HomeMy WebLinkAboutExhibitCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Joe Arriola DATE: May 3, 2006 FILE:
City Manager
4
FRO . teary H. Conway, P.E. REFERENCES: Shake -A -Leg Miami
erector
Department of Capital Improvements ENCLOSURES:
SUBJECT: Emergency Finding:
CMC Construction, Inc.
BACKGROUND
The City of Miami (City) and the Shake -A -Leg Miami entered into a Use Agreement for the use
of the Miami Watersports Complex located at 2620 South Bayshore Drive to provide a wide
array of programs to both the disabled and able bodied.
The Shake -A -Leg program is widely recognized for its sailing program and summer camp. They
have continued to grow at a fast rate and upgrades to the facilities are necessary to meet the
demands of the program and the community they serve. The upgrades include renovation of
the historic Coast Guard hanger; an additional elevator; electrical upgrades to the administration
building; installation of an emergency generator; exterior site improvements; and clean-up /
enhancements to the Dinner Key Spoil Islands located in Biscayne Bay, which will include the
installation of a floating dock. The plans and designs have been completed for the majority of
the work with the remaining plans in the process of being completed.
The City has obtained two grants towards the completion of these projects. A Florida Inland
Navigation District (FIND) grant, requiring a 50% match was obtained for the Dinner Key Spoil
Islands. A Safe Neighborhood Parks Bond Program (SNPB) grant was obtained for use
towards the remainder of the needs. The SNBP grant funds must be spent by the imminent
deadline of August 2006.
Even with the combined grants and construction funds available from the City, there is still a
significant funding shortfall. The Department of Capital Improvements and Transportation along
with the Parks Department have worked closely with the Shake -A -Leg Miami to address their
program needs and determine how these needs could be met in a very difficult construction
market. The parties were fortunate to locate CMC Contracting, Inc. (CMC), a general contractor
capable of performing the necessary work and willing to provide its services and work at no
cost.
FINDING
The Department of Capital Improvements and Transportation finds and determines that it is in
the best interest of the City to waive competitive bids and secure the services of CMC to provide
the required construction services. This will ensure the renovations are completed within the
available funds, within the timeframe necessary to comply with the grant funds deadline, and
ensure hanger renovations are completed in time for Shake -a -Leg Miami's summer program.
The CMC's work will include value engineering, performing portions of the construction work
and providing construction management services for all other contractors performing work.
The City and CMC, with the assistance of the Shake -A -Leg Miami and the Miami Dade County
Department of Environmental Resource Management have been working to develop a plan that
will maximize the use of available funding and ensure that the City meets the SNPB grant
deadline. As a result of CMC's commitment to donate their services, obtain materials at
reduced or no cost, and to have sub -contractors perform their work at lower costs, the City has
successfully negotiated a total cost for the work. As part of this cost, work deemed necessary,
but not a priority, will also be accomplished with the available funds.
In spite of the strong construction market in South Florida, the typical long lead time for
materials and the substantial business obligations that CMC has, they are committed to this
project and view this as a tremendous opportunity to assist the City, the community, and the
Shake -a -Leg Miami organization.
Without this commitment from CMC, the City, due to funding shortfalls and time restrictions,
would not be able to complete all of the necessary renovations. Additionally, only two of the five
Dinner Key Spoil Islands would be cleaned -up and planted, and the installation of a floating
dock would not be included.
As provided in accordance with 18-90 of the Code of the City of Miami, we recommend that the
City Manager affirm and adopt these findings and forward the matter to the City Commission for
its approval.
Your signature below will signify your concurrence with the above recommendation and your
assimilation of these findings as your own justification for the waiver of competitive bids and the
selection of the specified firm.
Approved: f� { - _
Joe �riola, City Manager
C: Jorge L. Fernandez, City Attorney
Olga Ramirez-Seijas, Asst. City Attorney
Gary Fabrikant, CIT Procurement Supervisor
MHC/GF