renewal and Replacement Projects, adopted by the Mayor and City Commission on September 21, 2006, 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 06-07 Capital Renewal and Replacement Projects. This is the third year for the Capital Renewal and Replacement Program. Fiscal Year 2005 was funded at $1 ,347,070, Fiscal Year 06 at $2,529,563 and the current fiscal year at $3,226,096 of which Property Management is responsible for $1 ,985,525. All projects funded by this program have been completed within the funding allocated and during the fiscal year funded. AdoDt the Resolution. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 N/A D 2 3 4 aSPI Total Financial Impact Summary: Cit Clerk's Office Le islative Trackin : Brad A. Judd; Property Management Director Si n-Offs: Department Dire Assistant . Manager RCM C7() /.:l-~ -O~ tD ..... MIAMI BEACH AGENDA ITE DATE C9 ,MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission City Manager Jorge M. Gonzalez ~ l' December 6, 2006 0 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 FISCAL YEAR 06-07 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 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 (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, 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 thes.e 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. The Capital Renewal and Replacement Program is in its third year. In Fiscal Year 2005 the funding was $1,347,070, in Fiscal Year 2005 the program was funded at $2,529,563 and the current fiscal year is funded at $3,266,096 of which Property Management is responsible for $1,985,525. All projects funded by the Capital Renewal and Replacement Program have been completed within budget and within the fiscal year assigned. 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, the 04/05 and 05/06 Capital Renewal and Replacement Projects, 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 the Fiscal Year 06-07 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 06-07 Capital Renewal GC Approval Memo.doc Exhibit "A" (1) CITY OF MIAMI BEACH PROPERTY MANAGEMENT FY 06-07 CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROPERTY MANAGEMENT REQUESTS PROJECT PROJECT NAME I DESCRIPTION APPROPRIATION ACCOUNT. POLICE ST A liON BUILDING Backflow Preventor for Fire Sprinkler 26,000 125.6357.069358 System (new code requirement) TOTAL POLICE STATION BUILDING $26,000 CITY HALL BUILDING Restrooms/Clty Hall 1st. 3rd, 4th Floor Retroom Renewal to include: Retrofit 0 ftwo single stall restrooms to 42,000 125.6358.069358 ADAk Complaincy and Partition to ADA Compliancy and Partition Replacements and Formica Counter top - Replacements in restrooms (delaminating) 27 yrs old Floor Finishes: Carpet Aged and Deteriorated 147,805 125.6359.069358 Carpe Aged and deteriorated - 10 years old ~ needs replacement Loading Dock Electric Roll-up Door Replacement 34,100 125.6360.069358 Loading Dock Electric Roll.up Door Replacement - Doors are 27 yrs old and are damaged and hard to operate. Mica doors are delaminated or chipped and hardware locks need to be working properly to meet Fire Code. Water Riser Replacement 27,214 125.6361.069356 Replace 3 inch water riser which feeds restreoms on 1st, 2nd, 3rd & 4th Floors. The galvanized pipe is over 25 yrs old and must be replaced to avoid water damage. Roof Openings: Skytight Deteriorated and Leaking 35,562 125.6362.069358 TOTAL CITY HALL BUILDING $286,681 HISTORIC CITY HALL BUILDING Elevator Renovation - Phase II 150,000 125.6363.069358 Carpet & Floor Tile Replacement 30,654 125.6363.069358 Common areas carpet & floor tiles are old, worn and need replacement. Water Closet & Flush Valve Replacement 27,000 125.6363.069358 Water closets & flush valves need to be replaced with more efficient equipment to insure water conversation and reduce maintenance problems. TOTAL HISTORIC CITY HALL BUILDING $207,654 m 17th STREET BLDG Replacement of air handler, controls and duct system 558,000 125.6364.069358 Replacement of air handler, controls and duct system. Air handlers have outlived their useful life. Duct system and outside air equipment are inadequate. TOTAL 7n 17TH STREET BUILDING $558,000 Exhibit "AU (2) CITY OF MIAMI BEACH PROPERTY MANAGEMENT FY 06..07 CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROPERTY MANAGEMENT PROJECTS PROJECT PROJECT PROJECT NAME I DESCRIPTION APPROPRIATION APPROPRIATION VARIOUS BUILDINGS Flamingo Park Paint Pool & Replace fencing 60,000 125.6367.069358 Repair J Replace Water Playground surface 25,000 125.6367.000358 PAL Building Replace Tile Flooring 30,000 125.6368.069358 Patch, Paint & Waterproof Building 40,000 125.6368.009356 FIRE DEPARTMENT Fire Stations 1 & 3 - Replace Carpeting including Vinyl tile areas and cove base 84,000 125.6369.069358 BOARDWALK BENCH REPLACEMENT 26,400 125.6370.069358 Replace 33 Benches on the Boardwalk have deteriorated from heavy use and Doors. & Hardware 34,650 125.6371.069358 Mica from doors delaminating or chipped and hardware locks need to be working properly to meet the Fire Code. South Shore Community Center. Electrical Service & Distribution System 196,638 125.6372. 069358 The electrical service and distribution equipment are aged beyond their useful life and in in critical condition. The service conduit and associated feeders are corroded and the main switchboards have open wire troughs. Install a new metered main switchboard, chiller switchboard and associated subpanels and feeders, Replacement of Hurricane Shutters in City Hall and Police Building - Phase 1 230,000 125.6373.069358 Shutters cannot be repaIred, are worn and are unsecurable. Dade County approved shutters should be installed to replace 27 year old shutters. TOTAL MISC. REQUESTS. VARIOUS BUILDINGS $726,688 SUB TOTAL ALL PROPERTY MGMT RENEWAL & REPLACEMENT PROJECTS $1,805,023 125.6374.069358 CONTlNGENCY.10",I, $180,502 GRAND TOTAL ALL PROPERTY MGMT RENEWAL & REPLACEMENT PROJECTS $1,985,525 2