Loading...
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.