HomeMy WebLinkAboutMemo - Manager's Approval 11-17-16CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO :
FROM :
Daniel J. Alfonso
City Ma ager
J
iguez, P.E.
'rector
ffice of Capital Improvements
LATE
SUBJECT:
REFERENCES:
ENCLOSURES:
November 7, 2016
FILE :
Waiver of
Competitive Bidding Per Sec. 18-85(a)
City Code for Pallot Park Seawall,
Baywalk, and Kayak Launch
Project Nos. B-40542 & B-30802
This memorandum respectfully seeks your approval and adoption of the below described findings
authorizing the waiver of competitive procurement procedures and authorizing the selection of a
development manager to complete certain capital improvements for Pallot Park Seawall, Project
No. B-40542 and Pallot Park Shoreline Improvements, Project No. B-30802. Specifically, the
development manager will be tasked with completing the installation the seawall, baywalk and
kayak ramp on behalf of the City of Miami ("City").
FINDINGS
The proposed Resolution authorizes the City Manager, in part, to accept public benefits, pursuant
to Article 3, Section 3.14 of Miami 21, the Zoning Ordinance of the City of Miami, Florida, as
amended to Albert Pallot Park ("Pallot Park"), located at 3805 NE 6 Avenue, Miami, FL 33137,
for improvements that shall total a minimum of two million five hundred thousand dollars
($2,500,000.00) from the Milton family, by and through the Nilda Milton Revocable Trust
("NMRT"), in exchange for future bonus building height and floor lot ratio for eligible properties
in the T6 Transect Zone of the City.
The public benefit improvements to Pallot Park include the construction of a seawall, baywalk
and kayak launch, which shall be funded using one hundred fifty thousand dollars ($150,000.00)
awarded from the FIND Waterways Assistance Program, one hundred fifty thousand dollars
($150,000.00) in matching funds from the City, which have been previously appropriated from
Parks Impact Fees, with all remaining costs borne by NMRT.
The costs borne by NMRT in constructing the seawall, baywalk, and kayak launch shall be
deducted from the two million five hundred thousand dollars (S2,500,000.00) in public benefit
improvements to Pallot Park being made by NMRT; however, the cost of the seawall shall be
applied towards the public benefit improvements in an amount not to exceed three hundred
thousand dollars ($300,000.00).
NMRT, through its contractor, International General Contractors, LLC ("IGC"), has been
advancing a series of residential housing developments in the immediate area of the proposed
public benefit improvements and is qualified to undertake the same.
The FIND funding opportunity, which was already set aside for the City of Miami, and approved
under City Resolution R-15-0091, will expire on September 30, 2017. As such, the time required
to competitively award the project will jeopardize the funding,.
It is neither practical nor advantageous to the City to procure the desired Right -of -Way
improvements by way of competitive bidding given the economies of scale and efficiencies
realized via the use of IGC through NMRT.
Therefore, the administration requests a waiver of the competitive bidding requirements for the
Pallot Park Project as such approval would ensure the timely expenditure of the grant funds,
ensure the proper coordination of the improvements at Pallot Park with the other projects
managed by NMRT, rendering this approach as most practical and advantageous to the City.
This action is being considered in accordance with Section 255.20 of the Florida Statutes (Local
Bids & Contracts for Public Construction Works) and Section 18-85(a) of the City Code
(Competitive Sealed Bidding/Waiver Procedures), which are deemed to be incorporated by
reference herein and are available as public records from the City.
The City has determined that the most expedient method of providing the desired construction
of the seawall and kayak ramp is to allow NMRT to engage its existing contractor, IGC, in an
effort to complete the project.
Your signature below will indicate your concurrence with the above recommendation and your
acceptance of these findings as your own justification for the waiver of competitive bidding
procedures and recommendation.
APPROVED BY:
D !. 1 J. r ji nso
City Man
C: Alberto Parjus, Assistant City Manager
Annie Perez, Director of Purchasing
Victoria Mendez, City Attorney
Date: 7/ - - / 6
CAPITAL IMPROVEMENTS AND TRANSPORTATION PROGRAM
444 S.W. 2nd Avenue, 8th Hoar/ Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153
Mailing Address: P,O. Box 330708 Miami, FL 33233-0708