HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #11121
Date: 11/29/2021
Commission Meeting Date: 01/13/2022
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: District 5
Type: Resolution
Subject: Approve - Civil Engineering Services for Shorecrest Road and Drainage
Improvements
Purpose of Item:
The purpose of this item is to authorize a resolution from the Miami City Commission,
approving a recommendation to award a professional services agreement to A.D.A.
Engineering, Inc. ("ADA"), the top ranked responsive and responsible proposer,
pursuant to Request for Qualifications ("RFQ") No. 19-20-021, to provide civil
engineering services for Shorecrest Road and Drainage Improvements — D5 ("Project"),
with a not -to -exceed amount of one million one hundred ninety-six thousand two
hundred seventy-three dollars and fifty-six cents ($1,196,273.56), including one million
eighty-seven thousand five hundred twenty-one dollars and forty-two cents
($1,087,521.42) for Basic Services, eighty thousand dollars ($80,000.00) for Dedicated
Allowances, and one hundred eight thousand seven hundred fifty-two and fourteen
cents ($108,752.14) for a ten percent (10%)) Owner's Contingency Allowance, as
shown below and subject to availability of funds; allocating funds from the appropriate
Capital Improvements project and Departmental budgets, subject to budgetary approval
at the time of need; authorizing the City Manager to execute the agreement with ADA in
a form acceptable to the City Attorney, and to issue ADA the appropriate Notice to
Proceed, and subject to availability of funds; further authorizing the City Manager to
negotiate and execute all other documents, including any amendments, renewals, and
extensions, subject to all allocations, appropriations, and prior budgetary approvals, and
in compliance with all 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, 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 January 24, 2020, the Department of Procurement ("Procurement") issued RFQ No.
19-20-021 to provide civil engineering services for the Project, under full and open
competition. On May 13, 2020, seven (7) proposals were received by the Office of the
City Clerk in response to the RFQ. Subsequently, all seven (7) proposals were found to
be responsive to the Minimum Qualifications and Experience Requirements of the RFQ,
after Procurement completed its due diligence effort. Later, on February 10, 2021, an
Evaluation Committee met and completed the evaluation of the seven (7) proposals
submitted, following the guidelines stipulated in the RFQ. On March 26, 2021, the
Evaluation Committee reconvened to correct an error made in their individual scoring
sheets with respect to Criterion 6 for two (2) proposers. On April 15, 2021, a Negotiation
Committee appointed by the City Manager met and conducted negotiations through
June 30, 2021, finding ADA to be the top ranked responsive and responsible Proposer.
Therefore, the City Manager requests authorization to execute an Agreement with ADA
for a not -to exceed amount of one million one hundred ninety-six thousand two hundred
seventy-three dollars and fifty-six cents ($1,196,273.56), including one million eighty
seven thousand five hundred twenty-one dollars and forty-two cents ($1,087,521.42) for
Basic Services, eighty thousand dollars ($80,000.00) for Dedicated Allowances, and
one hundred eight thousand seven hundred fifty-two and fourteen cents ($108,752.14)
for a ten percent (10%) Owner's Contingency Allowance. Funds are to be allocated from
the appropriate Capital Improvements projects and Departmental budgets.
SUMMARY OF COMPENSATION*
Task,
Sub-
task,
or
Activity
ID #
Major Task Name and/or Activity
Description
Fee Amount
Fee Basis
1.
Project General & Project Common Tasks
$153,170.00
Lump Sum
2.
Public Involvement
$36,586.40
Lump Sum
3.
Roadway Analysis
$124,758.40
Lump Sum
4.
Roadway Plans
$43,036.80
Lump Sum
5.
Drainage Analysis
$119,472.40
Lump Sum
5A.
Drainage Plans
$83,559.60
Lump Sum
6.
Utilities
$38,068.80
Lump Sum
7.
Environmental Permits
$6,540.00
Lump Sum
8.
Signing and Pavement Marking Analysis
$17,263.20
Lump Sum
8A.
Signing and Pavement Marking Plans
$10,265.20
Lump Sum
9.
Lighting Analysis
$33,661.60
Lump Sum
9A.
Lighting Plans
$12,659.20
Lump Sum
Sub -Total ADA Engineering
$679,041.60
Lump Sum
JACOBS
$201.508.41
Lump Sum
HR Engineering
$30,174.72
Lump Sum
Hadonne
$46,931.55
Lump Sum
MAGBE
$27,365.14
Lump Sum
GSLA
$22,500.00
Lump Sum
Dedicated Allowance to Design
Outfalls/Raise Seawalls
$65,000.00
Limiting
Amount NTE
Allowance for Reimbursable Expenses
$15,000.00
Limiting
Amount NTE
SUB -TOTAL
$1,087,521.42
10% Owner's Contingency
$108,752.14
GRAND TOTAL
$1,196,273.56
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$1,196,273.56
OCI Project No.: B-17365
The lease, debt, loan, or other financial obligation structure being requested in order to
fund/finance your proposed purchase, legislation, project, or agreement.
Office of Capital Improvements
Office of Management and Budget
Office of Management and Budget
Department of Risk Management
Department of Procurement
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
Reviewed B
Hector L Badia
Lai -wan McGinnis
Marie Gouin
Ann -Marie Sharpe
Yadissa Calderon
Fernando Casamayor
Arthur Noriega V
Valentin J Alvarez
Pablo Velez
Barnaby L. Min
Victoria Mendez
Nicole Ewan
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Risk Review
Procurement 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
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
12/07/2021 4:41 PM
12/29/2021 2:58 PM
12/29/2021 3:57 PM
12/29/2021 5:12 PM
12/30/2021 8:43 AM
01/04/2022 12:11 PM
01/04/2022 12:37 PM
01/04/2022 12:39 PM
01/04/2022 7:23 PM
01/04/2022 8:23 PM
01/04/2022 9:32 PM
01/13/2022 9:00 AM
01/18/2022 2:57 PM
City of Miami
Legislation
Resolution
Enactment Number: R-22-0024
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 11121 Final Action Date:1/13/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE PROPOSAL RECEIVED ON MAY 13, 2020 PURSUANT TO
REQUEST FOR QUALIFICATIONS NO. 19-20-021 FROM A.D.A.
ENGINEERING, INC., A FLORIDA PROFIT CORPORATION ("A.D.A."), THE
TOP RANKED RESPONSIVE AND RESPONSIBLE PROPOSER, FOR
PROVISION OF CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD
AND DRAINAGE IMPROVEMENTS, D-5, CITY OF MIAMI ("CITY") OFFICE OF
CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-17365 FOR A TOTAL
NOT TO EXCEED AMOUNT OF ONE MILLION ONE HUNDRED NINETY SIX
THOUSAND TWO HUNDRED SEVENTY THREE DOLLARS AND FIFTY SIX
CENTS ($1,196,273.56), INCLUDING A NOT TO EXCEED AMOUNT OF ONE
MILLION EIGHTY SEVEN THOUSAND FIVE HUNDRED TWENTY ONE
DOLLARS AND FORTY TWO CENTS ($1,087,521.42) FOR BASIC SERVICES
AS PROVIDED IN EXHIBIT "A," ATTACHED AND INCORPORATED, A NOT TO
EXCEED AMOUNT OF EIGHTY THOUSAND DOLLARS ($80,000.00) FOR
DEDICATED ALLOWANCES, AND A NOT TO EXCEED AMOUNT OF ONE
HUNDRED EIGHT THOUSAND SEVEN HUNDRED FIFTY TWO DOLLARS
AND FOURTEEN CENTS ($108,752.14) FOR AN OWNER'S TEN PERCENT
(10%) CONTINGENCY ALLOWANCE; ALLOCATING FUNDS FROM THE
APPROPRIATE OCI PROJECT AND DEPARTMENTAL BUDGETS, SUBJECT
TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE
TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH A.D.A., IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE;
AUTHORIZING THE ISSUANCE OF THE APPROPRIATE NOTICES TO
PROCEED TO A.D.A., SUBJECT TO THE AVAILABILITY OF FUNDS;
FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE ANY AND 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'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.
WHEREAS, on April 15, 2021, pursuant to Request for Qualifications ("RFQ") No. 19-20-
021, a Negotiation Committee appointed by the City Manager met and conducted negotiations
through June 30, 2021, finding A.D.A. Engineering Inc., a Florida profit corporation ("A.D.A."), to
be the top ranked responsive and responsible Proposer for the provision of Civil Engineering
Services for Shorecrest Road and Drainage Improvements, D-5, City of Miami ("City") Office of
Capital Improvements ("OCI") Project No. B-17365; and
WHEREAS, on July 27, 2021, the Professional Services Agreement's ("Agreement")
terms and conditions negotiated and agreed to by A.D.A. were formally accepted by the City;
and
WHEREAS, the City Manager requests authorization to execute the Agreement with
A.D.A., for a total not to exceed amount of One Million One Hundred Ninety Six Thousand Two
Hundred Seventy Three Dollars and Fifty Six Cents ($1,196,273.56), including a not to exceed
amount of One Million Eighty Seven Thousand Five Hundred Twenty One Dollars and Forty
Two Cents ($1,087,521.42) for Basic Services as provided in Exhibit "A," attached and
incorporated, a not to exceed amount of Eighty Thousand Dollars ($80,000.00) for Dedicated
Allowances, and a not to exceed amount of One Hundred Eight Thousand Seven Hundred Fifty
Two Dollars and Fourteen Cents ($108,752.14) for an Owner's Ten Percent (10%) Contingency
Allowance; and
WHEREAS, funds are to be allocated from the appropriate OCI project and 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 proposal received on May 13, 2020 pursuant to RFQ No. 19-20-021 from
A.D.A., the top ranked and responsible proposer, for provision of civil engineering services for
Shorecrest Road and Drainage Improvements, D-5, OCI Project No. B-17365, for a total not to
exceed amount of One Million One Hundred Ninety Six Thousand Two Hundred Seventy Three
Dollars and Fifty Six Cents ($1,196,273.56), including a not to exceed amount of One Million
Eighty Seven Thousand Five Hundred Twenty One Dollars and Forty Two Cents
($1,087,521.42) for Basic Services as provided in Exhibit "A," attached and incorporated, a not
to exceed amount of Eighty Thousand Dollars ($80,000.00) for Dedicated Allowances, and a not
to exceed amount of One Hundred Eight Thousand Seven Hundred Fifty Two Dollars and
Fourteen Cents ($108,752.14) for an Owner's Ten Percent (10%) Contingency Allowance, is
accepted.
Section 3. Funds are allocated from the appropriate OCI project and departmental
budgets, subject to the availability of funds and budgetary approval at the time of need.
Section 4. The City Manager is authorized' to execute the Agreement with A.D.A., in a
form acceptable to the City Attorney, for said purpose.
Section 5. The issuance of the appropriate Notices to Proceed to A.D.A., subject to the
availability of funds, is hereby authorized.'
Section 6. 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, and 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 requirements 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 7. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity Attor ey ) 1/4/2022