HomeMy WebLinkAboutSubmittalCITY OF MIAMI, FLORIDA
NITER -OFFICE MEMORANDUM
TO: Distribution List Below
FROM: M it ation
Capital Improvements & Transportation
DATE:
SUBJECT:
REFERENCES:
ENCLOSURES:
September 8, 2006
Revised Agenda Item
September 12th Commission
Meeting
Please find attached a revised Agenda package for the following item scheduled for the September 12th
Commission meeting:
RE.3: Authorize Agreements with Geotech Firms
The original item package should be removed and completely replaced.
Thank you.
Distribution List:
Mayor Manuel A. Diaz ,7
Commissioner Angel Gonzalez
Commissioner Linda Haskins
Commissioner Tomas P. Regalado
Commissioner Joe M. Sanchez
Commissioner Michelle Spence -Jones
Pedro G. Hernandez, City Manager
Jorge L. Fernandez, City Attorney
City Cierk's Office
Agenda Office (2 copies)
Mary Conway, Chief Operating Officer
Gary Fabrikant, Assistant Director, CIT
Roger Hatton, Project Manager, CIT
Alisha Alfonso, Litigation Assistant
SUBMTTEDNTO THE
PUBLIC RECORD FOR
TEMae.3 ON q_i=_oe
rrf
rn
AGENDA ITEM SUMMARY FORM
FILE ID:
Date: 09/8/2006 Requesting Department:CIT Department
Commission Meeting Date: 9/12/2006 District(s) I>C���MiQQ : lA
11
®4 ®5
Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item E Other
Subject: Resolution authorizing the City Manager to execute Professional Services Agreements with
selected firms to provide Geotechnical and Construction Material Testing services for the City of Miami
on a rotating basis as needed.
Purpose of Item:
A Resolution to authorize the City Manager to execute agreements with selected firms pursuant to RFQ
No. 05-06-077 to provide Geotechnical and Material Testing services for the City of Miami on a
rotating basis as needed, allocating $500,000 per firm for a total not to exceed amount of $1,500,000
collectively, and providing for the option to request an additional $500,000 per firm in the event that
additional services are necessary, subject to commission approval.
Background Information:
The City issued a Request for Qualifications (RFQ) to select qualified firms to provide geotechnical and
construction material testing services for the City of Miami. Five proposals were received in response to
the RFQ. Resolution No. R-06-0458, approved on 7/27/06, accepted the Committee's recommendation
and authorized negotiations with the top three ranked firms in the following order: (1) Mactec
Engineering and Consulting, Inc.; (2) Ardaman & Associates, Inc.; and (3) Professional Services
Industries, Inc. Negotiations have concluded with the selected firms and the negotiated agreements are
now being recommended for approval. Each firm will have an initial not to exceed contract value of
$500,000. If additional services are needed beyond those funded, CIT will return to the Commission for
approval to increase the contract value, in a not to exceed amount of $500,000 per firm.
Budget Impact Analysis
NO Is this item related to revenue? � �` ` 1t .1
YES Is this item an expenditure? If so, please identify funding source belowie-C ' z° r p
General Account No: 9-1 y-.,..0
Special Revenue Account No:
CIP Project No:
NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds?
Start Up Capital Cost:
Maintenance Cost:
Total Fiscal Ii ppaet• $1,590,000
C.LP APPROVAL:
CIP
If using or receiv
Grants
iok
Eira
N/A
Final Approvals
(SIGN AND DATE)
Budget $1 ,
Risk Management
Dept. Director
City Manager
Purchasing N/A
Chief /7 /L (,e Lwl/11, /'
Page 1 of 1
Proj(4anager: Leo Villalobos
Subm
record
item it. 3
Prise Li'1"'1,
City of Miami
Legislation
Resolution: R-06-0458
Ss,.i:.os I
City &le*
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 06-01221
Final Action Date: 7/27/2006
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE
RECOMMENDATION OF THE CITY MANAGER TO APPROVE THE FINDINGS OF
THE EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR
QUALIFICATIONS NO. 05-06-077, THAT THE FIRMS MOST QUALIFIED TO
PROVIDE GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING
SERVICES CITYWIDE, ON AN AS -NEEDED BASIS, IN RANK ORDER, ARE: 1)
MACTEC ENGINEERING & CONSULTING, INC., 2) ARDAMAN AND
ASSOCIATES, INC., AND 3) PROFESSIONAL SERVICES INDUSTRIES, INC;
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AGREEMENTS WITH ALL
OF THE RECOMMENDED FIRMS; FURTHER DIRECTING THE CITY MANAGER
TO PRESENT THE NEGOTIATED AGREEMENTS TO THE CITY COMMISSION
FOR ITS CONSIDERATION AND APPROVAL.
WHEREAS, the City of Miami's ("City's") Multi -Year Capital Plan includes various projects Citywide
that require geotechnical and construction material testing services ("Services"); and
WHEREAS, the Department of Capital Improvements and Transportation ("Department")
conducted a competitive selection process, and issued a Request for Qualifications ("RFQ") No. 05-06
-077, in accordance with Florida Statute Section 287.055 and the Section 18-87 of the Code of the City
of Miami, Florida, as amended, to secure qualified outside consultants; and
WHEREAS, five proposals were received in response to the RFQ: Ardaman and Associates, Inc.,
Geosol, Inc., Intercounty Laboratories-USL, Inc., MACTEC Engineering & Consulting, Inc., and
Professional Services Industries, Inc., and were reviewed and ranked by the appointed Evaluation
Committee; and
WHEREAS, a determination was made by the Department, in consultation with the City Attorney
that the submittal from Intercounty Laboratories-USL, Inc., was non responsive; and
WHEREAS, the Evaluation Committee ranked the responsive firms in the following order: Mactec
Engineering & Consulting, Inc., Ardaman & Associates, Inc., Professional Services Industries, Inc.,
and Geosol, Inc.; and
WHEREAS, the Evaluation Committee recommended and the City Manager approved the
recommendation to select the top three ranked firms to provide the Services as : MACTEC
Engineering & Consulting, Inc., Ardaman & Associates, Inc., and Professional Services Industries,
Inc.; and
WHEREAS, with the City Commission's authorization, the Department shall negotiate Agreements
with the selected firms and utilize their services as needed; and
WHEREAS, upon completion of negotiations, the City Manager will request the City Commission's
City of Miami Page 1 of 2 Printed On: 8/31/2006
File Number: 06-01221 Enactment Number: R-06-0458
approval to execute the Agreements;
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 City Manager's recommendation to approve the findings of the Evaluation
Committee, pursuant to RFQ No. 05-06-077, that the firms most qualified to provide the Services
Citywide on an as -needed basis, in rank order, are: 1) MACTEC Engineering & Consulting, Inc., 2)
Ardaman & Associates, Inc., and 3) Professional Services Industries, Inc., is accepted.
Section 3. The City Manager is authorized {1} to negotiate Agreements with all of the
recommended firms, for said purpose.
Section 4. The City Manager is further directed to present the negotiated Agreements to the City
Commission for its consideration and approval.
Section 5. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor. {2}
Footnotes:
{1} The authorization herein 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.
Sub'`", ccd U public
record in cOa r 3 ;; of wi h
item 4E- 3 on 9 - 13--ce
Priscilla A. Thompson
City Clerk
City of Miami Page 2 of 2 Printed On: 8/31/2006