Miami-Dade Legislative Item
File Number: 141105
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 141105 File Type: Resolution Status: Adopted
Version: 0 Reference: R-468-14 Control: County Commission
File Name: VENETIAN CAUSEWAY BID WAIVER Introduced: 5/9/2014
Requester: Public Works & Waste Management Cost: Final Action: 5/20/2014
Agenda Date: 5/20/2014 Agenda Item Number: 8L1
Notes: 2/3 VOTE REQUIRED Title: RESOLUTION WAIVING COMPETITIVE BIDS AND AUTHORIZING THE MAYOR OR MAYOR’S DESIGNEE TO CONTRACT FOR THE REPLACEMENT OF APPROXIMATELY THE WESTERNMOST 730’ OF THE WEST VENETIAN BASCULE BRIDGE ON THE VENETIAN CAUSEWAY BY TWO-THIRDS VOTE OF THE MEMBERS PRESENT; AND AUTHORIZES THE USE OF BUILDING BETTER COMMUNITIES GENERAL OBLIGATION BOND FUNDS IN AN AMOUNT NOT TO EXCEED $10,100,000 (SEE AGENDA ITEM NO. 5F)
Indexes: BID WAIVER
Sponsors: Audrey M. Edmonson, Co-Sponsor
  Sally A. Heyman, Co-Sponsor
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 5/20/2014 8L1 Adopted P
REPORT: Commissioner Barreiro noted the bridges on Miami Beach needed serious attention and expressed concern that, when the bridges were being repaired/replaced, they should be built higher to address climate change and sea level rise. Commissioner Heyman noted she co-sponsored and supported the foregoing resolution and referenced a Sunshine Meeting held on Miami Beach regarding the issue. She commented on the urgent need to have this done and concurred with Commissioner Barreiro’s comment that the proper resources were not being invested in restoring the bridges. Hearing no further questions or comments, the Board proceeded to vote on the foregoing resolution as presented. Commissioner Bell recognized Mayor Edward MacDougall, Town of Cutler Bay, who was in attendance.

County Attorney 5/12/2014 Assigned County Mayor 5/12/2014
REPORT: returned

County Attorney 5/12/2014 Assigned Hugo Benitez 5/13/2014

County Mayor 5/9/2014 Assigned Alina Tejeda-Hudak 5/9/2014

County Mayor 5/9/2014 Assigned County Attorney 6/3/2014
REPORT: PWWM - No Sponsor - Pending May cmte (Administration will request waiver out of the May cmte cycle and directly onto the May 20 BCC) - County Attorney: Hugo Benitez - Attachments: None.

County Attorney 5/9/2014 Assigned Hugo Benitez 5/12/2014
REPORT: returned

Legislative Text


TITLE
RESOLUTION WAIVING COMPETITIVE BIDS AND AUTHORIZING THE MAYOR OR MAYOR�S DESIGNEE TO CONTRACT FOR THE REPLACEMENT OF APPROXIMATELY THE WESTERNMOST 730� OF THE WEST VENETIAN BASCULE BRIDGE ON THE VENETIAN CAUSEWAY BY TWO-THIRDS VOTE OF THE MEMBERS PRESENT; AND AUTHORIZES THE USE OF BUILDING BETTER COMMUNITIES GENERAL OBLIGATION BOND FUNDS IN AN AMOUNT NOT TO EXCEED $10,100,000

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA BY TWO-THIRD VOTES OF THE MEMBERS PRESENT, that this Board 1) approves the waiver of competitive bids pursuant to Section 5.03(D) of the Charter, Section 2-8.1 of the Code of Miami-Dade County, and Section 287.055(9)(c)(6) of the Florida Statutes, in order to negotiate and contract with the best qualified design-build firm that can be identified as available to perform the subject work and redress the public emergency; 2) approves the waiver of Miami-Dade County�s procedures for the acquisition of professional engineering services pursuant to Section 2-10.4(8)(b)(i) of the Miami-Dade County Code and Section 287.055(3)(a)(1) of the Florida Statutes, authorizing the retaining of an engineering consultant as necessary to address the emergency condition of the Bridges, including the preparation of plans and specifications, and the performing of inspections and testing; 3) waives Section 2-8.4 of the Code of Miami-Dade County regarding protest procedures; and 4) authorizes funding for the work set forth above in an amount not to exceed $10,100,000 of Building Better Communities General Obligation Bond (BBC-GOB) funds, subject to approval of a companion Resolution allocating the BBC-GOB funds. The Mayor shall submit all contracts entered into to give effect to this resolution for ratification by this Board.

HEADER
Date: June 3, 2014To: Honorable Chairwoman Rebeca Sosa and
Members, Board of County CommissionersFrom: Carlos A. Gimenez
Mayor

Subject: Resolution Waiving Competitive Bids for the Replacement of the Westernmost

STAFF RECOMMENDATION
Recommendation
It is recommended that the Board of County Commissioners (BCC) approve the attached resolution authorizing the Mayor or Mayor�s designee to contract for the emergency replacement of approximately the Westernmost 730� of the West Venetian Bascule Bridge (Bridge Segment) on the Venetian Causeway (Causeway) by: 1) waiving competitive bids pursuant to Section 5.03(D) of the Charter, Section 2-8.1 of the Code of Miami-Dade County, and Section 287.055(9)(c)(6) of the Florida Statutes, in order to negotiate and contract with the best qualified design-build firm that can be identified as available to perform the subject work; 2) waiving Miami-Dade County�s procedures for the acquisition of professional engineering services pursuant to Section 2-10.4(8)(b)(i) of the Miami-Dade County Code and Section 287.055(3)(a)(1) of the Florida Statutes, authorizing the retaining of an engineering consultant as necessary to address the emergency condition of the Bridge Segments, including the preparation of plans and specifications, and the performing of inspections and testing; 3) waiving Section 2-8.4 of the Code of Miami-Dade County regarding protest procedures; and 4) authorizing funding for the work set forth above in an amount not to exceed $10,100,000.

This Resolution is subject to prior approval of a companion Resolution allocating the necessary funding.


Scope
The Bridge Segment is located within Commissioner Audrey Edmonson�s District 3.

Fiscal Impact/Funding Source
The current total estimated cost for the design and construction of the Bridge Segment is $10,100,000. During its April 29, 2014 meeting, the Building Better Communities General Obligation Bond (BBC-GOB) Citizens� Advisory Committee approved the reallocation of $6,800,000 from BBC GOB Program Project No. 132 � �Sonovoid Bridge Improvement Program�, $300,000 from BBC GOB Program Project No. 133 � �SW 296 Street Sonovoid Bridge over C-103 (874105) Canal�, and $3,000,000 from BBC GOB Program Project No 137 � �Palmer Lake Bridge�, for a total reallocation amount of $10,100,000 of bond proceed surplus funds to new BBC GOB Program Project No. 348 �West Venetian Bascule Bridge Replacement�. This reallocation of BBC-GOB monies is being presented for approval by the Board on this Agenda under a separate resolution. Any net Venetian Causeway revenues (i.e. those revenues that are in excess of operational costs) may be allocated in the future to refund the BBC GOB Program.

Track Record/Monitor
The implementing agency is the Public Works and Waste Management Department (PWWM) and the Project Manager responsible for monitoring this project is Marcos Redondo, P.E., Section Head, Highway Division Bridge Section.

MANAGER'S BACKGROUND
Background
The Causeway is listed in the National Register of Historic Places, and the Cities of Miami and Miami Beach have also designated the Causeway as a local historic landmark.� The Causeway follows the original route of the�Collins Bridge, a wooden structure built in 1913, and consists of a series of 12 bridges spanning the 11 man-made Venetian Islands. The 12 current bridges were built in 1927, with ten (10) bridges being fixed low-level arch bridges, and the remaining two (2), bascule bridges with concrete arch approach spans.

As referenced in my Memo to the Board dated April 11, 2014, temporary steel plates have been installed to address one (1) instance of damage to the Bridge Segment�s deck and, as a preventative measure, in other areas identified during inspections by PWWM staff and a Florida Department of Transportation (FDOT) bridge inspection consultant. Additionally, signage was installed reducing allowable loads as a result of recently conducted load ratings by the FDOT. Specifically, as a result of these new load ratings, weight restrictions were increased from 15 tons to 11 tons on all bridges except the Bridge Segment which was posted at five (5) tons until such time as the replacement is completed. PWWM staff has coordinated the access across the Bridge Segment, including emergency services, with affected stakeholders and municipalities, and met with the Venetian Island�s Homeowner�s Associations on April 22, 2014 to provide details on the plan of action, and advise of what impacts can be expected during construction activities.

Through the years, the County and FDOT have implemented major rehabilitation projects to address the condition of all 12 Causeway bridges, and have made the necessary adjustments to the load ratings as a result of FDOT�s recurring inspections. In addition to this work, PWWM concluded that due to the age of the bridges, as well as their proximity to the corrosive marine environment, recurring major repairs would be unavoidable. As a result, PWWM initiated the design process for the full replacement of all bridges. A Notice to Proceed was issued to a design consultant on May 26, 2009 in order to prepare the contract documents required to secure a construction bid. However, the design process was stopped when FDOT informed PWWM that a Project Development and Environment Study (PD&E) would need to be completed prior to the design in order to remain eligible to receive Federal funding. The current estimate for the replacement of all 12 bridges is $110 million, with any matching funds to be supported through Causeway toll revenues. Additionally, based on the results of a future traffic analysis, toll increase(s) may be presented to the Board for approval in order to address the needs along the Causeway.

FDOT is currently conducting a Project Development and Environment Study (PD&E) pursuant to BCC Resolution No. R-547-11, adopted on July 7, 2011, and amended through Resolution No. R-906-13, on November 5, 2013. This PD&E will address viable replacement alternatives, the historic nature of the bridges, public and stakeholder concerns, environmental impacts, and potential costs. The PD&E is expected to be completed in four (4) to five (5) years depending on the level of effort required by the Federal Highway Administration, as the entity responsible for the review and approval of the study.�

The receipt of the most recent Load Rating for the Bridge Segment does not provide the time required for the typical County processes to design, bid, and build a project of this magnitude. PWWM has performed a series of actions in an effort to maintain the safety and operability of the Bridge Segment in its current condition. A delay to commence the necessary construction activities can further impact the existing restrictions to the use of the Bridge Segment, placing a significant and prolonged impact on its users. As such, PWWM is currently moving towards securing a design/build contract to effectuate the complete replacement of the Bridge Segment. The procurement of the contract is expected to take four (4) months, with actual construction to take six (6) to nine (9) months thereafter, during which time the Bridge Segment would be closed to vehicular traffic. The work, currently estimated at $10,100,000, will consist of the complete demolition of the existing Bridge Segment, and the construction of an entirely new bridge from foundations to bridge deck. Once completed, the current five (5) ton weight restriction will be removed and the life expectancy of the entire West Venetian Bascule Bridge will be 60 years.

In the public�s best interest, I recommend that the County waive competitive bids for the selection of the best qualified design-build firm. Similar to the successful procurement process utilized for the repairs to the Bear Cut and West Bridges, the selection of the firms would be made to those most technically qualified based on an informal process to be managed by PWWM and the Internal Services Department, with input on small business participation from the Regulatory and Economic Resources Department. I also recommend a waiver of the bid protest procedures in connection with any competitive process used. In order to allow for this expedited procurement to occur, as required by State and County law, I hereby certify that a public emergency exists with respect to the condition of the Bridge Segment. The results of this process will be submitted for ratification by the BCC as soon as completed.

______________________
Alina T. Hudak
Deputy Mayor



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.