HomeMy WebLinkAboutcover memoCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
RE.6
TO :
The Honorable Mayok&-f embers
of City Commian i
i
AUG 3 0 2004
DATE : FILE :
SUBJECT:
Resolution Authorizing Execution of Ten (10)
Professional Services Agreements - Consulting
Services for Major Transportation & Transit,
per RFP 03-04-087A
FROM: 1 REFERENCES
Jo Ar' iota,
City M nager/Chief Administrator ENCLOSUREAemo, Budget Impact Form, Resolution,
Agreement
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution authorizing
the City Manager to execute a negotiated Professional Services Agreements (PSAs), in the
attached form, with each of the ten (10) firms identified below and selected to provide professional
transportation and transit services, on an as -needed basis pursuant to Request for Proposals
(RFP) No. 03-04-087A, at a cost not to exceed $2,000,000 for each agreement, for a total of
$20,000,000. The term will be for a period of two (2) years with the option delegated to the City
Manager to extend each contract for two (2) additional one (1) year periods. Funds are to be
provided from individual capital improvement projects appropriated annually by the City
Commission.
BACKGROUND
The City of Miami has a significant number of transportation improvement projects which require
the services of outside design and engineering consultants. To meet the need, the City conducted
a competitive selection process in accordance with Florida Statutes Section 287.055, the
Consultants Competitive Negotiation Act ("CCNA"), and in accordance with the City Code. Ten
(10) firms were selected, ranked and approved by the City Manager and the City Commission
pursuant to memo from the City Manager dated May 26, 2004, copy attached. These firms are:
■ A & P Consulting Transportation
Engineers Corporation
■ DMJM & Harris, Inc.
■ Gannett Fleming, Inc.
■ Metric Engineering, Inc.
■ Reynolds, Smith & Hills, Inc.
• Corzo Castella Carballo Thompson Salman, PA
(C3TS)
• EAC Consulting, Inc.
• Marlin Engineering, Inc.
• R.J. Behar & Company, Inc.
• URS Corporation - Southern.
The Department of Capital Improvements and Transportation ("Department") negotiated PSAs with
each of the ten (10) firms, setting forth the terms and conditions for the work to be provided. The
broad scope of services, from which individual assignments will be drawn based on the needs of
each project, includes transportation and transit planning, traffic engineering, and road, highway
and drainage design. For any given project, the Consultant may provide all planning activities,
studies, analysis, testing and modeling, engineering design, construction drawings and bid
documents, bidding assistance, and construction administration.
S
Provisions for the assignment of individual work will be by Work Orders issued as follows: at least
three (3) of the firms will be contacted by the Department to discuss the work required, the highest
ranked firm among those will then be asked to prepare a price proposal and negotiate with the
Department for these services. Should negotiations fail, the Department will request a price
proposal from the next highest ranked firm of the three interviewed. Upon successful negotiations
with the selected Consultant, the Department will issue a Work Order and purchase order to
commence services.
FUNDS & FISCAL IMPACT
Funds for these services are included in the budgeted appropriations of individual projects. Monies
will be allocated from various capital project accounts, as may be adjusted from time to time by the
City Commission in the Annual Appropriations/Capital Improvements Ordinances, or as otherwise
adjusted as permitted by law.
G
JA, S:M C:JCC: J:bd