Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #9085 Date: 05/18/2021 Commission Meeting Date: 06/10/2021 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: All Type: Resolution Subject: Approve Recommendation - Award Two(2) Professional Services Agreements Purpose of Item: The purpose of this item is to authorize a resolution from the Miami City Commission, approving a recommendation to award two (2) professional services agreements (Agreements) to AECOM and ("B&V"), the top ranked responsive and responsible proposers, pursuant to RFQ No. 19-20-019, to provide Citywide Program Management Support Services, with a not -to -exceed amount of $5,000,000 for the original term of three (3) years, plus two (2) one (1)-year options to renew with a not -to -exceed amount of $2,500,000 each, for an aggregate not -to -exceed amount of $10,000,000 for each contract; allocating funds from the appropriate capital improvements projects and departmental budgets, subject to budgetary approval at the time of need; authorizing the City Manager to execute the agreements with AECOM and B&V, in a form acceptable to the City Attorney; further authorizing the City Manager to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, 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, all 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 February 12, 2020, the Department of Procurement ("Procurement") issued RFQ No. 19-20-019 for Citywide Program Management Support Services ("Project") under full and open competition to procure professional services. On May 13, 2020, four (4) proposals from AECOM, B&V, Hill International, Inc., and Hazen & Sawyer were received by the Office of the City Clerk in response to the RFQ. Subsequently, the proposals were reviewed by Procurement staff, upon which the proposals received from AECOM and B&V were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. On December 17, 2020, the Evaluation Committee completed the evaluation of the proposals and recommended AECOM and B&V, the top -ranked responsive and responsible Proposers, for negotiations of the two (2) Agreements. Subsequently, a Negotiation Committee appointed by the City Manager met on February 5, 2021, and conducted negotiations through February 25, 2021, and the contract terms and conditions negotiated and agreed upon by AECOM and B&V were formally accepted by the City on or about March 10, 2021. Therefore, the City Manager requests authorization to execute two (2) Agreements with AECOM and B&V with a not -to -exceed amount of $5,000,000 for the original term of three (3) years, plus two (2) one (1)-year options to renew with a not -to -exceed amount of $2,500,000 each, for an aggregate not -to -exceed amount of $10,000,000 for each contract. Funds are to be allocated from the Miami Forever Bond. Budget Impact Analysis Item has NOT an Expenditure Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $20,000,000 (two contracts of $10,000,000 each) Office of Capital Improvements Department of Procurement Department of Risk Management Office of Management and Budget Office of Management and Budget Office of Management and Budget City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Hector L Badia Annie Perez Ann -Marie Sharpe Denise Lee Lai -wan McGinnis Leon P Michel Nzeribe Ihekwaba Arthur Noriega V Valentin J Alvarez Pablo Velez Barnaby L. Min Victoria Mendez Nicole Ewan City Clerk's Office Reviewed B Department Head Review Procurement Review Risk Review Budget Analyst Review Budget Analyst Review Budget Review Assistant City Manager Review City Manager Review Legislative Division Review ACA Review Deputy City Attorney Review Approved Form and Correctness Meeting Rendered Completed Completed Completed Skipped Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed 05/18/2021 10:27 AM 05/20/2021 4:10 PM 05/24/2021 11:44 AM 05/25/2021 7:28AM 05/25/2021 3:02 PM 05/26/2021 6:41 PM 05/27/2021 12:46 PM 05/27/2021 7:56 PM 05/28/2021 10:06 AM 05/29/2021 7:07 PM 05/31/2021 8:01 AM 06/01/2021 12:51 PM 06/10/2021 9:00 AM 06/11/2021 5:47 PM City of Miami Legislation Resolution Enactment Number: R-21-0226 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 9085 Final Action Date:6/10/2021 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING A RECOMMENDATION FOR AWARD FOR THE PROPOSALS RECEIVED FROM AECOM TECHNICAL SERVICES, INC., A FOREIGN PROFIT CORPORATION AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA ("AECOM"), AND BLACK & VEATCH CORPORATION, A FOREIGN PROFIT CORPORATION PENDING AUTHORIZATION TO CONDUCT BUSINESS IN THE STATE OF FLORIDA ("B&V"), THE TOP RANKED RESPONSIVE AND RESPONSIBLE PROPOSERS, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 19-20-019, FOR THE PROVISION OF CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR A NOT -TO -EXCEED AMOUNT OF FIVE MILLION DOLLARS ($5,000,000.00) FOR A THREE (3) YEAR INITIAL TERM WITH A NOT -TO -EXCEED AMOUNT OF TWO MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00) FOR EACH OF THE TWO (2) ONE (1) YEAR OPTIONS TO RENEW, FOR AN AGGREGATE NOT -TO - EXCEED AMOUNT OF TEN MILLION DOLLARS ($10,000,000.00) FOR EACH OF THE TWO (2) RECOMMENDED PROPOSERS; ALLOCATING FUNDS FROM THE APPROPRIATE CITY OF MIAMI ("CITY") OFFICE OF CAPITAL IMPROVEMENTS PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE PROFESSIONAL SERVICE AGREEMENTS WITH AECOM AND B&V, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("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, ALL 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, on February 12, 2020, the City of Miami's ("City") Department of Procurement ("Procurement") issued Requests for Qualifications ("RFQ") No. 19-20-019 for Citywide Program Management Support Services ("Project") under full and open competition; and WHEREAS, on May 13, 2020, four (4) proposals were received by the City Clerk in response to the RFQ; and WHEREAS, two (2) proposers were found to be responsive and responsible after Procurement completed its due diligence efforts; and WHEREAS, the two (2) responsive and responsible proposers are AECOM Technical Services, Inc., a foreign profit corporation authorized to conduct business in the State of Florida ("AECOM"), and Black & Veatch Corporation, a foreign profit corporation pending authorization to conduct business in the State of Florida Florida ("B&V"); and WHEREAS, on December 17, 2020, an Evaluation Committee met and completed the evaluation of the proposals submitted by AECOM and B&V following the guidelines stipulated in the RFQ; and WHEREAS, on February 5, 2021, a Negotiation Committee appointed by the City Manager met and conducted negotiations through February 25, 2021 with AECOM and B&V; and WHEREAS, on or about March 10, 2021, the terms and conditions of the Professional Service Agreements ("Agreements") that were negotiated and agreed upon by AECOM and B&V were accepted by the City, pending City Commission approval; and WHEREAS, the City Manager requests authorization to execute the Agreements with AECOM and B&V for a not -to -exceed amount of Five Million Dollars ($5,000,000.00) for the three (3) year initial term with a not -to -exceed amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00) for each of the two (2) one (1) year options to renew, for an aggregate not -to -exceed amount of Ten Million Dollars ($10,000,000.00) for each Agreement; and WHEREAS, funds may be allocated from the Miami Forever Bond; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The Recommendation for Award for the proposals received from AECOM and B&V, the top ranked responsive and responsible proposers, pursuant to RFQ No. 19-20- 019, for the Project with a not -to -exceed amount of Five Million Dollars ($5,000,000.00) for the three (3) year initial term with a not -to -exceed amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00) for each of the two (2) one (1) year options to renew, for an aggregate not -to -exceed amount of Ten Million Dollars ($10,000,000) for each of the two (2) recommended proposers, are hereby approved. Section 3. Funds shall be allocated from the appropriate Office of Capital Improvements' projects and departmental budgets, subject to budgetary approval at the time of need. Section 4. The City Manager is authorized to negotiate and execute the Agreements with AECOM and B&V, in a form acceptable to the City Attorney. Section 5. The City Manager is further authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 1 The herein authorization is further subject to compliance with all legal regulations that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions 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 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: ndez, ity Attor ey ) 6/112021