Miami-Dade
Legislative Item File Number: 111801 |
Printable PDF Format Clerk's Official Copy |
File Number: 111801 | File Type: Resolution | Status: Adopted | ||||||||
Version: 0 | Reference: R-745-11 | Control: County Commission | ||||||||
|
||||||||||
Requester: Seaport Department | Cost: | Final Action: 9/20/2011 | ||||||||
|
||||||||||
|
||||||||||
|
||||||||||
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 | 9/20/2011 | 14A2 | Adopted | P | |||
|
|||||||
County Manager | 9/15/2011 | Additions | 9/20/2011 | ||||
|
|||||||
Economic Development & Social Services Committee | 9/14/2011 | 3C | Forwarded to the BCC by the BCC Chairperson with a favorable recommendation | P | |||
REPORT: | Assistant County Attorney Terrence Smith read the foregoing proposed resolution. Hearing no questions or comments, the Committee proceeded to vote on this proposed resolution as presented. NOTE: Chairwoman Sosa submitted a memorandum dated September 14, 2011, entitled, "Waiver to the September 20, 2011 Board of County Commissioner Meeting." | ||||||
|
|||||||
County Attorney | 8/29/2011 | Assigned | Richard Seavey | 8/31/2011 | |||
|
|||||||
County Mayor | 8/26/2011 | Assigned | Jack Osterholt | 8/26/2011 | 8/26/2011 | ||
|
|||||||
County Mayor | 8/26/2011 | Assigned | County Attorney | 10/4/2011 | |||
REPORT: | Seaport. Pending committee review. Richard Seavey assited the department. Attachments included. | ||||||
|
Legislative Text |
TITLE RESOLUTION APPROVING PROFESSIONAL SERVICES AGREEMENT BETWEEN MIAMI-DADE COUNTY AND SHAW ENVIRONMENTAL, INC. FOR CRANE PROGRAM ENGINEERING SERVICES IN THE AMOUNT OF $2,475,000, CONTRACT NO. E10-SEA-01; AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE THE AGREEMENT FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND TO EXERCISE ANY TERMINATION AND RENEWAL PROVISIONS THEREIN BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board: Section 1. Approves the execution of a Professional Services Agreement between Miami-Dade County and Shaw Environmental, Inc. in the amount of $2,475,000 for Crane Program Engineering Services, in substantially the form attached hereto and made part hereof. Section 2. Authorizes the Mayor or designee to execute the Professional Services Agreement after review and approval by the County Attorney�s Office; and to exercise any cancellation and renewal provisions therein. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners From: Honorable Carlos A. Gimenez County Mayor Subject: Contract Award Recommendation for Crane Program Engineering Services - Project No.: 2010-035; Contract No.: E10-SEA-01, to Shaw Environmental, Inc. STAFF RECOMMENDATION Recommendation The attached Professional Services Agreement (PSA) between Shaw Environmental, Inc. and Miami-Dade County has been prepared by Miami-Dade Seaport Department and is recommended for approval for a total contract amount of $2,475,000.00. Delegation of Authority - The authority requested by the County Mayor or County Mayor's designee to execute and implement this contract is consistent with those authorities granted under the Code of Miami-Dade County. Additional delegation of authorities requested for this contract are as follows: Section IX of the PSA stipulates that any and all disputes shall be decided by the Director of the Miami-Dade Seaport Department. Section XVIII of the PSA has an option to extend the contract time for two one-year periods over the effective four year term at the discretion of the County Mayor or County Mayor's designee. MANAGER'S BACKGROUND Scope PROJECT NAME: Crane Program Engineering Services PROJECT NO: 2010-035 CONTRACT NO: E10-SEA-01 PROJECT DESCRIPTION: General Gantry Crane Program Engineering and Consulting Services: Services include but are not limited to work related to general crane engineering; general crane infrastructure engineering of the crane systems; rail and structural support systems (including, but is not limited to, the rail structure and the wharf systems which support the cranes); operational and maintenance analysis and studies of the Port of Miami gantry cranes, support systems, and cargo handling equipment (to include, but is not limited to spreaders). This work covers crane program assistance; project assistance and management; repair and maintenance procedures; inspections; assessments; disaster and damage recovery reports; claims assistance; calculations; testing; reports, other specialty crane engineering assistance and any supportive tasks ancillary to the primary scope of services. Other services include crane procurement oversight and technical assistance to purchase, design, fabricate, erect, install, commission, ship, deliver, re-commission, test and certification of gantry cranes and cargo handling equipment such as spreaders. Services may include but are not limited to: an on-site engineer at manufacturer�s site during fabrication, erection, installation, commissioning, testing and shipping; specialty engineer trips to manufacturer�s site during design, fabrication, erection, installation, commissioning and testing as well as prior to shipment; review of all of manufacturer�s drawings, calculations, submittals, reports, testing results, and manuals; trips to the Port of Miami for design reviews, project management, delivery, crane start-up, re-commissioning, testing, certification and acceptance; review and adjustment of manufacturer�s spare parts list as required; review of operations and management of on-site third party inspection services as appropriate, and any supportive tasks ancillary to the primary scope of services. PROJECT LOCATION: Port of Miami PROJECT SITES: SITE # LOCATION 1 DIST ESTIMATE T-S-R #76664 1015 N AMERICA WY 5 $2,475,000.00 54-05-42 PRIMARY COMMISSION DISTRICT: District 5 Bruno A. Barreiro APPROVAL PATH: Board of County Commissioners OCI A&E PROJECT NUMBER: E10-SEA-01 USING DEPARTMENT: Miami-Dade Seaport Department MANAGING DEPARTMENT: Miami-Dade Seaport Department Fiscal Impact / Funding Source FUNDING SOURCE: SOURCE PROJECT NUM SITE # AMOUNT Seaport Bonds/Loans 646440 #76664 $2,475,000.00 OPERATIONS COST IMPACT / FUNDING: Not Applicable, this is a PSA for Crane Program Engineering Services. MAINTENANCE COST IMPACT / FUNDING: Not Applicable, this is a PSA for Crane Program Engineering Services. LIFE EXPECTANCY OF ASSET: Not Applicable, this is a PSA for Crane Program Engineering Services. PTP FUNDING: No GOB FUNDING: No ARRA FUNDING: No CAPITAL BUDGET PROJECTS: CAPITAL BUDGET PROJECT # - DESCRIPTION AWARD ESTIMATE 646440- GANTRY CRANE REFURBISHMENT AND $2,133,000.00 UPGRADE Book Page:82 Funding Year: Adopted Capital Budget Book for FY 10-11, FY 2010-11 Funds (Seaport Bonds/Loans) 646440- GANTRY CRANE REFURBISHMENT AND $342,000.00 UPGRADE Book Page:82 Funding Year: Adopted Capital Budget Book for FY 10-11, FY 2011-12 Funds (Seaport Bonds/Loans) CAPITAL BUDGET PROJECTS TOTAL: $2,475,000.00 PROJECT TECHNICAL CERTIFICATION REQUIREMENTS: TYPE CODE DESCRIPTION Prime 5.01 PORT AND WATERWAY SYSTEMS - ENGINEERING DESIGN Prime 5.06 PORT AND WATERWAY SYSTEMS - CARGO TERMINAL EQUIPMENT DESIGN Prime 17.00 ENGINEERING CONSTRUCTION MANAGEMENT Other 5.05 PORT AND WATERWAY SYSTEMS - CARGO TERMINAL DESIGN Other 5.08 PORT AND WATERWAY SYSTEMS - MARINE ENGINEERING DESIGN Other 12.00 GENERAL MECHANICAL ENGINEERING Other 13.00 GENERAL ELECTRICAL ENGINEERING Other 16.00 GENERAL CIVIL ENGINEERING Other 19.05 VALUE ANALYSIS AND LIFE-CYCLE COSTING - PORT AND WATERWAY SYSTEMS SUSTAINABLE BUILDINGS ORDINANCE: (I.O NO. 8-8) Did the Notice to Professional Consultants contain Specific Language requiring compliance with the Sustainable Buildings Program? YES NTPC'S DOWNLOADED: 86 PROPOSALS RECEIVED: 3 TOTAL CONTRACT PERIOD: 2190 Days. Excludes Warranty Administration Period The contract period consists of four (4) years plus two one-year options to extend for professional services requested during the initial term, which equals six (6) years. These two (2) one-year options to extend are based solely on the approval of the County Mayor or County Mayor's designee. CONTINGENCY PERIOD: 146 Days. Based on the initial four year term of the contract. IG FEE INCLUDED IN BASE CONTRACT: Yes ART IN PUBLIC PLACES: No BASE ESTIMATE: $2,250,000.00 BASE CONTRACT AMOUNT: $2,250,000.00 OPTION TO EXTEND: AMOUNT: DAYS: EXTENSION COMMENT: $0.00 730 These two (2) one-year options to extend are based solely on the approval of the County Mayor or County Mayor�s designee. CONTINGENCY ALLOWANCE (SECTION 2-8.1 MIAMI DADE COUNTY CODE): TYPE PERCENT AMOUNT COMMENT PSA 10% $225,000.00 TOTAL DEDICATED ALLOWANCE: $0.00 TOTAL AMOUNT: $2,475,000.00 Track Record / Monitor SBD HISTORY OF VIOLATIONS: None EXPLANATION: A Notice to Professional Consultants (NTPC) was advertised on January 4, 2011. Three proposals were submitted on February 11, 2011, in response to the NTPC. All three respondents were found in compliance with the required Experience and Qualification stipulation denoted in the NTPC. The Competitive Selection Committee (CSC) appointed by the County Manager conducted a First Tier Screening on March 1, 2011 to evaluate the proposals received. Based on the CSC's professional expertise and by a majority vote, the CSC shortlisted the three respondents and conducted a Second Tier Screening with oral presentations on March 22, 2011. All three firms were evaluated in accordance with Administrative Order 3-39. The final ordinal ranking of the firms were as follows: Firm No. 1, Shaw Environmental, Inc. received 8 points; Firm No. 2, HDR Engineering, Inc. received 11 points; and Firm No. 3, PB Americas, Inc. received 11 points. Based on the above results, the CSC recommended that negotiations be conducted with Shaw Environmental, Inc. The County Manager concurred with the CSC and on April 29, 2011, the first negotiation meeting was held. After three negotiations, the Negotiation Committee arrived at a lump sum price that was fair and reasonable for oversight and technical assistance to purchase, design, fabricate, erect, install, commission, ship, deliver, re-commission, test and certify new gantry cranes 13, 14 and possibly 15 and 16. The approved project schedule negotiated is also attached with the proposal. There is additional capacity in the Professional Services Agreement to accommodate additional crane program assistance; project assistance and management; repair and maintenance procedures; inspections; assessments; disaster and damage recovery reports; claims assistance; calculations; testing; reports and other specialty crane engineering assistance. There are two evaluations on record in the Capital Improvement Information System for Shaw Environmental, Inc. with an average rating of 3.4 points out of a total 4.0 possible points. Based on the above, it is recommended that this agreement be awarded in the amount of $2,475,000.00 to Shaw Environmental, Inc. SUBMITTAL DATE: 2/11/2011 ESTIMATED NOTICE TO PROCEED: 9/1/2011 PRIME CONSULTANT: Shaw Environmental, Inc. COMPANY PRINCIPAL: Paul Bridges COMPANY QUALIFIERS: David Jaeger COMPANY EMAIL ADDRESS: [email protected] COMPANY STREET ADDRESS: 14350 Commerce Way COMPANY CITY- STATE-ZIP: Miami Lakes, Florida 33016-1501 YEARS IN BUSINESS: 9 PREVIOUS EXPERIENCE WITH COUNTY IN THE LAST FIVE YEARS: According to the Firm History Report, as provided by the Department of Small Business Development, within the last five years, Shaw Environmental, Inc. has been awarded five (5) Contracts through the Equitable Distribution Program for a total value of $365,366.03, including a Change Order approved by the BCC for $8,335.08. SUBCONSULTANTS: Initial Engineers, P.A. MINIMUM QUALIFICATIONS EXCEED LEGAL REQUIREMENTS: Yes Interested Professional Engineering Firms must have five (5) years experience for similar work as described in the project description. This expertise must be met by qualified individual(s) of the prime consultant�s team. REVIEW COMMITTEE: MEETING DATE: 9/29/2010 SIGNOFF DATE: 9/29/2010 RESUBMIT DATE: 12/8/2010 RESUBMIT SIGNOFF: 12/8/2010 APPLICABLE WAGES: (RESOLUTION No. R- 54-10) No REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES: TYPE GOAL ESTIMATED VALUE COMMENT CBE 12.00% $297,000.00 CWP 0.00% 0 Not Applicable MANDATORY CLEARING HOUSE: No CONTRACT MANAGER NAME / PHONE / EMAIL: Gysellle Pino 305-347-4833 [email protected] PROJECT MANAGER NAME / PHONE / EMAIL: Dorian K. Valdes, P.E. 305-347-4802 [email protected] Background BACKGROUND: The Port of Miami is upgrading its infrastructure to receive new-panamax ships once the expansion of the Panama Canal and the Port�s Deep Harbor Dredge Program are completed. To service these ships, the Port must procure two new super-post-panamax gantry cranes and select a specialty crane engineering consultant to provide oversight of the design, fabrication, delivery, commissioning, inspections, repairs, maintenance and any other required services related to this work. ____________________________________________________________________________________ BUDGET APPROVAL FUNDS AVAILABLE: _________________________ OSBM DIRECTOR ______ DATE APPROVED AS TO LEGAL SUFFICIENCY: _________________________ COUNTY ATTORNEY ______ DATE _________________________ ASSISTANT COUNTY MANAGER ______ DATE CLERK DATE _____________ DATE |
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
|