HomeMy WebLinkAboutMemoCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO:
FROM:
Honorable Mayor and City Commission
Pedro G.
City Manager
andez, P.E.
DATE:
SUBJECT:
REFERENCES:
ENCLOSURES:
August 20, 2007
FILE:
Approval of Emergency Finding &
Recommendation for Award
Wagner Creek & Seybold Canal
Assessment & Dredging
Recommendation:
It is recommended that the City enter into an Agreement with a contractor, CH2MHill, for
assessment and dredging services of Seybold Canal and Wagner Creek in two phases:
Phase 1 — Assessment, Characterization, design and permitting; and Phase 2 — Dredging
activities. Award to be made for Phase 1 with the option for Phase 2.
Due to emergency conditions, the Department of Capital Improvements Program ("CIP")
utilized the principles of a procurement methodology, the Competitive Negotiations
Method, governed by Section 18-86 of the Procurement Code ("Code"). This method is
used when it is advantageous to consider a range of competing proposals and to award a
contract based not solely on price but also on other factors. In this instance, environmental
methodologies and approaches were strongly considered. Section 18-89 of the Code
permits waiving a competitive sealed procurement method and utilizing other methods as
deemed appropriate. A four -fifths affirmative vote of the City Commission following an
advertised public hearing is required to use this methodology.
Background:
Contracting Methodology
Wagner Creek and the Seybold Canal are both contaminated with dioxins and may
contain additional contaminates. The existence of such contaminates poses a risk to the
property owners along these waterways as well as to others who navigate or fish in these
waters.
Based on the potential public health threat of not quickly and effectively addressing the
environmental conditions found within the Wagner Creek and Seybold Canal waterways,
combined with the complexity of the issues, it was determined that the competitive
negotiation process contained in Section 18-86 of the Code offered the best procurement
methodology. The Competitive Negotiation process allows the City to determine the most
qualified firm to perform the work. This method permits the City and the firm's participating
in the process to clarify their proposal submissions and make adjustments in coordination
with the City's requests. The goal for all parties is to fine tune the firms' submittals to offer
their best plans to the City. Price becomes only one of the factors in determining the firm
who is offering the best possible proposal to the City.
Wagner Creek & Seybold Canal
Assessment & Dredging
Page2
Competitive Negotiations
The Competitive Negotiation process consisted of the following:
• 57 firms were notified of this project. Three (3) firms responded: Mario J. Faz,
P.G., CH2MHiII Contractors, Inc. and Subaqueous Services, Inc. (SSI)
• Three (3) responding firms were requested to submit detailed plan and additional
information after CIP staff review.
• One (1) negotiation meeting was held with each firm to complete details and
provide final submittal requirements.
Project Plan
Mario J. Faz, P.G. voluntarily withdrew from negotiations
CH2MHiII provided a detailed, professional and comprehensive plan and organization that
was responsive to CIP staff requests. All components and project requirements to
complete the project were included in their submittals.
SSI failed to comply with submittal requirements throughout the process and the
submittals exhibited minimal effort. Organization of their project team was vague, cost
controls and reporting not addressed, contaminant management was not included and the
project schedule offered no detail for tasks or activities. The maintenance of traffic for
vessels as well as the protection of marine life or vegetation were not addressed.No
alternative disposal sites were identified for potentially contaminated sediments,
subcontractors were proposed without qualifications and resumes, they did not provide a
fixed price proposal as requested, and principal staff were not present for the negotiation
meeting.
Price Proposal
The price proposal offered by CH2MHi11 was detailed and comprehensive. The fee
included all components of the scope requested by CIP staff. The CH2MHill proposal
included all work and legal fees for negotiations of easement agreements. SSI failed to
provide a fixed price for Phase 1 work. The fee proposal offered by SSI was lower but did
not include major components of the work, i.e. permitting, incomplete topographic
surveying, and easement agreements. In addition, a number of submittal requirements for
completion of the work were not indicated as deliverables by SSI. The submittals not
included in the SSI price proposal include: Contamination Assessment Plan, Project
Health and Safety Plan, review of property ownership records, general access agreements
for private property, vessel relocation requirements, co -application with property owners,
lease agreement for interim staging areas, endangered species protection plan, permitting
fees, responses to additional information from permitting agencies, and a detailed public
relations plan.
Conclusion:
CIP and I recommend that it is in the best interest of the City to award Phase 1, with an
option for Phase 2, to CH2MHilI Constructors, Inc. This firm demonstrated superior
understanding of this project and their proposal is fixed price and comprehensive. The
competing firms did not adequately comply with submittal requirements and ultimately
failed to provide a fixed price. The choice of either other firm would leave the City exposed
to potential substantial increases resulting from change orders.
OOA/GF/mjr
os'N