Loading...
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