HomeMy WebLinkAboutAgenda Item Summary Form1IV OF
AGENDA ITEM SUMMARY FORM
File ID: #11934
oR ti9
Date: 05/03/2022 Requesting Department: Office of Capital
Improvements
Commission Meeting Date: 05/12/2022 Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Approve Recommendation - Professional Marine and Coastal Engineering
Services
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 Cummins,
the top ranked responsive and responsible Proposer, pursuant to RFQ No. 20-21-016,
to provide professional marine and coastal engineering services for the Project, with a
contract value in the not -to -exceed amount of $1,541,109.66, including a not -to exceed
amount of $713,750.52 for Phase 1, a not -to -exceed amount of $569,077.14 for Phase
2, a Dedicated Allowance in the not -to -exceed amount of $80,000.00, a Reimbursable
Expenses Allowance in the not -to -exceed amount of $50,000.00, and an Owner's
Contingency Allowance in the not -to -exceed amount of $128,282.00, on a phased basis
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 Cummins in a
form acceptable to the City Attorney-, 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 June 4, 2021, the Department of Procurement ("Procurement") issued RFQ No. 20-
21-016 to provide professional marine and coastal engineering services for the Project,
under full and open competition. On July 16, 2021, five (5) proposals were received by
the Office of the City Clerk in response to the RFQ. Subsequently,
after Procurement completed its due diligence effort, one (1) proposal was found to be
non -responsive to the Minimum Requirements of the RFQ. Later, on August 26, 2021,
an Evaluation Committee met and completed the evaluation of the remaining four (4)
proposals submitted by responsive and responsible proposers, following the guidelines
stipulated in the RFQ, finding Cummins to be the top ranked responsive and
responsible Proposer. On September 23, 2021, a Negotiation Committee appointed by
the City Manager met and conducted negotiations through February 28, 2022.
Therefore, the City Manager requests authorization to execute an Agreement with
Cummins with a contract value in the not -to -exceed amount of $1,541,109.66, including
a not -to exceed amount of $713,750.52 for Phase 1, a not -to -exceed amount of
$569,077.14 for Phase 2, a Dedicated Allowance in the not -to -exceed amount of
$80,000.00, a Reimbursable Expenses Allowance in the not -to -exceed amount of
$50,000.00, and an Owner's Contingency Allowance in the not -to -exceed amount of
$128,282.00, on a phased basis and subject to availability of funds. Funds are to be
allocated from the appropriate Capital Improvements projects and Departmental
budgets.
Budget Impact Analysis
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$1,541,109.66
OCI Project No.: B-193402A
Reviewed By
Office of Capital Improvements
Hector L Badia
Department Head Review
Completed
05/03/2022 3:27 PM
Office of Management and Budget
Lai -wan McGinnis
Budget Analyst Review
Completed
05/03/2022 4:30 PM
Department of Procurement
Annie Perez
Procurement Review
Completed
05/03/2022 4:39 PM
Office of Management and Budget
Marie Gouin
Budget Review
Completed
05/03/2022 4:52 PM
Department of Risk Management
Ann -Marie Sharpe
Risk Review
Completed
05/03/2022 4:59 PM
City Manager's Office
Nzeribe Ihekwaba
Assistant City Manager Review
Completed
05/03/2022 8:15 PM
Legislative Division
Valentin J Alvarez
Legislative Division Review
Completed
05/03/2022 8:17 PM
City Manager's Office
Arthur Noriega V
City Manager Review
Completed
05/03/2022 10:11 PM
Office of the City Attorney
Victoria Mendez
ACA Review
Skipped
05/03/2022 10:14 PM
Office of the City Attorney
Victoria Mendez
Approved Form and Correctness
Completed
05/03/2022 10:15 PM
City Commission
Maricarmen Lopez
Meeting
Completed
05/12/2022 9:00 AM
Office of the City Clerk
City Clerk's Office
Rendered
Completed
05/13/2022 6:44 PM
-,IV ov .
City of Miami
*' ISS°°1 il°4I°
°°
Legislation
Resolution
Enactment Number: R-22-0173
File Number: 11934
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
Final Action Date:5/12/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
APPROVING THE RECOMMENDATION FOR AWARD OF A PROFESSIONAL
SERVICES AGREEMENT ("AGREEMENT") TO CUMMINS CEDERBERG, INC.,
A FLORIDA PROFIT CORPORATION ("CUMMINS"), THE TOP RANKED
RESPONSIVE AND RESPONSIBLE PROPOSER, PURSUANT TO REQUEST
FOR QUALIFICATIONS ("RFQ") NO. 20-21-016, FOR PROVISION OF
PROFESSIONAL MARINE AND COASTAL ENGINEERING SERVICES FOR
THE DINNER KEY MARINA BREAKWATERS MITIGATION 406 - D2 PROJECT
("PROJECT"), FOR A TOTAL NOT -TO -EXCEED AMOUNT OF ONE MILLION
FIVE HUNDRED FORTY ONE THOUSAND ONE HUNDRED NINE DOLLARS
AND SIXTY SIX CENTS ($1,541,109.66), INCLUSIVE OF THE NOT -TO -
EXCEED AMOUNT OF SEVEN HUNDRED THIRTEEN THOUSAND SEVEN
HUNDRED FIFTY DOLLARS AND FIFTY TWO CENTS ($713,750.52) FOR
PHASE 1, THE NOT -TO -EXCEED AMOUNT OF FIVE HUNDRED SIXTY NINE
THOUSAND SEVENTY SEVEN DOLLARS AND FOURTEEN CENTS
($569,077.14) FOR PHASE 2, A DEDICATED ALLOWANCE FOR THE NOT -TO -
EXCEED AMOUNT OF EIGHTY THOUSAND DOLLARS ($80,000.00), A
REIMBURSABLE EXPENSES ALLOWANCE FOR THE NOT -TO -EXCEED
AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00), AND AN OWNER'S
CONTINGENCY ALLOWANCE FOR THE NOT -TO -EXCEED AMOUNT OF ONE
HUNDRED TWENTY EIGHT THOUSAND TWO HUNDRED EIGHTY TWO
DOLLARS ($128,282.00), ON A PHASED BASIS; ALLOCATING FUNDS FROM
THE APPROPRIATE CITY OF MIAMI ("CITY") OFFICE OF CAPITAL
IMPROVEMENTS ("OCI") PROJECT AND DEPARTMENTAL BUDGETS,
SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL
AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE
THE AGREEMENT WITH CUMMINS, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, FOR SAID PURPOSE; FURTHER AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL 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 June 4, 2021, the City of Miami ("City") Department of Procurement
("Procurement") issued Request for Qualifications ("RFQ") No. 20-21-016 for the provision of
professional marine and coastal engineering services for the Dinner Key Marina Breakwaters
Mitigation 406 - D2 Project ("Project"); and
WHEREAS, on July 16, 2021, five (5) proposals were received via Procurement's
BidSync software in response to the RFQ and, subsequently, one (1) proposal was found to be
non -responsive to the RFQ Minimum Requirements upon Procurement's completion of its due
diligence efforts; and
WHEREAS, on August 26, 2021, an Evaluation Committee, approved by the City
Manager, met and completed the evaluation of the remaining four (4) proposals submitted by
responsive and responsible proposers, following the guidelines stipulated in the RFQ, and found
Cummins Cederberg, Inc., a Florida profit corporation ("Cummins"), to be the top ranked
responsive and responsible Proposer; and
WHEREAS, on September 23, 2021, a Negotiation Committee, appointed by the City
Manager, met and conducted negotiations through February 28, 2022; and
WHEREAS, the RFQ Professional Services Agreement ("Agreement") terms and
conditions, negotiated and agreed upon by Cummins, were formally accepted by the City on or
about March 18, 2022; and
WHEREAS, the City Manager requests authorization to execute an Agreement with
Cummins, for a total not -to -exceed amount of One Million Five Hundred Forty One Thousand
One Hundred Nine Dollars and Sixty Six Cents ($1,541,109.66), inclusive of a not -to -exceed
amount of Seven Hundred Thirteen Thousand Seven Hundred Fifty Dollars and Fifty Two Cents
($713,750.52) for Phase 1, a not -to -exceed amount of Five Hundred Sixty Nine Thousand
Seventy Seven Dollars and Fourteen Cents ($569,077.14) for Phase 2, a Dedicated Allowance
for the not -to -exceed amount of Eighty Thousand Dollars ($80,000.00), a Reimbursable
Expenses Allowance for the not -to -exceed amount of Fifty Thousand Dollars ($50,000.00), and
an Owner's Contingency Allowance for the not -to -exceed amount of One Hundred Twenty Eight
Thousand Two Hundred Eighty Two Dollars ($128,282.00), on a phased basis; and
WHEREAS, funds are to be allocated from the appropriate City Office of Capital
Improvements ("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 recommendation for award of an Agreement to Cummins, the top ranked
responsive and responsible Proposer, pursuant to RFQ No. 20-21-016, for the provision of
professional marine and coastal engineering services for the Project, for a total not -to -exceed
amount of One Million Five Hundred Forty One Thousand One Hundred Nine Dollars and Sixty
Six Cents ($1,541,109.66), inclusive of the not -to -exceed amount of Seven Hundred Thirteen
Thousand Seven Hundred Fifty Dollars and Fifty Two Cents ($713,750.52) for Phase 1, the not -
to -exceed amount of Five Hundred Sixty Nine Thousand Seventy Seven Dollars and Fourteen
Cents ($569,077.14) for Phase 2, a Dedicated Allowance for the not -to -exceed amount of Eighty
Thousand Dollars ($80,000.00), a Reimbursable Expenses Allowance for the not -to -exceed
amount of Fifty Thousand Dollars ($50,000.00), and an Owner's Contingency Allowance for the
not -to -exceed amount of One Hundred Twenty Eight Thousand Two Hundred Eighty Two
Dollars ($128,282.00), on a phased basis, is hereby approved.
Section 3. Funding shall be 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 Cummins, in
a form acceptable to the City Attorney, for said purpose.
Section 5. 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, 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.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
l
i 4nalndez, ity Attor ey 5/3/2022
Pursuant to the resolution, this item became effective immediately upon adoption by the Commission.
The herein authorization is further subject to compliance with all legal regulations that may be imposed,
including but not limited to, those prescribed by applicable City Charter and City Code provisions.