Miami-Dade
Legislative Item File Number: 102325 |
Printable PDF Format Clerk's Official Copy |
File Number: 102325 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-1085-10 | Control: Board of County Commissioners | ||||||
|
||||||||
Requester: Procurement Management Department | Cost: | Final Action: 11/4/2010 | ||||||
|
||||||||
|
||||||||
|
||||||||
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 | 11/4/2010 | 8O1A | Adopted | P | |||
REPORT: | Commissioner Martinez noted concern that 1) a closer relationship was needed with legislators in Tallahassee than in Washington; and 2) almost more money was spent for lobbyist activities in Tallahassee for a 3-month session than for a year round session in Washington. There being no further questions or comments, the Commission proceeded to vote. | ||||||
|
|||||||
Health, Public Safety & Intergovernmental Cmte | 10/14/2010 | 3B | Forwarded to BCC with a favorable recommendation | P | |||
REPORT: | Assistant County Attorney Gerald Sanchez read the foregoing proposed resolution into the record. Hearing no questions or comments, the Committee proceeded to vote on this proposed resolution as presented. | ||||||
|
|||||||
County Attorney | 10/5/2010 | Assigned | Jess M. McCarty | 10/5/2010 | |||
|
|||||||
County Manager | 9/23/2010 | Referred | Health, Public Safety & Intergovernmental Cmte | 10/14/2010 | |||
|
|||||||
County Manager | 9/23/2010 | Assigned | County Attorney | 11/4/2010 | |||
REPORT: | PROCUREMENT MGMT | ||||||
|
|||||||
County Manager | 9/23/2010 | Assigned | Alina Tejeda-Hudak | 9/27/2010 | 9/23/2010 | ||
|
Legislative Text |
TITLE RESOLUTION AUTHORIZING EXECUTION OF AGREEMENTS IN THE AGGREGATE AMOUNT OF $500,000 PER YEAR WITH RONALD L. BOOK, P.A. AND RUTLEDGE, ECENIA & PURNELL, P.A. TO OBTAIN GOVERNMENTAL REPRESENTATION AND CONSULTING SERVICES IN TALLAHASSEE, FLORIDA, AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE AGREEMENTS FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND TO EXERCISE ANY CANCELLATION AND RENEWAL PROVISIONS, AND TO EXERCISE ALL OTHER RIGHTS CONTAINED THEREIN CONTRACT NOS. RFQ728A AND RFQ728B 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 approves the execution of agreements in the aggregate amount of $500,000 per year with Ronald L. Book, P.A. and Rutledge, Ecenia & Purnell, P.A., in substantially the form attached hereto and made a part hereof, and authorizes the County Mayor or County Mayor�s designee to execute same for and on behalf of Miami-Dade County and to exercise any cancellation and renewal provisions and all other rights contained therein. HEADER Date: To: Honorable Chairman Dennis C. Moss and Members, Board of County Commissioners From: George M. Burgess County Manager Subject: Recommendation for Approval to Award Contract Nos. RFQ728a and RFQ728b: Governmental Representation and Consulting Services in Tallahassee, FL STAFF RECOMMENDATION RECOMMENDATION It is recommended that the Board of County Commissioners approve award of two contracts to provide Miami-Dade County representation and governmental consulting services before the executive and legislative branches of the state government. CONTRACT NOS: RFQ728a and RFQ728b CONTRACT TITLE: Governmental Representation and Consulting Services in Tallahassee, FL DESCRIPTION: To obtain representation and governmental consulting services before the executive and legislative branches of the state government, to include a full range of lobbying, legislative counsel, consulting and advocacy services. The firms shall provide the services as requested by the County, for various subjects/issues assigned, based on the County�s annual legislative package. TERM: One year with three, one-year options to renew at the County�s sole discretion. APPROVAL TO ADVERTISE: Advertisement was approved by the Board of County Commissioners on June 3, 2010. CONTRACT AMOUNT: $500,000 per year ($225,000 per contract per year, plus up to $50,000 in the aggregate per year for work orders and optional services) If the County exercises the three, one-year options-to-renew, the total contract value will be $2,000,000. PREVIOUS CONTRACT AMOUNT: Currently, there are two contracts for these services with a combined allocation of $550,000 per year. The allocation includes $237,500 per contract (total of $475,000), plus an additional amount of $75,000 in the aggregate between the contracts for optional services. USING/MANAGING AGENCY AND FUNDING SOURCE: Department Allocation Funding Source Contract Manager Office of Intergovernmental Affairs $500,000 General Fund Jose Rasco The allocation and funding source have been reviewed and approved by the Office of Strategic Business Management. There is no fiscal impact beyond what is stated in this award recommendation. DPM AGENT/OFFICER: Rita Silva, Department of Procurement Management METHOD OF AWARD: Award to up to two recommended responsive, responsible vendors based on the evaluation criteria established in the solicitation. A full and open competitive Request for Qualifications process was used. VENDORS RECOMMENDED FOR AWARD: Vendor Address Principal Ronald L. Book, P.A. 18851 NE 29th Avenue Ronald L. Book (Local Vendor) Suite 1010 with subcontractor Aventura, FL 33180 Pittman Law Group, P.L. Rutledge, Ecenia & Purnell, P.A. 119 South Monroe Street Gary R. Rutledge (Non-local Vendor) Suite 202 with subcontractors Tallahassee, FL 32301 Dutko Worldwide, LLC Gomez Barker Associates, Inc. VENDORS NOT RECOMMENDED FOR AWARD: 1. Akerman Senterfitt 2. Floridian Partners, LLC PERFORMANCE DATA: There are no performance issues with the recommended firms. COMPLIANCE DATA: There are no compliance issues with the recommended firms. CONTRACT MEASURES: A Small Business Enterprise selection factor was assigned to this contract. LIVING WAGE: The services being provided are not covered under the Living Wage Ordinance. USER ACCESS PROGRAM: The User Access Program provision will apply. The 2% program discount will be collected on all purchases. LOCAL PREFERENCE: Waived by the Board of County Commissioners due to the nature of the services and the importance of having a Tallahassee, Florida presence. ESTIMATED CONTRACT COMMENCEMENT DATE: Ten days after date adopted by the Board of County Commissioners, unless vetoed by the Mayor. DELEGATED AUTHORITY: If this item is approved, the County Mayor or designee will have the authority to exercise, at County Mayor�s or designee�s discretion, subsequent options-to-renew and other extensions in accordance with the terms and conditions of the contract. MANAGER'S BACKGROUND BACKGROUND Currently, there are two contracts for these services. The contracts expire on October 31, 2010. The services in the current contract are the same as those in the recommended successor contracts. However, the overall annual allocation has been reduced by $50,000. The original annual allocation for the current contracts was $575,000. This amount represents $250,000 per contract per year, plus $75,000 total per year for optional services. In November 2009, the cost per contract was reduced by 5% to $237,500, as directed by the Board of County Commissioners (Board) Resolution No. R-1293-09. Therefore, the allocation for these contracts is currently $550,000. In the successor contracts, the cost per contract was reduced another 5% to $225,000. Additionally, the amount for optional services (and work orders in the successor contracts) was reduced to $50,000. The total allocation for the successor contracts is $500,000. On January 21, 2010, the Board adopted Resolution No. R-56-10 which provides that no County contract lobbyist shall represent any entity in any forum to support a position in opposition to a position of the County, unless the Board first grants a waiver for the representation. The resolution further states: �If the contract lobbyist has no conflicts, then the lobbyist shall provide a written statement that the contract lobbyist has no conflicts prior to award.� Each recommended firm was provided a copy of the resolution and confirmed in writing that the firm, and its subcontractors, had no conflicts. All of the firms have an affirmative responsibility to promptly seek, in writing, and obtain a waiver from the Board of County Commissioners for any conflict of interest prior to representing any entity in any forum. The contracts include specific language regarding the policies set forth in the resolution. Attachments ____________________________ Assistant County Manager |
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
|