Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #6258 Date: 08/02/2019 Requesting Department: Department of Resilience and Public Works Commission Meeting Date: 09/12/2019 Sponsored By: District Impacted: All Type: Resolution Subject: Accept Bid - Texas Aquatic Harvesting Canal Cleaning Services Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, pursuant to IFB 977382 for citywide canal cleaning services for the Public Works Department ("Public Works"), on an as needed basis, with Texas Aquatic Harvesting, Inc. ("Texas Aquatic") as the primary vendor and Adventure Environmental, Inc. ("AE") as the secondary vendor for an initial term of three (3) years, with the option to renew for two (2) additional two (2) year periods, allocating funds from Account No. 00001.208000.534000.0000.00000 and other funding sources, subject to the availability of funds and budget 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 budgetary approval having been previously made, and in 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 applicable regulations, as may be necessary for said purpose. Background of Item: On February 11, 2019, the Department of Procurement ("Procurement") issued IFB No. 977382, Citywide Canal Cleaning Services, under full and open competition. On March 4, 2019, at bid closing, four (2) bids were received. One (1) bidder was found non- responsive. An award was recommended and protested. As a result of the protest the City conducted additional due diligence and the originally awarded bidder was deemed non-responsive and non -responsible. The original award recommendation was rescinded and a new award recommendation was approved by the City Manager. Procurement is recommending award to Texas Aquatic as the primary vendor, and Adventure Environmental as the secondary vendor. The estimated annual cost for this contract is $866,286.00. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $866,286.00 annually (aggregate of $6,064,002.00 for seven (7) years) General Account No: 00001.208000.534000.0000.00000 and other funding sources Reviewed By Department of Resilience and Public Works Review Completed 08/14/2019 12:40 PM Office of Management and Budget Donovan Dawson Office of Management and Budget Christopher M Rose Department of Procurement Annie Perez City Manager's Office Nzeribe Ihekwaba City Manager's Office Nikolas Pascual Legislative Division Valentin J Alvarez Office of the City Attorney Pablo Velez Office of the City Attorney Barnaby L. Min Office of the City Attorney Victoria M6ndez City Commission Maricarmen Lopez Office of the Mayor Mayor's Office Office of the City Clerk City Clerk's Office Office of the City Clerk City Clerk's Office Alan M. Dodd Department Head Budget Analyst Review Completed Budget Review Completed Procurement Review Completed Assistant City Manager Review Completed City Manager Review Completed Legislative Division Review Completed ACA Review Completed Deputy City Attorney Review Completed Approved Form and Correctness Completed Meeting Completed Unsigned by the Mayor Completed Signed and Attested by the City Clerk Completed Rendered Completed 08/20/2019 1:31 PM 08/22/2019 6:12 AM 08/22/2019 4:47 PM 08/22/2019 5:53 PM 08/23/2019 10:43 AM 08/23/2019 12:58 PM 08/27/2019 12:49 PM 08/27/2019 3:26 PM 08/30/2019 3:23 PM 09/12/2019 9:00 AM 09/20/2019 3:53 PM 09/20/2019 4:29 PM 09/20/2019 4:30 PM File Number: 6258 City of Miami Legislation Resolution Enactment Number: R-19-0369 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Final Action Date:9/12/2019 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS RECEIVED ON MARCH 4, 2019 PURSUANT TO INVITATION FOR BID ("IFB") NO. 977382 FOR CITYWIDE CANAL CLEANING SERVICES FOR THE CITY OF MIAMI'S ("CITY") RESILIENCE AND PUBLIC WORKS DEPARTMENT ("PUBLIC WORKS") ON AN AS NEEDED BASIS FROM THE TWO (2) SOLE RESPONSIVE AND RESPONSIBLE BIDDERS, TEXAS AQUATIC HARVESTING, INC., A FLORIDA PROFIT CORPORATION, AS THE PRIMARY VENDOR, AND ADVENTURE ENVIRONMENTAL, INC., A FLORIDA PROFIT CORPORATION, AS THE SECONDARY VENDOR, FOR AN INITIAL TERM OF THREE (3) YEARS WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL TWO (2) YEAR PERIODS; ALLOCATING FUNDS FROM ACCOUNT NO. 00001.208000.534000.0000.00000 AND SUCH OTHER FUNDING SOURCES, 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, ALL IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND SUBJECT TO ALL PRIOR ALLOCATIONS, APPROPRIATIONS, BUDGETARY APPROVAL, AND 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, AND IN COMPLIANCE WITH ALL APPLICABLE RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, the City of Miami's ("City") Resilience and Public Works Department ("Public Works") has a need for canal cleaning services Citywide; and WHEREAS, the City's Procurement Department ("Procurement") issued Invitation for Bid ("IFB") No. 977382 to establish a Contract for Citywide Canal Cleaning Services ("Contract") for an initial term of three (3) years with the option to renew for two (2) additional two (2) year periods; and WHEREAS, award of the Contract is on a primary, secondary, and tertiary basis; and WHEREAS, on March 4, 2019, Procurement received bids in response to the IFB, and specifically from the two (2) sole responsive and responsible bidders, Texas Aquatic Harvesting, Inc., a Florida profit corporation, as the primary vendor, and Adventure Environmental, Inc., a Florida profit corporation, as the secondary vendor; and WHEREAS, funds will be allocated from Account No. 00001.208000.534000.0000.00000 and such other funding sources, 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 bids received March 4, 2019 pursuant to IFB No. 977382 from the two (2) sole responsive and responsible bidders, Texas Aquatic Harvesting, Inc., a Florida profit corporation, as the primary vendor, and Adventure Environmental, Inc., a Florida profit corporation, as the secondary vendor, for an initial term of three (3) years with the option to renew for two (2) additional two (2) year periods are accepted. Section 3. The allocation of funds from Account No. 00001.208000.534000.0000.00000 and such other funding sources, subject to the availability of funds and budgetary approval at the time of need, are approved. Section 4. The City Manager is authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, all in a form acceptable to the City Attorney and subject to all prior allocations, appropriations, budgetary approval, and 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, and in compliance with all applicable rules and regulations, as may be deemed necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: 1 i ria i ' ndez, City Attor iey 8/30/2019 ' The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission.