Miami-Dade Legislative Item
File Number: 231640
Printable PDF Format Download Adobe Reader    Clerk's Official Copy   

File Number: 231640 File Type: Resolution Status: Adopted
Version: 0 Reference: R-837-23 Control: Board of County Commissioners
File Name: MODERNIZATION OF MIA'S PUBLIC ACCESS RESTROOMS Introduced: 8/23/2023
Requester: Aviation Department Cost: Final Action: 10/3/2023
Agenda Date: 10/3/2023 Agenda Item Number: 8A4
Notes: Title: RESOLUTION APPROVING PROFESSIONAL SERVICES AGREEMENT BETWEEN MIAMI-DADE COUNTY AND RS&H, INC. FOR ENGINEERING DESIGN SERVICES TO MODERNIZE MIAMI INTERNATIONAL AIRPORT’S PUBLIC ACCESS RESTROOMS, CONTRACT NO. A21-MDAD-01A, IN AN AMOUNT NOT TO EXCEED $12,765,036.00 FOR A TERM OF SEVEN YEARS AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR’S DESIGNEE TO EXECUTE THE AGREEMENT AND TO EXERCISE THE TERMINATION PROVISION CONTAINED THEREIN
Indexes: NONE
Sponsors: NONE
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 10/3/2023 8A4 Adopted P
REPORT: County Attorney Geri Bonzon-Keenan read the title of the foregoing proposed resolution into the record. There being no questions or comments, the Board proceeded to vote on the foregoing proposed resolution as presented.

Airport and Economic Development Committee 9/13/2023 3B Forwarded to BCC with a favorable recommendation
REPORT: Commissioner Cohen Higgins noted the foregoing proposed resolutions (Agenda Items 3B, 3C and 3D) all pertained to the renovation of the airport’s restroom facilities and noted the contracts specified a term of seven (7) years for design services which did not reflect the Board of County Commissioners’ desire in having the renovations completed as quickly as possible. She acknowledged the scope of the work involved but pointed out the design would essentially be the same for all the bathrooms; and asked if the timeframe could be reduced. Mr. Ralph Cutiè, Director and Chief Executive Officer of the Miami-Dade Aviation Department (MDAD) clarified the seven (7) year terms included the design, design services during construction and the bidding process. He stated the overall restroom renovation project could span between seven (7) to ten years so the contract terms factored in the various design, review and bidding timeframes and processes. In response to Commissioner Cohen Higgins’ question as to whether the three (3) design firms would provide different bathroom designs, Mr. Cutiè advised the Committee members that a uniform finish for all the restrooms had been previously approved. He pointed out the bathrooms were in various locations and conditions of disrepair or age, and the design component for each bathroom included all work to be done including electrical, plumbing and any unforeseen issues that may arise during the renovation. Mr. Cutiè reported more than 30 restrooms had been completed with 40 to 50 restrooms presently under construction. Mr. Cutiè stated the foregoing proposed resolutions (Agenda Items 3B, 3C and 3D) addressed 141 out of the 447 restrooms in the airport. Commissioner Cohen Higgins asked whether there were any incentives built into the contract to encourage contractors to work more efficiently. Mr. Cutiè stated incentives and bonuses were not included in the contract, however, the contracts were service order driven and included milestones or key indicators. He assured the Committee members that the project would be monitored to ensure the bathrooms were completed expeditiously. Commissioner Cohen Higgins expressed her desire to see the projects completed before the specified time frame. Commissioner Regalado added that the designers were retained for an extended period of time to address unforeseen issues that may arise during construction and to address change orders due to material changes. In addition, she pointed out the designers were also needed to ensure Americans with Disabilities Act, 1990 (ADA) compliance. With regard to Commissioner Regalado’s concern regarding the commencement and prioritization of the projects, Mr. Cutiè indicated the bond engineer conducted a survey to prioritize restrooms according to level of use, bathroom age, foot traffic, and capacity and reported the 141 bathrooms listed in the contracts were identified as the highest priority following the bathrooms that were already completed. There being no further questions or comments, the Committee proceeded to vote on the foregoing proposed resolutions (Agenda Items 3B, 3C and 3D), as presented.

County Attorney 8/25/2023 Assigned David M. Murray 8/28/2023

Jimmy Morales 8/23/2023 Assigned Office of Agenda Coordination 8/23/2023 8/23/2023

Office of Agenda Coordination 8/23/2023 Assigned County Attorney 10/3/2023
REPORT: MDAD – No sponsor – Pending Sept Cmte – CAO: David Murry - Attachments: Contract Award– Page Numbers: 153

Legislative Text


TITLE
RESOLUTION APPROVING PROFESSIONAL SERVICES AGREEMENT BETWEEN MIAMI-DADE COUNTY AND RS&H, INC. FOR ENGINEERING DESIGN SERVICES TO MODERNIZE MIAMI INTERNATIONAL AIRPORT�S PUBLIC ACCESS RESTROOMS, CONTRACT NO. A21-MDAD-01A, IN AN AMOUNT NOT TO EXCEED $12,765,036.00 FOR A TERM OF SEVEN YEARS AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE THE AGREEMENT AND TO EXERCISE THE TERMINATION PROVISION 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:

Section 1. This Board hereby approves the award of the Professional Services Agreement to RS&H, Inc. for the provision of engineering design services to modernize Miami International Airport�s public access restrooms, Contract No. A21-MDAD-01A, in an amount not to exceed $12,765,036.00 for a term of seven years, in substantially the form attached hereto and made a part hereof.

Section 2. This Board authorizes the County Mayor or County Mayor�s designee to exercise the provisions thereof, including the authority to execute Contract No. A21-MDAD-01A and the authority to exercise the termination provisions, and to exercise all relevant authority granted the County Mayor or County Mayor's designee pursuant to sections 2-285 and 2-285.2 of the Miami-Dade County Code.

HEADER
Date:

To: Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners

From: Daniella Levine Cava
Mayor

Subject: Contract Award Recommendation for Approval to Award a Professional Services Agreement for Miami International Airport Public Restrooms Modernization Phases 1.2 - 1.5 to RS&H, Inc.; Contract No. A21-MDAD-01A

STAFF RECOMMENDATION
SUMMARY
This item is recommending the County enter into a Professional Services Agreement (PSA) with RS&H, Inc. (RS&H) for the provision of architectural and engineering design services to renovate 141 public access restrooms at Miami International Airport (MIA). This is one of three award recommendations for the provision of identical services procured under Project No. A21-MDAD-01, the other two award recommendations to EXP US Services, Inc. and Jacobs Engineering Group, Inc. are on today�s agenda as companion items. This award recommendation was prepared by the Miami-Dade Aviation Department (Aviation Department or MDAD).

A review of the County�s Capital Improvements Information System showed the recommended vendor has an average evaluation score of 4.0 out of a possible maximum score of 4.0, which is indicative of excellent performance. (See Attachment A: Contractor Evaluations Report).

According to the Firm History Report, as provided by the Internal Services Department�s (ISD) Small Business Development (SBD) Division, within the last three years, RS&H has received nine (9) contracts as a Prime Contractor with a total value of $1,897,042. Additionally, from 2012-2019, RS&H has been awarded seven (7) contracts as a Prime Contractor with a total value of $1,578,300, making for a grand total of $3,475,342. (See Attachment B: A/E Firm History Report).

RECOMMENDATION
It is recommended that the Board of County Commissioners (Board) approve a competitive award of a PSA to RS&H entitled: �Professional Services Agreement for MIA Public Restrooms Modernization Phases 1.2-1.5 for Miami-Dade Aviation Department, Contract No. A21-MDAD-01A� in the maximum amount of $12,765,036, inclusive of a 10 percent contingency account of $1,157,564 and $31,833 for the Office of the County�s Inspector General.

This contract is for a seven (7) year term with no renewal options and is not project specific.

SCOPE
RS&H is one of three firms that will provide design services for the renovation of 141 public access restrooms within the MIA Terminal on Concourse levels 1, 2 and 3, with an approximate affected area of 61,513 square feet. The design services shall include the complete modernization of each restroom, including the interior demolition of the restroom, new partition walls, new toilet partitions, new restroom finishes including flooring and wall tile, new vanity counter tops, new plumbing fixtures, new accessories, and new lighting fixtures. Additionally, life safety, architectural, structural, plumbing, mechanical, and electrical engineering upgrades will be implemented as warranted.

RS&H will adhere the design standards to meet the Code of Miami-Dade County, the Florida Building Code, MDAD�s Design Guidelines, and any other guidelines required by authorities having jurisdiction. The design teams will be responsible for selecting the most current sustainable design elements for the project if current technology/materials are not available in the future and/or more sustainable technology/materials are available/applicable. Replacement plumbing fixtures will be U.S. Environmental Protection Agency (EPA) water sense certified and meet the latest Leaders of Energy and Environmental Design (LEED) criteria requirements for plumbing fixtures and other bathroom features.

MIA is located primarily within District 6 which is represented by Commissioner Kevin M. Cabrera, however, the impact of this agenda item is countywide in nature as MIA is a regional asset.

The prime and subconsultant project technical certification requirements consist of: Aviation Systems � Architectural Design � 4.02; Telecommunications Systems � 8.00; General Structural Engineering � 11.00; General Mechanical Engineering � 12.00; General Electrical Engineering � 13.00; Architecture � 14.00; and ADA Title II Consultant � 22.

On July 25, 2022, ISD�s SBD Division established a 20 percent Small Business Enterprise � Architectural and Engineering (SBE-A&E) goal for this project. On January 17, 2023, SBD reviewed the proposals submitted and deemed two of the proposals as non-compliant, one was submitted by R.G. Vanderweil Engineers, LLP, and the other by Blank Design and Architecture, LLC. The remaining proposals were deemed as compliant with the contract measures established for this project.

DELEGATED AUTHORITY
This Board authorizes the County Mayor or County Mayor�s designee to exercise the provisions thereof, including the authority to execute Contract No. A21-MDAD-01A and the authority to exercise the termination provisions, and to exercise all relevant authority granted the County Mayor or County Mayor's designee pursuant to Sections 2-285 and 2-285.2 of the Miami-Dade County Code.

BACKGROUND
In May 2019, the Aviation Department received the results of an assessment performed detailing the conditions of all restrooms within MIA�s Terminal, including the public access restrooms, ramp access restrooms and office access restrooms. The objective of the assessment was to evaluate the condition of these restrooms, identify those in need of renovation, and prioritize them for renovation based on the location and condition of the restroom. The scope of work in the attached PSA applies to 141 of the 203 public access restrooms located throughout MIA�s Terminal, of the remaining 62 public access restrooms, 34 are undergoing the renovation process, and 28 have been completely renovated.

The work authorized by this PSA will begin only after a service order is issued to RS&H by the Aviation Department at the discretion of the Department. Work will continue based upon the issuance of subsequent service orders. Each service order shall specify the scope of work including the deliverables, the time of completion, and the total compensation amount for the services authorized.

The seven-year term of this PSA becomes effective upon the execution of the agreement by all parties, the term shall remain effective until all services are completed or until those service orders in force at the end of the term have been completed or accepted, whichever may be later.

All firms were evaluated in accordance with Section 2-10.4 of the Miami-Dade County Code, Implementing Order 3-34, and Administrative Order 3-39. In accordance with the legislation, RS&H, Inc. is the recommended firm.
FISCAL IMPACT/FUNDING SOURCE
This PSA is valued at $12,765,036 with a term of seven years and no options to renew. See the table below for a breakdown and further details.

Base Contract Amount Contingency Allowance Amount
(Code Sec. 2-8.1) Inspector General Fee
(Code Section 2-1076)
$11,575,639 $1,157,564 $31,833

The project is in the Adopted Budget and Multi-Year Capital Plan. See the table below for further details.
(See Attachment C: Adopted Budget and Multi-Year Capital Plan FY 2022-23, Page 175)

Funding Source(s) Index
Code Sub-object Code Amount Project No. & Description Site No.
Future Financing EA502 $12,765,036 Adopted Budget and Multi-Year Capital Plan FY 2022-23, Page 175)

See the table below for specific funding types, and whether they are applicable to this PSA.
Funding Type Applicable
(Yes or No)
People�s Transportation Plan (PTP) No
General Obligation Bond (GOB) No
American Recovery and Reinvestment Act (ARRA- Economic Stimulus) No

TRACK RECORD/MONITOR
The designated staff contact to track and monitor this contract is Contract Manager: Sylvia Novela, 305-876-7048, [email protected] and Project Manager Victor M. Mendez, 305-876-0779, [email protected].

PROCUREMENT HISTORY
The Request to Advertise (RTA) was filed with the Clerk of the Board on September 9, 2022. A total of twenty (20) proposals were received by the submittal deadline of November 14, 2022.

On January 17, 2023, the proposals submitted by R.G. Vanderweil Engineers, LLP and Blank Design and Architecture, LLC were found non-compliant with the 20 percent SBE-A&E goal assigned by SBD to this design project. Consequently, the proposals from those firms were not evaluated by the Competitive Selection Committee (CSC). SBD reviewed and deemed all remaining proposals compliant with the contract measure established for this project. (See Attachment D��: Project Worksheet and Compliance Review)

On March 7, 2023, at the First-Tier meeting, the CSC evaluated all responsive and responsible proposals and deemed the information sufficient to determine the qualifications of the teams. The CSC was tasked with evaluating the experience and qualifications of the Proposers and scored and ranked the proposals in accordance with the evaluation criteria outlined in the solicitation.

By majority vote, the CSC decided to forego Second-Tier proceedings and recommended the number one ranked firm (RS&H) for negotiation of this PSA. See Table A on the next page.
Table A.
Firm
Total Adjusted Qualitative Points

Total Adjusted Ordinal Score Final Ranking

RS&H, INC. 265 8 1
EXP US SERVICES, INC. 272 9 2
JACOBS ENGINEERING GROUP, INC. 274 12 3
LIVS ASSOCIATES, LLC 274 18 4
R E CHISHOLM ARCHITECTS, INC. 250 21 5
KVH ARCHITECTS, P.A. 251 26 6
WOLFBERG ALVAREZ & PARTNERS, INC. 250 27 7
MOBIO ARCHITECTURE, INC. 254 28 8
RAYMOND ENGINEERING-GEORGIA, INC. 242 28 9
CFM ARCHITECTS, INC. 263 30 10
LEO A. DALY COMPANY 234 30 11
GURRI MATUTE, P.A. 250 31 12
RODRIGUEZ ARCHITECTS, INC. 246 33 13
RVD ARCHITECT, INC. 230 38 14
ACAI ASSOCIATES, INC. 241 40 15
M C HARRY & ASSOCIATES, INC. 235 40 16
FERGUSON GLASGOW SCHUSTER SOTO, INC. 221 46 17
PEREZ ASSOCIATES 205 51 18













































The Negotiation Committee was approved by the County Mayor�s designee on April 18, 2023. (See Attachment E: Negotiation Authorization, List of Respondents and Tabulation Sheets).

The Negotiation Committee negotiated with the highest ranked firm (RS&H) on May 25, 2023 and May 31, 2023.

VENDOR(S) RECOMMENDED FOR AWARD
The table below depicts a summary of the recommended firm.

Vendor Name Principal Address Local Address Number of Employee Residents*
1) Miami-Dade County
2) Percentage (%) Principal
RS&H, Inc. 10748 Deerwood Park Blvd. South
Suite 300
Jacksonville, FL.

6303 Blue Lagoon Dr,
Suite 325
Miami, FL.

1,549 David T. Sweeney
1) 92) 1%
*Pursuant to R-1011-15, the percentage of employee residents is the percentage of the vendor�s employees who reside in Miami-Dade County as compared to the vendor�s total workforce.

The sub-consultants/subcontractors for this project are Laura M. Perez & Associates Inc., Johnson Avedano Lopez Rodriguez & Walewski Engineering Group Inc., Spectrum Haven, LLC, and S&F Engineers Inc.

DUE DILIGENCE
Pursuant to R-187-12, MDAD conducted due diligence in accordance with the Strategic Procurement Department�s (SPD) procurement guidelines to determine vendor responsibility including verifying corporate status and that no performance or compliance issues exist. The lists referenced include Capital Improvements Information System, Small Business Development Division database, Sunbiz, Tax Collector�s Office, convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties list. Also examined as part of this due diligence: Florida Division of Business and Professional Regulation. There were no adverse findings relating to vendor responsibility.

APPLICABLE ORDINANCES AND MEASURES
The table below depicts various legislative policies, and whether they are applicable to this item.

Title Legislation Applicable
(Yes or No) Notations
In-house Capabilities Resolution R-1204-05 Yes The requirements of the scope of work requires licensed architects and engineers with expertise in architectural, structural, mechanical, electrical, and plumbing (MEP) engineering, American Disabilities Act (ADA) Title-II, and telecommunication design for aviation systems. The scope of work requires the preparation of contract documents, interior design drawings, life safety systems, sustainability designs, construction cost estimates, design schedules and cost management plans, value analysis, work sequencing and staging plans, building information modeling (BIM) systems, specifications, Leaders in Energy and Environmental Design (LEED) Certification documents, bid documents, commissioning and record (as-built) drawings. MDAD does not have the human resources and the specialized licensing requirements to perform this scope of work and project size of this magnitude.
Consultants� Competitive Negotiation Act Florida Statute 287.055 Yes
Local Preference Code Section 2-8.5 Yes
Local Certified Veteran Business Enterprise Preference Code Section 2-8.5.1 Yes
Small Business Enterprise - Architecture and Engineering Code Section 2-10.4.01 and Implementing Order 3-32 Yes 20%
Small Business Enterprise - Services Code Section 2-8.1.1.1.1 and Implementing Order 3-41 No
Small Business Enterprise - Goods Code Section 2-8.1.1.1.2 and Implementing Order 3-41
No
Sea Level Rise Ordinance 14-79 Yes The applicability of this Ordinance will be reviewed and determined at the time a service order is issued to the Contractor.
Sustainable Buildings Program Implementing Order 8-8 Yes The applicability of this Ordinance will be reviewed and determined at the time a service order is issued to the Contractor.
Art in Public Places Code Section 2-11.15 Yes
Office of Inspector General Fee Code Section 2-1076 Yes







__________________________
Jimmy Morales
Chief Operations Officer
























Signature Page
Contract No: A21-MDAD-01A
to RS&H, Inc.




BUDGET APPROVAL FUNDS AVAILABLE:



_________________________
OFFICE OF MANAGEMENT AND BUDGET (OMB) DIRECTOR ______
DATE









APPROVED AS TO LEGAL SUFFICIENCY:
_________________________
COUNTY ATTORNEY ______
DATE





_________________________
COUNTY MAYOR OR DESIGNEE ______
DATE










CLERK DATE
______
DATE



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.