OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY

Similar documents
Contract Oversight Report CA Village of Palm Springs Selection Process for Auditing Services September 14, 2016

Addendum No. 1 Invitation to Bid DOH Janitorial Services Palm Beach County Health Department

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

Location & Subject Matter Substance of Change Proposed Changes

March 26, 2004, 1:45 p.m. Rule Development Workshop Florida Department of Management Services

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

OFFICE OF FINANCIAL MANAGEMENT & BUDGET (OFMB)

Boards, Councils and Committees. PINELLAS COUNTY GOVERNMENT July 16, 2013

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. March 27, 2017 ADDENDUM NO. 1 FOR

PURCHASING ORDINANCE

INTRODUCTION TO THE PBC COMMISSION ON ETHICS. Mark E. Bannon Interim Executive Director Palm Beach County Commission on Ethics

SIX MONTH STATUS REPORT April 1, 2016 September 30, John A. Carey, Inspector General

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

PUBLIC CHAPTER NO. 295 SENATE BILL NO By Norris, Ketron. Substituted for: House Bill No By McCormick, Curtis Johnson

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

Christopher R. Mazzella Inspector General Office of the Inspector General for Miami-Dade County Public Schools MEMORANDUM

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

Enacted Budget S.7507-C/A.9507-C (Health and Mental Hygiene) Part KK

ADDENDUM NO. 2 DATE: March 4, 2015

TITLE 5 MUNICIPAL FINANCE AND TAXATION 1 CHAPTER 1 MISCELLANEOUS

ADDENDUM ACKNOWLEDGEMENT FORM DC ITB A D D E N D U M # 1

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

IN THE COMMONWEALTH COURT OF PENNSYLVANIA

Public Purchasing and Contracting

FISCAL MANAGEMENT POLICIES NUMBER 702 PURCHASING

ORDINANCE NO. 14,346

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

County, Florida, has established a purchasing policy for. the unincorporated areas of Nassau County, Florida; and

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

PROCUREMENT, CONTRACT AWARD AND PROVIDER PROTESTS

In the United States Court of Federal Claims

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

NC General Statutes - Chapter 131F Article 3 1

Orange County Florida Code of Ordinances CHAPTER 2 ADMINISTRATION, ARTICLE X - LOBBYING ACTIVITIES

Ordinances of the City of Ocoee, Florida, is hereby amended to read as follows:

State of West Virginia Request For Quotation. Document Description : Addendum No. 01 Holly River SP Group 1 Cabin Rehabilitation

Bids Due: March 16, 2018

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

STATE OF SOUTH CAROLINA

John R. Prairie. Overview of the Clause FAR is relatively straightforward. The text is as follows: By John R. Prairie & Tyler E.

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Audit Report Number A P January 6, Washington, D.C.

REQUEST FOR BID # TIRE DISPOSAL SERVICES

4.10. Office of the Chief Electoral Officer. Chapter 4 Section. Background. Follow-up to VFM Section 3.10, 2005 Annual Report

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

ACTION ITEM #2 Recommendation to Adopt Amendments to the Washington Administrative Code (WAC), Chapter Small Works Roster (Greg Royer)

DIVISION 000 PUBLIC CONTRACTS CHAPTER 10 - PUBLIC CONTRACTING RULES DIVISION 000 PUBLIC CONTRACTS GENERALLY

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

THE NEW LEGISLATIVE PACKAGE ON PUBLIC PROCUREMENT, CONCESSIONS FOR WORKS AND CONCESSIONS FOR SERVICES

CHAPTER House Bill No. 763

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

LEE COUNTY ORDINANCE NO

ADVERTISEMENT FOR BID Section Page 1 of 6

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

CITY OF DELRAY BEACH 100 NW 1 st AVENUE, DELRAY BEACH, FL RFP No Financial Investment Advisor Services - CARY D.

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

CITY OF HOPKINSVILLE

Public Services and Procurement Canada Departmental Oversight Branch

INVITATION TO BID MAIL DATE: 06/20/2013

NOTICE OF PUBLIC HEARINGS STATE PROCUREMENT OFFICE STATE OF HAWAII ON PROPOSED AMENDMENTS TO HAWAII ADMINISTRATIVE RULES TITLE 3, CHAPTER 122

Minnesota State Colleges and Universities System Procedures Chapter 5 Administration Procedures associated with Board Policy 5.14

TITLE 5 MUNICIPAL FINANCE AND TAXATION CHAPTER 1 MISCELLANEOUS

ETHICS CODE FOR SCHOOL BOARD MEMBERS. public trust and confidence in government in general and The School Board of Broward County,

NOTICE OF ANNUAL PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF PUMP STATIONS AND APPURTENANCES

MINUTES OF THE REGULAR MEETING OF THE NEW YORK STATE BRIDGE AUTHORITY. HELD AT HEADQUARTERS, HIGHLAND, N.Y. ON September 19, 2013

Article I. Scope and Coverage

CLEVELAND PUBLIC LIBRARY Finance Committee Meeting May 17, :00 Noon

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT. Cellular Tower Software. June 19, 2014, no later than 3:00 PM EST

A Bill Regular Session, 2019 HOUSE BILL 1041

Agenda Indianapolis Airport Authority November 17, :00 AM

REGIONS FINANCIAL CORPORATION REGIONS BANK NOMINATING AND CORPORATE GOVERNANCE COMMITTEE CHARTER

FIRST AMENDMENT TO AGREEMENT. Between BROWARD COUNTY. and S&L SPECIAL TY CONTRACTING, INC. for CONSTRUCTION SERVICES. In connection with the

One Technology Court, Montgomery, AL Telephone: Bid Invitation 841 Paint Booth Disassembly

MARCH 27, 2019 INVITATION FOR BIDS

Contract Reporting and Oversight at the Health and Human Services Commission

COOPERATIVE PRICING SYSTEM AGREEMENT

LEGISLATION HISTORY BLUE BACK

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

President Raucher called the meeting to order at 8:30 A.M. 4. Abstentions by Board Members from items on the Agenda

INFORMATION AND INSTRUCTIONS For Completing the Two-Year Vendor Certification and Disclosure of Political Contributions Form

RESOLUTION OF BOARD OF TRUSTEES ADOPTING PROCUREMENT POLICIES AND PROCEDURES WHEREAS, the Maryland Health Benefit Exchange Act of 2011 ( the Exchange


BYLAWS OF THE SOUTH FLORIDA CHAPTER OF THE GLOBAL BUSINESS TRAVEL ASSOCIATION ARTICLE ONE - NAME.

BY-LAWS OF THE AMERICAN MOCK TRIAL ASSOCIATION (AMTA) ARTICLE 1. RESTRICTIONS. ARTICLE 1B. Definitions

CHAPTER Committee Substitute for House Bill No. 951

OFFICIAL MEETING MINUTES OF THE PALM BEACH COUNTY COMMISSION ON ETHICS PALM BEACH COUNTY, FLORIDA APRIL 7, 2016

The Virginia Public Procurement Act

Transcription:

PALM BEACH COUNTY CONTRACT OVERSIGHT NOTIFICATION () Sheryl G. Steckler Inspector General ISSUE DATE: APRIL 16, 2014 Enhancing Public Trust in Government Beach Equipment Concession for the Publicly Owned Beach Invitation to Bid #2013-48 SUMMARY After issuing Office of Inspector General (OIG) Contract Oversight Notification 2014-N- 0004 on February 14, 2014, the OIG received a complaint concerning a material change to the City of Delray Beach s ( City ) Invitation to Bid (ITB) No. 2013-48 titled, Beach Equipment Concession for the Publically Owned Beach ( Beach Concession ) solicitation document and resulting contract. The material change increased the number of beach equipment rentals from 250 pieces to 250 groupings. The OIG identified that the City failed to clearly specify these critical terms in the Beach Concession solicitation document. The lack of clarity caused confusion and raises questions about the fundamental fairness of the procurement process and whether it served the best interest of the City. BACKGROUND The City awarded the Beach Equipment Rental Concession for the Publically Owned Beach-Rebid contract to Oceanside Beach Services, Inc. ( Oceanside ) for the period of June 15, 2009 through June 14, 2012. Prior to the contract expiring, and without City Commission ( Commission ) authorization, the former City Manager approved a threeyear renewal of the contract. On April 9, 2013, the Commission determined that the contract renewal required their approval and subsequently directed City staff to competitively procure the contract. On August 18, 2013, the City issued a Beach Concession solicitation document that incorporated certain material terms from the previous solicitation, including stating that, at no time will more than two hundred fifty (250) beach chairs, cabanas, umbrellas, and windbreakers/clamshells be permitted on the beach. [emphasis added] On August 27, 2013, the City held a mandatory pre-bid conference 1. Only four prospective bidders attended. At the pre-bid conference, a representative from Oceanside asked the City why they were limiting the number of beach equipment rentals to 250 pieces when under the current contract it was allowed to rent much more equipment. On August 29, 2013, the City issued Addendum No. 1 ( Addendum ), stating: 1 The City will not accept proposals from vendors who do not attend the mandatory pre-bid conference.

The current contract and new contract both allow 250 beach chairs, cabanas, umbrellas and windbreakers/clamshells. This has not changed and the current contractor does not exceed this number. Proposals were due by September 17, 2013. One vendor submitted a Statement of No Bid, asserting that the contract was cost prohibitive. Only Oceanside submitted a bid. However, during the Commission meeting on October 15, 2013, City staff made a recommendation to the Commission that they reject all bids and re-advertise the Beach Concession contract. City staff recommended rejecting Oceanside s bid because with only one bid it cannot be determined if it is competitive pricing. The Commission voted 3-2 to not reject the only bid received. However, there was continued uncertainty as to the number of beach equipment rentals allowed under the contract by Oceanside and the Commission. At the Commission meeting on November 19, 2013, the former City Attorney 2 told the Commission that the solicitation document only allowed 250 pieces of beach equipment. The Commission subsequently voted 3-1 3 to award the contract to Oceanside. On January 6, 2014, the City executed the contract with Oceanside. It is noted that section 12 of the contract states, in part, a maximum of two hundred fifty (250), in total, [emphasis added] beach chairs, cabanas, umbrellas, and windbreakers/clamshells shall be allowed. At the January 21, 2014 Commission meeting, City staff was asked about the historical number of beach equipment rentals. Staff responded that they considered a cabana, consisting of two chairs, a table and a hood/cabana, as one piece of equipment. Moreover, the Interim City Attorney 4 informed the Commission that because of the conflicting information in the solicitation document, the Addendum, and the contract executed on January 6, 2014, they could either terminate or amend the existing contract. At the February 4, 2014 Commission meeting, the Interim City Attorney sought direction from the Commission concerning a proposed amendment to the contract; the Commission unanimously decided that the Interim City Attorney should proceed with the amendment. On March 21, 2014, the City and Oceanside executed Amendment No. 1 ( Amendment ) to the contract that states, in part: FINDING: A maximum of two hundred fifty (250) in total groupings [emphasis added] of equipment. A grouping of equipment shall consist of: two (2) sand arm chairs with foot rests constructed of solid oak wood with brass hardware, one (1) solid oak wood table with brass hardware, two (2) delray blue chair cushions (one (1) per each chair) and one (1) delray blue umbrella made of solid oak wood with brass hardware and sunbrella fabric. FINDING The City failed to clearly specify the critical terms in the Beach Concession solicitation document. The lack of clarity resulted in confusion among vendors, the City Commission and City staff. 2 City Attorney Brian Shutt resigned January 3, 2014. 3 Commissioner Adam Frankel was absent. 4 Terrill Pyburn Page 2 of 5

OIG Review The solicitation document states that, at no time will more than two hundred (250) beach chairs, cabanas, umbrellas and windbreakers/clamshells be permitted on the beach. [emphasis added] After Oceanside (incumbent) asked why the City was limiting number of beach equipment rentals to 250 pieces, the City issued an Addendum stating: the current contract and new contract both allow 250 beach chairs, cabanas, umbrellas and windbreakers/clamshells. This has not changed and the current contractor does not exceed this number. [emphasis added] The OIG spoke with two prospective vendors 5 that attended the mandatory pre-bid conference but did not submit a bid. One vendor submitted a Statement of No Bid while the other stated his current business model did not meet the requirements of the bid specifications. Both vendors acknowledged that the solicitation document language was unclear. They further informed the OIG that it is normal and customary in the industry for beach rental equipment to be expressed as groupings not pieces. It is unknown whether other vendors chose not to attend the pre-bid meeting because they understood the solicitation document to mean that only 250 pieces of beach equipment would be allowed for rent and as a result, the City s requirement that a vendor pay a minimum annual concession fee (revenue) of $170,000 would make the contract unprofitable. Furthermore, even if a vendor was aware that more than 250 pieces of beach equipment could be rented, the uncertainty resulting from the conflicting information could make them unsure of exactly what was being offered by the City. Even the Commission was uncertain about the number of beach equipment rentals allowed under the contract. This uncertainty led the former City Attorney to reassert to the Commission that the solicitation document allowed only 250 pieces of beach equipment and he incorporated language into the contract stating that a maximum of two hundred fifty (250) in total [emphasis added] beach chairs, cabanas, umbrellas and windbreakers/clamshells shall be allowed. It is noted that this language is included in the contract executed by the City and Oceanside on January 6, 2014; however, it was directly contrary to the written representation the City made in the Addendum dated August 29, 2013 to the Beach Concession solicitation document. Nevertheless, on March 21, 2014, the City and Oceanside executed an Amendment to the contract allowing for a maximum of two hundred fifty (250) in total groupings [emphasis added] of equipment. Based upon the forgoing, there was a lack of effective communication among City staff and with the Commission to arrive at a common understanding of what the City desired to contract for. Because the City staff lacked a common understanding of the nature of the franchise it intended to award, the City was unable to clearly communicate to all prospective vendors the critical terms of the franchise it intended to award. The State of Florida, Department of Management Services publishes a Guidebook to Public Procurement 6 that details current procurement practices. The Guidebook contains an array of information; however, of specific interest is Section 2.2, titled Phase 1: Gather and Analyze Requirements contained therein the Guidebook recommends: 5 Although four prospective vendors attended the mandatory pre-bid meeting, only three were considering submitting a bid: Oceanside (incumbent), A & A Beach Services, Inc. and Island Beach Services. The fourth attendee, an attorney with the firm of Becker & Poliakoff, was observing the process. 6 The Guidebook to Public Procurement can be located at: http://www.dms.myflorida.com/business_operations/state_purchasing Page 3 of 5

After identifying stakeholders in a particular procurement project, the procurement staff must work with those stakeholders to define the critical business requirements. Critical business requirements are those essential functions which must be met by the commodities or contractual services provided in a contract. The procurement staff should meet with particular program areas and encourage discussion about the procurement need. Procurement staff should ask sufficient and pertinent questions to ensure the entire solicitation team fully understands and documents the critical business requirements of a potential contract. The solicitation team uses the data gathered from stakeholders above and from other sources consulted during analysis of the scope of procurement need to develop the competitive solicitation and evaluation requirements. When it submitted its bid, Oceanside was justified in relying on the City s representation that its current number of rental equipment pieces was compliant. However, the lack of clarity in the solicitation document raises questions about the fundamental fairness of the procurement process and whether it served the best interest of the City. The City of Delray Beach should: RECOMMENDATION 1. Develop, or incorporate within an existing policy/procedure, the means and methods by which the critical business requirements (essential functions which must be met by the commodities or contractual services provided in a contract) of procurement projects are developed, documented and communicated. RESPONSE FROM MANAGEMENT On April 15, 2014, Mr. Louie Chapman, Jr., City Manager, submitted a response to this Notification (Attachment A). Mr. Chapman stated: Thank you for affording the City the opportunity to review and comment on the draft report. My staff and I want to compliment the OIG on the manner that you handled the review. I have no other comment to the report. ACKNOWLEDGEMENT The Inspector General s Contract Oversight staff would like to extend our appreciation to the City of Delray Beach s management for the cooperation and courtesies extended to us during the contract oversight process. This report is available on the OIG website at: http://www.pbcgov.com/oig. Please address inquiries regarding this report to Hank K. Nagel, Contract Oversight Manager, by email at inspector@pbcgov.org or by telephone at (561)233-2350. Page 4 of 5

ATTACHMENT A Page 5 of 5