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rescinded and a new award recommendation was approved by the City Manager.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.