Loading...
HomeMy WebLinkAboutAgenda Item Summary Form1IV OF 3 AGENDA ITEM SUMMARY FORM File ID: #11121 �) ;,moo x i 9 Date: 11/29/2021 Requesting Department: Office of Capital Improvements Commission Meeting Date: 01/13/2022 Sponsored By: District Impacted: District 5 Type: Resolution Subject: Approve - Civil Engineering Services for Shorecrest Road and Drainage Improvements Purpose of Item: The purpose of this item is to authorize a resolution from the Miami City Commission, approving a recommendation to award a professional services agreement to A.D.A. Engineering, Inc. ("ADA"), the top ranked responsive and responsible proposer, pursuant to Request for Qualifications ("RFQ") No. 19-20-021, to provide civil engineering services for Shorecrest Road and Drainage Improvements — D5 ("Project"), with a not -to -exceed amount of one million one hundred ninety-six thousand two hundred seventy-three dollars and fifty-six cents ($1,196,273.56), including one million eighty-seven thousand five hundred twenty-one dollars and forty-two cents ($1,087,521.42) for Basic Services, eighty thousand dollars ($80,000.00) for Dedicated Allowances, and one hundred eight thousand seven hundred fifty-two and fourteen cents ($108,752.14) for a ten percent (10%)) Owner's Contingency Allowance, as shown below and subject to availability of funds; allocating funds from the appropriate Capital Improvements project and Departmental budgets, subject to budgetary approval at the time of need; authorizing the City Manager to execute the agreement with ADA in a form acceptable to the City Attorney, and to issue ADA the appropriate Notice to Proceed, and subject to availability of funds; further authorizing the City Manager to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, and prior budgetary approvals, and in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City of Miami's Procurement Ordinance, Anti - deficiency Act, and financial integrity principles, all as set forth in Chapter 18 of the City Code, all in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Background of Item: On January 24, 2020, the Department of Procurement ("Procurement") issued RFQ No. 19-20-021 to provide civil engineering services for the Project, under full and open competition. On May 13, 2020, seven (7) proposals were received by the Office of the City Clerk in response to the RFQ. Subsequently, all seven (7) proposals were found to be responsive to the Minimum Qualifications and Experience Requirements of the RFQ, after Procurement completed its due diligence effort. Later, on February 10, 2021, an Evaluation Committee met and completed the evaluation of the seven (7) proposals submitted, following the guidelines stipulated in the RFQ. On March 26, 2021, the Evaluation Committee reconvened to correct an error made in their individual scoring sheets with respect to Criterion 6 for two (2) proposers. On April 15, 2021, a Negotiation Committee appointed by the City Manager met and conducted negotiations through June 30, 2021, finding ADA to be the top ranked responsive and responsible Proposer. Therefore, the City Manager requests authorization to execute an Agreement with ADA for a not -to exceed amount of one million one hundred ninety-six thousand two hundred seventy-three dollars and fifty-six cents ($1,196,273.56), including one million eighty seven thousand five hundred twenty-one dollars and forty-two cents ($1,087,521.42) for Basic Services, eighty thousand dollars ($80,000.00) for Dedicated Allowances, and one hundred eight thousand seven hundred fifty-two and fourteen cents ($108,752.14) for a ten percent (10%) Owner's Contingency Allowance. Funds are to be allocated from the appropriate Capital Improvements projects and Departmental budgets. SUMMARY OF COMPENSATION* Task, Sub- task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis 1. Project General & Project Common Tasks $153,170.00 Lump Sum 2. Public Involvement $36,586.40 Lump Sum 3. Roadway Analysis $124,758.40 Lump Sum 4. Roadway Plans $43,036.80 Lump Sum 5. Drainage Analysis $119,472.40 Lump Sum 5A. Drainage Plans $83,559.60 Lump Sum 6. Utilities $38,068.80 Lump Sum 7. Environmental Permits $6,540.00 Lump Sum 8. Signing and Pavement Marking Analysis $17,263.20 Lump Sum 8A. Signing and Pavement Marking Plans $10,265.20 Lump Sum 9. Lighting Analysis $33,661.60 Lump Sum 9A. Lighting Plans $12,659.20 Lump Sum Sub -Total ADA Engineering $679,041.60 Lump Sum JACOBS $201.508.41 Lump Sum HR Engineering $30,174.72 Lump Sum Hadonne $46,931.55 Lump Sum MAGBE $27,365.14 Lump Sum GSLA $22,500.00 Lump Sum Dedicated Allowance to Design Outfalls/Raise Seawalls $65,000.00 Limiting Amount NTE Allowance for Reimbursable Expenses $15,000.00 Limiting Amount NTE SUB -TOTAL $1,087,521.42 10% Owner's Contingency $108,752.14 GRAND TOTAL $1,196,273.56 Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $1,196,273.56 OCI Project No.: B-17365 The lease. debt. loan. or other financial obligation structure beina reauested in order to fund/finance your proposed purchase, legislation, project, or agreement. Reviewed By Office of Capital Improvements Hector L Badia Department Head Review Completed 12/07/2021 4:41 PM Office of Management and Budget Lai -wan McGinnis Budget Analyst Review Completed 12/29/2021 2:58 PM Office of Management and Budget Marie Gouin Budget Review Completed 12/29/2021 3:57 PM Department of Risk Management Ann -Marie Sharpe Risk Review Completed 12/29/2021 5:12 PM Department of Procurement Yadissa Calderon Procurement Review Completed 12/30/2021 8:43 AM City Manager's Office Fernando Casamayor Assistant City Manager Review Completed 01/04/2022 12:11 PM City Manager's Office Arthur Noriega V City Manager Review Completed 01/04/2022 12:37 PM Legislative Division Valentin J Alvarez Legislative Division Review Completed 01/04/2022 12:39 PM Office of the City Attorney Pablo Velez ACA Review Completed 01/04/2022 7:23 PM Office of the City Attorney Barnaby L. Min Deputy City Attorney Review Completed 01/04/2022 8:23 PM Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed 01/04/2022 9:32 PM City Commission Nicole Ewan Meeting Completed 01/13/2022 9:00 AM Office of the City Clerk City Clerk's Office Rendered Completed 01/18/2022 2:57 PM �tzY,°v City of Miami Legislation r=f Resolution Enactment Number: R-22-0024 File Number: 11121 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Final Action Date:1/13/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL RECEIVED ON MAY 13, 2020 PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 19-20-021 FROM A.D.A. ENGINEERING, INC., A FLORIDA PROFIT CORPORATION ("A.D.A."), THE TOP RANKED RESPONSIVE AND RESPONSIBLE PROPOSER, FOR PROVISION OF CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS, D-5, CITY OF MIAMI ("CITY") OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-17365 FOR A TOTAL NOT TO EXCEED AMOUNT OF ONE MILLION ONE HUNDRED NINETY SIX THOUSAND TWO HUNDRED SEVENTY THREE DOLLARS AND FIFTY SIX CENTS ($1,196,273.56), INCLUDING A NOT TO EXCEED AMOUNT OF ONE MILLION EIGHTY SEVEN THOUSAND FIVE HUNDRED TWENTY ONE DOLLARS AND FORTY TWO CENTS ($1,087,521.42) FOR BASIC SERVICES AS PROVIDED IN EXHIBIT "A," ATTACHED AND INCORPORATED, A NOT TO EXCEED AMOUNT OF EIGHTY THOUSAND DOLLARS ($80,000.00) FOR DEDICATED ALLOWANCES, AND A NOT TO EXCEED AMOUNT OF ONE HUNDRED EIGHT THOUSAND SEVEN HUNDRED FIFTY TWO DOLLARS AND FOURTEEN CENTS ($108,752.14) FOR AN OWNER'S TEN PERCENT (10%) CONTINGENCY ALLOWANCE; ALLOCATING FUNDS FROM THE APPROPRIATE OCI PROJECT AND DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH A.D.A., IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE; AUTHORIZING THE ISSUANCE OF THE APPROPRIATE NOTICES TO PROCEED TO A.D.A., SUBJECT TO THE AVAILABILITY OF FUNDS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on April 15, 2021, pursuant to Request for Qualifications ("RFQ") No. 19-20- 021, a Negotiation Committee appointed by the City Manager met and conducted negotiations through June 30, 2021, finding A.D.A. Engineering Inc., a Florida profit corporation ("A.D.A."), to be the top ranked responsive and responsible Proposer for the provision of Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, City of Miami ("City") Office of Capital Improvements ("OCI") Project No. B-17365; and WHEREAS, on July 27, 2021, the Professional Services Agreement's ("Agreement") terms and conditions negotiated and agreed to by A.D.A. were formally accepted by the City; and WHEREAS, the City Manager requests authorization to execute the Agreement with A.D.A., for a total not to exceed amount of One Million One Hundred Ninety Six Thousand Two Hundred Seventy Three Dollars and Fifty Six Cents ($1,196,273.56), including a not to exceed amount of One Million Eighty Seven Thousand Five Hundred Twenty One Dollars and Forty Two Cents ($1,087,521.42) for Basic Services as provided in Exhibit "A," attached and incorporated, a not to exceed amount of Eighty Thousand Dollars ($80,000.00) for Dedicated Allowances, and a not to exceed amount of One Hundred Eight Thousand Seven Hundred Fifty Two Dollars and Fourteen Cents ($108,752.14) for an Owner's Ten Percent (10%) Contingency Allowance; and WHEREAS, funds are to be allocated from the appropriate OCI project and departmental budgets, subject to the availability of funds and budgetary approval at the time of need; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference, and incorporated as if fully set forth in this Section. Section 2. The proposal received on May 13, 2020 pursuant to RFQ No. 19-20-021 from A.D.A., the top ranked and responsible proposer, for provision of civil engineering services for Shorecrest Road and Drainage Improvements, D-5, OCI Project No. B-17365, for a total not to exceed amount of One Million One Hundred Ninety Six Thousand Two Hundred Seventy Three Dollars and Fifty Six Cents ($1,196,273.56), including a not to exceed amount of One Million Eighty Seven Thousand Five Hundred Twenty One Dollars and Forty Two Cents ($1,087,521.42) for Basic Services as provided in Exhibit "A," attached and incorporated, a not to exceed amount of Eighty Thousand Dollars ($80,000.00) for Dedicated Allowances, and a not to exceed amount of One Hundred Eight Thousand Seven Hundred Fifty Two Dollars and Fourteen Cents ($108,752.14) for an Owner's Ten Percent (10%) Contingency Allowance, is accepted. Section 3. Funds are allocated from the appropriate OCI project and departmental budgets, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to execute the Agreement with A.D.A., in a form acceptable to the City Attorney, for said purpose. Section 5. The issuance of the appropriate Notices to Proceed to A.D.A., subject to the availability of funds, is hereby authorized.' Section 6. The City Manager is further authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, and prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 ' The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions. of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 7. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: 1 i ria i : ndez, Cify Attor iey 1/4/2022 Pursuant to the resolution, this item became effective immediately upon adoption by the Commission.