Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #16008 Date: 05/01/2024 Commission Meeting Date: 06/18/2024 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: All Type: Resolution Subject: Authorize Increase - Miscellaneous Engineering Services Purpose of Item: The purpose of this item is to approve a resolution of the Miami City Commission, authorizing the increase in contract capacity to the professional service agreements ("agreements") with AECOM Technical Services, Inc., Cherokee Enterprises, Inc., Gannett Fleming, Inc., GHD Services, Inc., Langan Engineering and Environmental Services, LLC, RES Florida Consulting, LLC dba E Sciences, Inc., and SCS Engineers, Inc., for the provision of additional work concerning Miscellaneous Environmental Engineering Services, solicited under Request for Qualifications ("RFQ") No. 19-20-012; increasing contract capacity to the agreements with Coastal Systems International, Inc., Cummins Cederberg, Inc., GHD Services, Inc., HDR Engineering, Inc., Moffat & Nichol, Inc., and Tetra Tech, Inc., for the provision of additional work concerning Miscellaneous Marine and Coastal Engineering Services, solicited under RFQ No. 19-20-020; further increasing contract capacity to the agreements with A.D.A. Engineering, Inc., BCC Engineering, LLC, Calvin, Giordano & Associates, Inc., CES Consultants, Inc., CHA Consulting, Inc., Chen Moore and Associates, Inc., EAC Consulting, Inc., EXP U.S. Services, Inc., Gannett Fleming, Inc., HBC Engineering Company, HDR Engineering, Inc., Jacobs Engineering Group, Inc., Keith & Associates, Inc., Marlin Engineering, Inc., Metric Engineering, Inc., Nova Consulting, Inc.,R.J. Behar & Company, Inc., Stantec Consulting Services, Inc., WGI, Inc., and WSP USA Inc. (collectively the "Consultants"), for the provision of additional work concerning Miscellaneous Engineering Services, solicited under RFQ No. 20-21-011; authorizing an increase to the capacity of the agreements by an amount of five hundred thousand dollars ($500,000.00) per agreement, thereby increasing the capacity from an amount of five hundred thousand dollars ($500,000.00) per agreement, to an amount of one million dollars ($1,000,000.00) per agreement; allocating funds from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need; authorizing the City Manager to negotiate and execute any and all documents, including any contract capacity increases, amendments, renewals, and extensions, subject to all allocations, appropriations, and budgetary approvals having been previously made, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement Ordinance, Anti - Deficiency Act, and financial integrity principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Background of Item: On November 19, 2019, the Department of Procurement ("Procurement") issued RFQ No. 19-20-012 for the provision of Miscellaneous Environmental Engineering Services, under full and open competition. On January 8, 2020, the RFQ closing date, twelve (12) proposals were received in response to the RFQ. Subsequently, the proposals were reviewed by Procurement staff, upon which eleven (11) proposals were deemed responsive and responsible to the minimum submission requirements of the RFQ. On December 14, 2020, the Evaluation Committee completed the evaluation of the eleven (11) proposals and recommended eight (8) proposals for award of an Agreement. After one of the recommended teams, T.Y. Lin International, Inc. declined to accept a contract under the hourly rates proposed by the City, the remaining seven (7) agreements were executed in or about July 2021. Procurement recommends a capacity increase of five hundred thousand dollars ($500,000.00) per Agreement to seven (7) Agreements, thereby increasing the capacity from an amount of five hundred thousand dollars ($500,000.00) per Agreement, to an amount of one million dollars ($1,000,000.00) per Agreement, totaling seven million dollars ($7,000,000.00) in the aggregate through July 2025 and any subsequent extensions, as needed. On August 7, 2020, Procurement issued RFQ No. 19-20-020 for the provision of Miscellaneous Marine and Coastal Engineering Services, under full and open competition. On September 25, 2020, the RFQ closing date, seven (7) proposals were received in response to the RFQ. Subsequently, the proposals were reviewed by Procurement staff, upon which all proposals were deemed responsive and responsible to the minimum submission requirements of the RFQ. On February 12, 2021, the Evaluation Committee completed the evaluation of the seven (7) proposals and recommended all proposals for award of an Agreement. Execution of Professional Services Agreements was completed in July 2021. The City at this time, has decided not to renew or extend existing contracts with T.Y. Lin International, Inc.; therefore, Procurement recommends a capacity increase of five hundred thousand dollars ($500,000.00) per Agreement to the remaining six (6) Agreements, thereby increasing the capacity from an amount of five hundred thousand dollars ($500,000.00) per Agreement, to an amount of one million dollars ($1,000,000.00) per Agreement, totaling six million dollars ($6,000,000.00) in the aggregate through July 2025 and any subsequent extensions, as needed. On May 7, 2021, Procurement issued RFQ No. 20-21-011 for the provision of Miscellaneous Engineering Services, under full and open competition. On June 25, 2021, the RFQ closing date, twenty-five (25) proposals were received in response to the RFQ. Subsequently, the proposals were reviewed by Procurement staff, upon which twenty- one (21) proposals were deemed responsive and responsible to the minimum submission requirements of the RFQ. On October 22, 2021, the Evaluation Committee completed the evaluation of the twenty-one (21) proposals and recommended all proposals for award of an Agreement. After one of the recommended teams, T.Y. Lin International, Inc. declined to accept a contract under the hourly rates proposed by the City, the remaining twenty (20) agreements were executed in or about August 2022. Procurement recommends a capacity increase of five hundred thousand dollars ($500,000.00) per Agreement to twenty (20) Agreements, thereby increasing the capacity from an amount of five hundred thousand dollars ($500,000.00) per Agreement, to an amount of one million dollars ($1,000,000.00) per Agreement. Totaling twenty million dollars ($20,000,000.00) in the aggregate through August 2026 and any subsequent extensions, as needed. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Total Fiscal Impact: Total Fiscal Impact: RFQ 19-20-012: $7,000,000.00 in the aggregate through July 2025 and any subsequent extensions, as needed. RFQ 19-20-020: $6,000,000.00 in the aggregate through July 2025 and any subsequent extensions, as needed. RFQ 20-21-011: $20,000,000.00 in the aggregate through August 2026 and any subsequent extensions, as needed. CIP Project No: Various Office of Capital Improvements Office of Management and Budget Office of Management and Budget Department of Procurement City Manager's Office Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney City Commission City Commission Office of the City Clerk Reviewed B Hector L Badia Lai -wan McGinnis Marie Gouin Annie Perez Asael Marrero Valentin J Alvarez Arthur Noriega V Pablo Velez George K. Wysong III Nicole Ewan Maricarmen Lopez City Clerk's Office Department Head Review Budget Analyst Review Budget Review Procurement Review Deputy City Manager Review Legislative Division Review City Manager Review ACA Review Approved Form and Correctness Meeting Meeting Rendered Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed 05/04/2024 4:34 PM 05/28/2024 5:44 PM 05/28/2024 8:01 PM 05/30/2024 6:07 PM 05/31/2024 4:05 PM 06/03/2024 11:08 AM 06/03/2024 11:35 AM 06/04/2024 12:25 PM 06/04/2024 2:11 PM 06/13/2024 9:00 AM 06/18/2024 9:00 AM 06/21/2024 4:09 PM City of Miami Legislation Resolution Enactment Number: R-24-0228 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16008 Final Action Date:6/18/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING AN INCREASE IN CONTRACT CAPACITY BY AN AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00), THEREBY INCREASING CURRENT CONTRACT CAPACITY FROM AN AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) TO AN AMOUNT OF ONE MILLION DOLLARS ($1,000,000.00) FOR THE PROVISION OF ADDITIONAL WORK CONCERNING REQUEST FOR QUALIFICATIONS ("RFQ") NO. 19-20-012 PROFESSIONAL SERVICE AGREEMENTS ("AGREEMENTS") FOR MISCELLANEOUS ENVIRONMENTAL ENGINEERING SERVICES WITH AECOM TECHNICAL SERVICES, INC., CHEROKEE ENTERPRISES, INC., GANNETT FLEMING, INC., GHD SERVICES INC., LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, LLC, RES FLORIDA CONSULTING, LLC D/B/A E SCIENCES, AND STEARNS, CONRAD AND SCHMIDT, CONSULTING ENGINEERS, INC. D/B/A SCS ENGINEERS, RFQ NO. 19-20-020 AGREEMENTS FOR MISCELLANEOUS MARINE AND COASTAL ENGINEERING SERVICES WITH COASTAL SYSTEMS INTERNATIONAL, INC., CUMMINS CEDERBERG, INC., GHD SERVICES INC., HDR ENGINEERING, INC., MOFFATT & NICHOL, INC. AND TETRA TECH, INC., AND RFQ NO. 20-21-011 AGREEMENTS FOR MISCELLANEOUS ENGINEERING SERVICES WITH A.D.A. ENGINEERING, INC., BCC ENGINEERING, LLC, CALVIN, GIORDANO &ASSOCIATES, INC., CES CONSULTANTS, INC., CHA CONSULTING, INC., CHEN MOORE AND ASSOCIATES, INC., EAC CONSULTING, INC., EXP U.S. SERVICES, INC., GANNETT FLEMING, INC., HBC ENGINEERING COMPANY, HDR ENGINEERING, INC., JACOBS ENGINEERING GROUP INC., KEITH AND ASSOCIATES, INC., MARLIN ENGINEERING, INC., METRIC ENGINEERING INC., NOVA CONSULTING, INC., R.J. BEHAR & COMPANY, INC., STANTEC CONSULTING SERVICES INC., WGI, INC., AND WSP USA INC., ALL REGISTERED TO CONDUCT BUSINESS IN FLORIDA (COLLECTIVELY THE "CONSULTANTS"); ALLOCATING FUNDS FROM THE APPROPRIATE DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY CONTRACT CAPACITY INCREASES, AMENDMENTS, RENEWALS, AND EXTENSIONS AND/OR REPLACEMENT CONTRACTS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, the City of Miami ("City") Procurement Department ("Procurement"), on behalf of the City's Office of Capital Improvements ("OCI"), issued Request for Qualifications ("RFQ") No. 19-20-012 for the provision of Miscellaneous Environmental Engineering Services on November 1, 2019, RFQ No. 19-20-020 for the provision of Miscellaneous Marine and Coastal Engineering Services on August 7, 2020, and RFQ No. 20-21-011 for the provision of Miscellaneous Engineering Services on May 7, 2021, all under full and open competition, for an initial term of two (2) years, with an option to renew for two (2) additional one (1) year periods; and WHEREAS, thereafter the December 14, 2020 Evaluation Committee Meeting for evaluation of the proposals received for RFQ No. 19-20-012, that were deemed responsive and responsible per the minimum submission requirements of the same, resultant Professional Service Agreements ("Agreements") were executed with the following seven (7) firms: AECOM Technical Services, Inc., Cherokee Enterprises, Inc., Gannett Fleming, Inc., GHD Services Inc., Langan Engineering and Environmental Services, LLC, RES Florida Consulting, LLC d/b/a E Sciences, and Stearns, Conrad and Schmidt, Consulting Engineers, Inc. d/b/a SCS Engineers; and WHEREAS, after the February 12, 2021, Evaluation Committee Meeting for evaluation of the proposals received for RFQ No. 19-20-020 that were deemed responsive and responsible per the minimum submission requirements of the same, the resultant Agreements were executed with the following six (6) firms: Coastal Systems International, Inc., Cummins Cederberg, Inc., GHD Services Inc., HDR Engineering, Inc., Moffatt & Nichol, Inc., and Tetra Tech, Inc.; and WHEREAS, after the October 22, 2021, Evaluation Committee Meeting for evaluation of the proposals received for RFQ No. 20-21-011 that were deemed responsive and responsible per the minimum submission requirements of the same, the resultant Agreements were executed with the following twenty (20) firms: A.D.A. Engineering, Inc., BCC Engineering, LLC, Calvin, Giordano & Associates, Inc., CES Consultants, Inc., CHA Consulting, Inc., Chen Moore and Associates, Inc., EAC Consulting, Inc., EXP U.S. Services, Inc., Gannett Fleming, Inc., HBC Engineering Company, HDR Engineering, Inc., Jacobs Engineering Group Inc., Keith and Associates, Inc., Marlin Engineering, Inc., Metric Engineering Inc., Nova Consulting, Inc., R.J. Behar & Company, Inc., Stantec Consulting Services Inc., WGI, Inc., and WSP USA Inc.; and WHEREAS, the City Manager executed Agreements for the provision of Miscellaneous Environmental Engineering Services, Miscellaneous Marine and Coastal Engineering Services, and Miscellaneous Engineering Services in an amount of Five Hundred Thousand Dollars ($500,000.00) with each of the firms referenced herein, all registered to conduct business in Florida (collectively the "Consultants"); and WHEREAS, the current compensation limit is insufficient to address the costs associated with the outstanding and foreseeable future services needed by the City; and WHEREAS, it is in the best interest of the City to increase the existing capacities of the Agreements to accommodate outstanding and foreseeable future assignments; and WHEREAS, the proposed increase to the capacity of the Agreements by an amount of Five Hundred Thousand Dollars ($500,000.00) per Agreement, would increase the current capacity from Five Hundred Thousand Dollars ($500,000.00) to an amount of One Million Dollars ($1,000,000.00) per Agreement; and WHEREAS, pursuant to Section 18-87 of the Code of the City of Miami, Florida, as amended ("City Code"), any increase in the total compensation limit above Five Hundred Thousand Dollars ($500,000.00) requires City Commission approval; and WHEREAS, funds are to be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need; 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 increase in contract capacity by an amount of Five Hundred Thousand Dollars ($500,000.00), thereby increasing current contract capacity from an amount of Five Hundred Thousand Dollars ($500,000.00) to an amount of One Million Dollars ($1,000,000.00) for the provision of additional work concerning the respective Agreements executed with each of the corresponding Consultants pursuant to RFQ Nos. 19-20-012, 19-20-020, and 20-21-011, is hereby authorized.' Section 3. Funds shall be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute any and all documents, including any contract capacity increases, amendments, renewals, and extensions and/or replacement contracts, subject to all allocations, appropriations, prior budgetary approvals, in compliance with all applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: rge . Wy j ng III: City htto'r6/4/2024 Pursuant to the resolution, this item became effective immediately upon adoption by the Commission. 1 The authorization herein is further subject to compliance with legal regulations that may be imposed including, but not limited to, those prescribed by the applicable City Charter and City Code provisions.