|
Miami-Dade
Legislative Item File Number: 171370 |
Printable PDF Format
Clerk's Official Copy
|
| File Number: 171370 | File Type: Resolution | Status: Adopted | ||||||
| Version: 0 | Reference: R-677-17 | Control: Board of County Commissioners | ||||||
|
||||||||
| Requester: Aviation Department | Cost: | Final Action: 7/6/2017 | ||||||
|
||||||||
|
||||||||
|
||||||||
| Sunset Provision: No | Effective Date: | Expiration Date: | ||||||
| Registered Lobbyist: | None Listed |
Legislative History |
|||||||
| Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
| |
|||||||
| Board of County Commissioners | 7/6/2017 | 8A3 | Adopted | P | |||
| |
|||||||
| Economic Development and Tourism Committee | 6/15/2017 | 3E | Forwarded to BCC with a favorable recommendation | P | |||
| REPORT: | Assistant County Attorney Oren Rosenthal read the title of the foregoing proposed resolution into the record. There being no questions or comments, the EDTC proceeded to vote that the foregoing proposed resolution be forwarded to the Board of County Commissioners with a favorable recommendation, as presented. | ||||||
| |
|||||||
| County Attorney | 6/1/2017 | Assigned | David M. Murray | ||||
| |
|||||||
| County Attorney | 5/30/2017 | Assigned | Office of Agenda Coordination | 5/30/2017 | |||
| |
|||||||
| Office of Agenda Coordination | 5/30/2017 | Assigned | Jack Osterholt | ||||
| REPORT: | Item returned | ||||||
| |
|||||||
| Jack Osterholt | 5/25/2017 | Assigned | Office of Agenda Coordination | 5/25/2017 | 5/25/2017 | ||
| |
|||||||
| Office of Agenda Coordination | 5/25/2017 | Assigned | County Attorney | 7/6/2017 | |||
| REPORT: | MDAD - No Sponsor - Pending June Cmte - County Attorney: David Murray - Attachments: Contract - Page Numbers: 130 | ||||||
| |
|||||||
| County Attorney | 5/25/2017 | Assigned | David M. Murray | 5/25/2017 | |||
| |
|||||||
| Legislative Text |
|
TITLE RESOLUTION APPROVING PROFESSIONAL SERVICES AGREEMENT BETWEEN MIAMI-DADE COUNTY AND T.Y. LIN INTERNATIONAL, INC., FOR AVIATION PLANNING AND PROGRAMMING CONSULTANT SERVICES, PROJECT NO. E16-MDAD-05, IN AN AMOUNT NOT TO EXCEED $5,513,750.00 AND FOR A TERM OF FIVE YEARS; AND AUTHORIZING COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE THE AGREEMENT AND TO EXERCISE THE PROVISIONS THEREOF, INCLUDING THE TERMINATION PROVISIONS CONTAINED THEREIN BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum and documents, copies of which are incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that the Board hereby approves the Professional Services Agreement between Miami-Dade County and T.Y. Lin International Associates, Inc. for Aviation Planning and Programming Consultant Services, Project No: E16-MDAD-05, in substantially the form attached hereto, in an amount not to exceed $5,513,750.00 (includes the IG Fee), for a term of five (5) years; all as more particularly set forth in the accompanying memorandum from the County Mayor; this Board authorizes the County Mayor or the County Mayor�s designee to execute the same for and on behalf of the County, and to exercise the provisions thereof, including the termination provisions therein. HEADER Date: To: Honorable Chairman Esteban L. Bovo, Jr. and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject: Resolution Approving Award Recommendation for Professional Services Agreement with T.Y. Lin International, for Aviation Planning and Programming Consultant Services STAFF RECOMMENDATION Recommendation It is recommended that the Board of County Commissioners (Board) approve the award of the attached Professional Services Agreement (PSA) for Aviation Planning and Programming Consultant Services with T.Y. Lin International, in the amount of $5,513,750.00, and authorize the County Mayor or the County Mayor�s designee to execute said agreement for and on behalf of Miami-Dade County. Delegation of Authority In accordance with the Miami-Dade County Code Section 2-8-3 related to identifying delegation of Board authority contained within the Agreement, the County Mayor or the County Mayor�s designee has the authority to terminate the Agreement. PROJECT NAME: Aviation Planning and Programming Consultant Services ISD A/E PROJECT NO.: E16-MDAD-05 CONTRACT NO.: E16-MDAD-05 PROJECT DESCRIPTION: The Consultant shall provide a wide variety of aviation planning and project programming skills and capabilities to directly support the work assigned to the Miami-Dade Aviation Department�s (MDAD) Aviation Planning Land Use and Grants Division for Miami International Airport (MIA) and the County�s system of general aviation airports which consists of Miami-Opa locka Executive Airport (OPF), Miami Executive Airport (TMB), Miami Homestead General Aviation Airport (X51) and Dade-Collier Training and Transition Airport (TNT). This procurement is for the award of two (2) PSAs, each with a value of $5,513,750.00. This item is accompanied by a separate PSA award to Ricondo & Associates, Inc., for the same services. PROJECT LOCATION: Miami International Airport, Miami-Opa locka Executive Airport, Miami Executive Airport, Miami Homestead General Aviation Airport, and Dade-Collier Training and Transition Airport COMMISION DISTRICT: Various APPROVAL PATH: Board of County Commissioners USING DEPARTMENTS: MDAD MANAGING DEPARTMENT: MDAD Fiscal Impact/Funding Source FUNDING SOURCE: MDAD Operating Fund OPERATIONS COST IMPACT: Not applicable MAINTENANCE COST IMPACT/FUNDING: Not applicable PTP FUNDING: No GOB FUNDING: No PROPOSALS RECEIVED: Four (4) SUSTAINABLE BUILDINGS ORDINANCE (I.O. NO. 8-8) No sustainable opportunities CONTRACT PERIOD: Five (5) years OPTION(S) TO EXTEND: None CONTINGENCY PERIOD: 40 calendar days INSPECTOR GENERAL (IG) FEE INCLUDED IN BASE CONTRACT: No ART IN PUBLIC PLACES: No BASE ESTIMATE: $5,000,000.00 CONTINGENCY ALLOWANCE (Section 2-8.1 Miami-Dade County Code): 10 percent / $500,000.00 IG FEE: $13,750.00 DEDICATED ALLOWANCE: None TOTAL AMOUNT: $5,513,750.00 SEA LEVEL RISE: Not applicable Track Record/Monitoring DUE DILIGENCE: Pursuant to Resolution No. R-187-12, due diligence was conducted to determine the consultant�s responsibility, including verifying corporate status and that no performance or compliance issues exist. The following searches revealed no adverse findings for the proposing entity: Small Business Development database, convicted vendors, debarred vendors, delinquent contractors, suspended vendors and federal excluded parties list. Although there are no evaluations on record for the firm in CIIS, MDAD staff reviewed the business references included in the proposal and deemed the firm�s experience for this project to be satisfactory. SMALL BUSINESS DEVELOPMENT (SBD) HISTORY OF VIOLATIONS: No violations on record. MINIMUM QUALIFICATIONS: None FIRM: T.Y. Lin International COMPANY PRINCIPAL(S): Richard Waters, PE Max Fajardo LOCATION OF COMPANY: 201 Alhambra Circle, Suite 900 Coral Gables, Florida 33134 PREVIOUS AGREEMENTS WITH THE COUNTY (PAST FIVE (5) YEARS): See attached firm history report from the County�s SBD Division. RESPONSIBLE WAGES: No ASSIGNED CONTRACT MEASURES: Type Goal Estimated Value SBE/AE 20 percent $1,100,000.00 CONTRACT MEASURES ACHIEVED AT AWARD: 20 percent SBE SUBCONSULTANTS: Nifah & Partners Consulting Engineers Nova Consulting, Inc. MANDATORY CLEARINGHOUSE: Not applicable CONTRACT MANAGER: Ammad Riaz [email protected] PROJECT MANAGER: Ammad Riaz [email protected] BACKGROUND: Consultant provides required critical planning and support services at large hub (as defined by the Federal Aviation Administration) airports. SELECTION PROCESS: On September 7, 2016, a Notice to Professional Consultants (NTPC) was issued under full and open competition to award two (2) separate professional services agreements. On October 11, 2016, the Clerk of the Board received four (4) proposals. In accordance with Chapter 287.055 of the Florida Statutes and Chapter 2-10.4 of the Code of Miami-Dade County, both of which govern certification, selection and negotiation procedures, the Competitive Selection Committee held a first-tier meeting on January 19, 2017 to review the four (4) submittals. By a majority vote, the Committee elected to waive the second-tier phase and ranked the four (4) responsive proposers. As a result, the firms were ranked as follows: Firm Final Ranking Ordinal Score Total Qualitative Points Ricondo & Associates, Inc. 1 4 468 T.Y. LIN, International 2 5 441 Parsons Brickerhoff, Inc. 3 9 430 Kimley-Horn & Associates, Inc. 4 12 407 The two (2) top ranked firms, Ricondo & Associates, Inc. and T.Y. Lin International, were found by the Selection Committee to have met the qualification requirements. With the approval to move forward with the negotiation process, the Negotiation Committee successfully negotiated an agreement with both firms on March 31, 2017. This award recommendation is for one (1) PSA to be awarded to T.Y. Lin International. _________________________ Jack Osterholt Deputy Mayor |
|
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|