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.