HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #14999
Date: 11 /01 /2023
Commission Meeting Date: 11/16/2023
Requesting Department: Department of
Resilience and Public Works
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Canal Cleaning Services
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bids
received on July 14, 2023, pursuant to IFB 1704386 for the provision of canal cleaning services
("Services") from Texas Aquatic Harvesting, Inc. ("TAH") and Aquatic Control Group, Inc. ("ACG"), on an
as -needed basis, for an initial term of three (3) years, with the option to renew for two (2) additional two-
year (2) periods, allocating funds from the various sources of funds from the Department of Resilience
and Public Works ("RPW'), subject to the availability of funds and budgetary approval at the time of need;
authorizing the City Manager to negotiate and execute all other documents, including any amendments,
renewals, and extensions, subject to 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, 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 June 22, 2023, the Department of Procurement ("Procurement"), on behalf of RPW issued IFB No.
1704386, Canal Cleaning Services, on an as -needed basis, under full and open competition to obtain
the services of experienced and qualified Bidders for the purpose of providing cleaning services of the
City's canals and other waterways. The solicitation offered two (2) groups: Group 1 - Federally Funded
Projects and Group 2 - Non -federally funded projects. On July 14, 2023, two (2) bids were received. All
Bidders were deemed responsive and responsible. The estimated contract amount is approximately
$828,716.50.00 annually for TAH and $719,100.100 annually for ACG for Group 1 - Federally Funded
Projects; and $828,717.00 annually for TAH and $712,500.00 annually for ACG for Group 2 - Non -
Federally Funded Projects.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
Total Fiscal Impact: See background notes.
General Account No.: 00001.208000.534000.0000.00000
Department of Resilience and Public
Review Completed
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Legislative Division
Office of the City Attorney
Office of the City Attorney
Office of the City Clerk
Reviewed B
Works
11/03/2023 9:16 AM
Luis Hernandez -Torres
Marie Gouin
Annie Perez
Nzeribe Ihekwaba
Arthur Noriega V
Valentin J Alvarez
Pablo Velez
Victoria Mendez
Maricarmen Lopez
Valentin J Alvarez
Pablo Velez
Victoria Mendez
City Clerk's Office
Juvenal Santana
Budget Analyst Review
Budget Review
Procurement Review
Deputy City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Approved Form and Correctness
Meeting
Legislative Division Review
ACA Review
Approved Form and Correctness
Rendered
Department Head
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
with Modification(s)
Completed
11/03/2023 2:54 PM
11/03/2023 5:04 PM
11/06/2023 8:10 AM
11/06/2023 10:38 AM
11/06/2023 10:57 AM
11/06/2023 11:20 AM
11/06/2023 5:18 PM
11/06/2023 5:47 PM
11/16/2023 9:00 AM
11/17/2023 12:17 PM
12/26/2023 2:18 PM
Completed
12/28/2023 6:27 PM
City of Miami
Legislation
Resolution
Enactment Number: R-23-0492
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 14999 Final Action Date:11/16/2023
A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BIDS
RECEIVED ON JULY 14, 2023, PURSUANT TO INVITATION FOR BIDS ("IFB") NO.
1704386 FOR THE PROVISION OF CANAL CLEANING SERVICES ("SERVICES")
FROM TEXAS AQUATIC HARVESTING, INC., A FLORIDA PROFIT CORPORATION
("TAH"), AND AQUATIC CONTROL GROUP INC., A FLORIDA PROFIT
CORPORATION ("ACG"), WITH THE SCOPE OF WORK FOR ALL FEDERALLY
FUNDED PROJECTS AWARDED TO ACG, PURSUANT TO THE REQUIREMENTS
FOR SUCH PROJECTS, AND THE SCOPE OF WORK FOR ALL NON -FEDERALLY
FUNDED PROJECTS AWARDED TO ACG, WITH TAH AS AN ALTERNATE SHOULD
THERE BE NEED FOR THE SAME IN THE CASE OF AN EMERGENCY, ON AN AS -
NEEDED BASIS, FOR AN INITIAL TERM OF THREE (3) YEARS, WITH THE OPTION
TO RENEW FOR TWO (2) ADDITIONAL TWO (2) YEAR PERIODS; ALLOCATING
FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE CITY OF MIAMI
("CITY") DEPARTMENT OF RESILIENCE AND PUBLIC WORKS ("RPW'), AND SUCH
OTHER SOURCES OF FUNDING, 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 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, the City of Miami ("City") Department of Resilience and Public Works
("RPW') has a continued need for Canal Cleaning Services ("Services"), on an as needed basis;
and
WHEREAS, on June 8, 2023, on behalf of RPW, the City's Department of Procurement
("Procurement") issued Invitation for Bids ("IFB") No. 1575386, the bid responses received were
evaluated in accordance with the guidelines published in the IFB, and, subsequently, the
Commission rejected the same and requested a replacement solicitation, inclusive of additional
services in the scope of work and additional vendors; and
WHEREAS, on June 22, 2023, on behalf of RPW, Procurement then issued IFB No.
1704386 seeking qualified and experienced firms for the provision of the Services, under full
and open competition; and
WHEREAS, IFB No. 1704386 requested bids for two (2) service group types: a Group 1
for Federally Funded Projects and a Group 2 for Non -Federally Funded Projects; and
WHEREAS, pursuant to the Procurement Code, IFB No. 1704386 was advertised and
issued on-line, and, on July 14, 2023, two (2) bid responses were received and evaluated
following the guidelines published in the IFB, with both bidders deemed responsive and
responsible; and
WHEREAS, it is recommended that the scope of work for all Federally Funded Projects
be awarded to ACG, pursuant to the requirements for such projects, and that the scope of work
for all Non -Federally Funded Projects be awarded to ACG, with TAH as an alternate should
there be need for the same in the case of an emergency;
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 bids received on July 14, 2023, pursuant to IFB No. 1704386 for the
provision of the Services from TAH and ACG, with the scope of work for all Federally Funded
Projects awarded to ACG, pursuant to the requirements for such projects, and the scope of
work for all Non -Federally Funded Projects awarded to ACG, with TAH as an alternate should
there be need for the same in the case of an emergency, on an as needed basis, for an initial
term of three (3) years, with the option to renew for two (2) additional two (2) year periods, are
hereby accepted.
Section 3. Funding shall be allocated from the various sources of funds from RPW, and
such other sources of funding, subject to the availability of funds and budgetary approval at the
time of need.
Section 4. The City Manager is hereby authorized' 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.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey 11/6/2023
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.