HomeMy WebLinkAboutR-04-0579City of Miami
Legislation
Resolution: R-04-0579
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 04-01015 Final Action Date: 9/9/2004
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO EXECUTE TEN (10) NEGOTIATED
PROFESSIONAL SERVICES AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED
FORM, WITH EACH OF THE TEN (10) FIRMS IDENTIFIED HEREIN, FOR THE
PROVISION OF TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
TO BE USED CITY-WIDE ON AN AS -NEEDED BASIS, FORA TWO-YEAR PERIOD
WITH THE OPTION DELEGATED TO THE CITY MANAGER TO EXTEND THE
TERM FOR TWO ADDITIONAL ONE-YEAR PERIODS AT A TOTAL COST NOT TO
EXCEED $2,000,000, FOR EACH CONTRACT; ALLOCATING FUNDS 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.
WHEREAS, the City of Miami ("City") has many transportation improvement projects funded in the
Capital Improvement Program from the Miami -Dade County surtax, Homeland Defense -
Neighborhood Improvement Bonds and other sources; and
WHEREAS, the City requires the services of outside consultants to assist with the design and
engineering of these transportation improvement projects; and
WHEREAS, the City conducted a competitive selection process, Request for Proposals No. 03-04
-087A, in accordance with Florida Statutes Section 287.055, the Consultants Competitive Negotiation
Act, and in accordance with the Code of the City of Miami, Florida as amended; and
WHEREAS, ten (10) firms were selected and ranked by the Selection Committee and that such
ranking was approved by the City Manager and the City Commission pursuant to a memo from the
City Manager dated May 26, 2004; and
WHEREAS, the Department of Capital Improvements and Transportation ("Department")
negotiated Professional Services Agreements ("Agreements") with each of the ten (10) firms setting
forth the terms and conditions for the work to be provided by said firms; and
WHEREAS, said Agreements will provide for the assignments by issuance of Work Orders as
follows: at least three (3) of the firms listed herein will be contacted to discuss the requirements of a
work assignment, the highest ranked firm among those will then be asked to prepare a proposal, that
proposal will be negotiated with City staff, should negotiations fail, the Department will request a
proposal from the next highest ranked firm of the three or more interviewed, and upon successful
negotiations with the selected consultant, the Department will issue a Work Order and Purchase
Order to commence services; and
WHEREAS, each Agreement shall have a maximum fee payable to the Consultants of
City of Miami
Page 1 of 2 File Id: 04-01015 (Version: 2) Printed On: 9/30/2016
File Number: 04-01015 Enactment Number: R-04-0579
$2,000,000 for a total of $20,000,000, for all projects which funds will be made available from
individual Capital Improvement projects or other designated project funds as the assignments are
made;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by
reference and incorporated as if fully set forth in this section.
Section 2. The City Manager is authorized{1} to execute an Agreement, in substantially the
attached form, with each of the ten (10) firms listed below in alphabetical order, for the provision of
transportation and transit professional services to be used City-wide on an as -needed basis, for a
two-year period with the option delegated to the City Manager, to extend each contract for two
additional one-year periods, in an amount not to exceed $2,000,000, per firm, with funds 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:
•A&P Consulting Transportation Engineers Corporation;
♦Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS);
♦DMJM & Harris, Inc.;
♦EAC Consulting, Inc.;
♦Gannett Fleming, Inc.;
♦Marlin Engineering, Inc.;
♦Metric Engineering, Inc.;
♦R.J. Behar & Company, Inc.;
♦Reynolds, Smith and Hills, Inc.; and
♦URS Corporation
Section 3. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{2}
Footnotes:
{1} The herein authorization is further subject to compliance with all requirements that may be
imposed by the City Attorney, including but not limited to those prescribed by applicable City
Charter and Code provisions.
{2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar
days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City Commission.
City of Miami Page 2 of 2 File Id: 04-01015 (Version: 2) Printed On: 9/30/2016