HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #15123
Date: 11/29/2023
Commission Meeting Date: 01/11/2024
Requesting Department: Department of
Building
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - PMM Consulting Engineers
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission, accepting
the bid received on October 13, 2023, pursuant to Invitation for Bid ("IFB") No. 1664387, from
the lowest responsive and responsible Bidders, PMM Consulting Engineers, Corp. ("PMM
Consulting"), primary vendor, and C.A.P. Government, Inc. ("C.A.P. Government "),
secondary vendor, for the provision of Plans Review, Inspection, and Professional Services,
on an as needed basis, for the City of Miami's ("City") Building Department ("Building") and
Department of Resilience and Public Works ("RPW'), for an initial term of two (2) years with
the option to renew for two (2) additional two (2) year periods; allocating funds from various
sources of funds from the end user Departments, and other sources of funds, 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 documents, including any amendments, renewals, and
extensions subject to all allocations, appropriations and budgetary approvals having been
previously made, compliance with 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 September 13, 2023, Department of Procurement ("Procurement") issued IFB No. 1664387,
for the provision of Plans Review, Inspection, and Professional Services, under full and open
competition. As required by the Procurement Code, the IFB was advertised and issued online.
On October 13, 2023, at the bid closing five (5) bids were received. All bid responses were
evaluated and tabulated following the guidelines directed in the IFB. Three (3) bids were found
non -responsive: 1) Eastern Engineering Group Company did not bid on all items, as required by
the solicitation; 2) Professional Engineering & Inspections, LLC did not bid on all items, as
required by the solicitation and 3) M. T. Causley, LLC did not submit a copy of the Florida
Department of Business and Professional Regulation ("DBPR") certificate for the firm, as
required by the solicitation. Procurement is recommending award to PMM Consulting (Primary),
and C.A.P. Government (Secondary) the lowest responsive and responsible Bidders, per bid
specifications. The estimated contract amount is $7,500,000.00 annually
(approximately $45,000,000.00 for all six (6) years in the aggregate).
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: $ 7,500,000.00 (Approximately $45,000,000.00 in the aggregate).
General Account No: Various sources of funds from the end user departments
CIP Project No: Various
City Manager's Office
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Asael Marrero
Fred Pericles
Marie Gouin
Yadissa Calderon
Carolina Aguila
Valentin J Alvarez
Arthur Noriega V
Pablo Velez
Victoria Mendez
Nicole Ewan
City Clerk's Office
Reviewed B
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Deputy City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed 12/21/2023 10:43 AM
Completed 12/27/2023 10:50 AM
Completed 12/27/2023 2:09 PM
Completed 12/27/2023 3:41 PM
Skipped 01/02/2024 1:14 PM
Completed 01/02/2024 2:12 PM
Completed 01/02/2024 4:16 PM
Completed 01/02/2024 9:08 PM
Completed 01/02/2024 10:13 PM
Completed 01/11/2024 9:00 AM
Completed 01/16/2024 1:09 PM
City of Miami
Legislation
Resolution
Enactment Number: R-24-0012
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 15123 Final Action Date:1/11/2024
A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BIDS
RECEIVED ON OCTOBER 13, 2023, PURSUANT TO INVITATION FOR BIDS ("IFB")
NO. 1664387, FROM THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS,
PMM CONSULTING ENGINEERS, CORP., A FLORIDA PROFIT CORPORATION
("PMM CONSULTING"), THE PRIMARY VENDOR, AND C.A.P. GOVERNMENT, INC.,
A FLORIDA PROFIT CORPORATION ("C.A.P. GOVERNMENT"), THE SECONDARY
VENDOR, FOR THE PROVISION OF PLANS REVIEW, INSPECTION, AND
PROFESSIONAL SERVICES, ON AN AS NEEDED BASIS, FOR THE CITY OF MIAMI
("CITY") BUILDING DEPARTMENT ("BUILDING") AND THE DEPARTMENT OF
RESILIENCE AND PUBLIC WORKS ("RPW'), FOR AN INITIAL TERM OF TWO (2)
YEARS WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL TWO (2) YEAR
PERIODS; ALLOCATING FUNDS FROM VARIOUS SOURCES OF FUNDS FROM
THE END USER DEPARTMENTS AND SUCH SOURCES OF FUNDS, 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 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, City of Miami ("City") Building Department ("Building") and Department of
Resilience and Public Works ("RPW') have a continuous need for Plans Review, Inspection,
and Professional Services; and
WHEREAS, on September 13, 2023, the City's Department of Procurement
("Procurement"), on behalf of Building and RPVV, issued Invitation for Bids ("IFB") No. 1664387
for the provision of Plans Review, Inspection, and Professional Services, on an as needed
basis, for an initial term of two (2) years with the option to renew for two (2) additional two (2)
year periods; and
WHEREAS, on October 13, 2023, Procurement received five (5) bid responses to the
IFB, which were evaluated and tabulated following the required guidelines of the IFB, however,
three (3) bids were found non -responsive; and
WHEREAS, PMM Consulting Engineers, Corp., a Florida profit corporation ("PMM
Consulting"), the primary vendor, and C.A.P. Government, Inc., a Florida profit corporation
("C.A.P. Government "), the secondary vendor, were deemed the lowest responsive and
responsible Bidders;
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 October 13, 2023, pursuant to IFB No. 1664387, from
the lowest responsive and responsible Bidders, PMM Consulting, the primary vendor, and
C.A.P. Government, the secondary vendor, for the provision of Plans Review, Inspection, and
Professional Services, on an as needed basis, for Building and RPW, for an initial term of two
(2) years with the option to renew for two (2) additional two (2) year periods, are hereby
accepted.
Section 3. Funding shall be allocated from various sources of funds from the end user
departments and such other sources of funds, subject to the availability of funds and budgetary
approval at the time of need.
Section 4. The City Manager is hereby authorized1 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 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, Ginty Attor ey 1/2/2024
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.