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