HomeMy WebLinkAboutAgenda Item Summary Form1IV OF
Hw `93 AGENDA ITEM SUMMARY FORM
File ID: #11991
o..Ryl.
Date: 05/18/2022 Requesting Department: Office of Capital
Improvements
Commission Meeting Date: 06/09/2022 Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Auth. Increase to the PSA - Tetra Tech Inc.
Purpose of Item:
The purpose of this item is to authorize a resolution from the Miami City Commission,
authorizing an increase to the professional services agreement with Tetra Tech, Inc.
("Tetra Tech"), a foreign profit corporation registered to conduct business in the State of
Florida, solicited and awarded pursuant to Request for Qualifications ("RFQ") No. 18-
19-042, to provide professional engineering services for Brickell Bay Drive
Improvements Project - D2 (Project), increasing the original not -to -exceed project
compensation amount by a not -to -exceed amount of one million five hundred thirty-four
thousand seven hundred fifty-three ($1,534,753.00), thereby increasing the original not -
to -exceed project compensation amount from one million three hundred thirty-one
($1,331,000.00) to the amended not -to -exceed project compensation amount of two
million eight hundred sixty-five thousand seven hundred fifty-three ($2,865,753.00), for
additional services associated with the completion of one hundred percent (100%)
construction documents for the project, originally awarded as a design criteria package
equivalent to thirty percent (30%) construction documents, as shown in Attachment "A,"
on a phased basis; allocating funds from the appropriate capital improvements project
and departmental budgets, subject to budgetary approval at the time of need;
authorizing the City Manager to execute an amendment with Tetra Tech in a form
acceptable to the City Attorney, for said purpose, and to issue Tetra Tech the
appropriate notices to proceed for each phase, once the previous phase has been
completed to the full satisfaction of the City, and subject to availability of funds; further
authorizing the City Manager to negotiate and execute any and all documents, including
any amendments, renewals, and extensions subject to all allocations, appropriations
and budgetary approvals having been previously made, 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 all applicable laws, rules and regulations, as
may be deemed necessary for said purpose.
Background of Item:
On August 27, 2019, the Department of Procurement ("Procurement") issued RFQ No.
18-19-042, under full and open competition, to procure design criteria package -related
professional engineering services for the Brickell Bay Drive Improvements Project. On
October 22, 2019, seven (7) proposals were received by the Office of the City Clerk in
response to the RFQ. Subsequently, two (2) proposals were found to be non -responsive
to the Minimum Requirements of the RFQ, after Procurement completed its due
diligence effort. Later, on December 9, 2019, and on January 16, 2020, an Evaluation
Committee met and completed the Steps 1 and 2 evaluations of the remaining five (5)
proposals submitted by responsive and responsible proposers, following the guidelines
stipulated in the RFQ. On February 2, 2020, a Negotiation Committee appointed by the
City Manager met and conducted negotiations through September 1, 2020, finding Tetra
Tech to be the top ranked responsive and responsible Proposer. Subsequently, it was
determined to be in the best interest of the City to retain Tetra Tech to further provide
professional services beyond the scope of its original design criteria package -related
agreement, up to and including one hundred percent (100%) construction documents
and construction administration services.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is funded by Bonds
Total Fiscal Impact:
$1,534,753.00
OCI Proiect No.: 40-13193802
Reviewed By
Office of Capital Improvements
Hector L Badia
Department Head Review
Completed
05/18/2022 2:37 PM
Office of Management and Budget
Lai -wan McGinnis
Budget Analyst Review
Completed
05/20/2022 12:57 PM
Office of Management and Budget
Marie Gouin
Budget Review
Completed
05/23/2022 7:09 AM
Department of Procurement
Annie Perez
Procurement Review
Completed
05/23/2022 9:01 AM
Department of Risk Management
Ann -Marie Sharpe
Risk Review
Completed
05/23/2022 10:19 AM
City Manager's Office
Nzeribe Ihekwaba
Assistant City Manager Review
Completed
05/23/2022 10:41 AM
City Manager's Office
Arthur Noriega V
City Manager Review
Completed
05/23/2022 6:28 PM
Legislative Division
Valentin J Alvarez
Legislative Division Review
Completed
05/24/2022 11:09 AM
Office of the City Attorney
Pablo Velez
ACA Review
Completed
05/31 /2022 9:59 AM
Office of the City Attorney
Victoria Mendez
Approved Form and Correctness
Completed
05/31/2022 6:05 PM
City Commission
Maricarmen Lopez
Meeting
Completed
06/09/2022 9:00 AM
Office of the City Clerk
City Clerk's Office
Rendered
Completed
06/15/2022 7:53 PM
City of Miami
Legislation
Resolution
Enactment Number: R-22-0210
File Number: 11991
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
Final Action Date:6/9/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING AN AMENDMENT FOR AN INCREASE TO THE PROFESSIONAL
SERVICES AGREEMENT ("AGREEMENT") WITH TETRA TECH, INC., A FOREIGN
PROFIT CORPORATION REGISTERED TO CONDUCT BUSINESS IN FLORIDA
("TETRA TECH"), SOLICITED AND AWARDED PURSUANT TO REQUEST FOR
QUALIFICATIONS ("RFQ") NO. 18-19-042, TO PROVIDE PROFESSIONAL
ENGINEERING SERVICES FOR THE BRICKELL BAY DRIVE IMPROVEMENTS
PROJECT - D2 ("PROJECT"), BY A NOT -TO -EXCEED AMOUNT OF ONE MILLION
FIVE HUNDRED THIRTY FOUR THOUSAND SEVEN HUNDRED FIFTY THREE
DOLLARS ($1,534,753.00), THEREBY INCREASING THE ORIGINAL NOT -TO -
EXCEED PROJECT COMPENSATION AMOUNT FROM ONE MILLION THREE
HUNDRED THIRTY ONE THOUSAND DOLLARS ($1,331,000.00) TO THE AMENDED
NOT -TO -EXCEED PROJECT COMPENSATION AMOUNT OF TWO MILLION EIGHT
HUNDRED SIXTY FIVE THOUSAND SEVEN HUNDRED FIFTY THREE DOLLARS
($2,865,753.00), FOR ADDITIONAL SERVICES ASSOCIATED WITH THE ONE
HUNDRED PERCENT (100%) COMPLETION OF THE CONSTRUCTION
DOCUMENTS FOR THE PROJECT, ORIGINALLY AWARDED AS A DESIGN
CRITERIA PACKAGE WITH A THIRTY PERCENT (30%) COMPLETION OF THE
CONSTRUCTION DOCUMENTS, AS SHOWN IN ATTACHMENT "A," HEREBY
ATTACHED AND INCORPORATED, ON A PHASED BASIS; ALLOCATING FUNDS
FROM THE APPROPRIATE CITY OF MIAMI ("CITY") OFFICE OF CAPITAL
IMPROVEMENTS ("OCI") PROJECT AND DEPARTMENTAL BUDGETS, SUBJECT TO
THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF
NEED, PER EACH PHASE; AUTHORIZING THE CITY MANAGER TO EXECUTE THE
AMENDMENT TO THE AGREEMENT WITH TETRA TECH, IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, FOR SAID PURPOSE, AND TO ISSUE TETRA TECH THE
APPROPRIATE NOTICES TO PROCEED FOR EACH SUCCESSIVE PHASE, ONCE
THE PRIOR PHASE HAS BEEN COMPLETED TO THE FULL SATISFACTION OF THE
CITY; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS,
RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS,
APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, 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, IN FORMS ACCEPTABLE TO THE
CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES,
AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, on August 27, 2019, the City of Miami ("City') Department of Procurement
("Procurement") issued Request for Qualifications ("RFQ") No. 18-19-042, under full and open
competition, to procure design criteria package -related professional engineering services for the
Brickell Bay Drive Improvements Project — D2 ("Project"); and
WHEREAS, on October 22, 2019, seven (7) proposals were received by the Office of the
City Clerk in response to the RFQ and, upon Procurement completing its due diligence efforts,
two (2) proposals were found to be nonresponsive to the Minimum Requirements of the RFQ;
and
WHEREAS, on December 9, 2019, and on January 16, 2020, an Evaluation Committee
met and completed Steps No. 1 and 2 of the evaluations of the remaining five (5) proposals
submitted by responsive and responsible proposers, following the guidelines stipulated in the
RFQ; and
WHEREAS, on February 2, 2020, a Negotiation Committee, appointed by the City
Manager, met and conducted negotiations through September 1, 2020, finding Tetra Tech, Inc.,
a foreign profit corporation registered to conduct business in Florida ("Tetra Tech"), to be the top
ranked responsive and responsible Proposer; and
WHEREAS, on September 1, 2020, the negotiated and Tetra Tech agreed to
Professional Services Agreement ("Agreement") terms and conditions were formally accepted
by the City; and
WHEREAS, it has been determined that it is in the best interest of the City to retain Tetra
Tech to further provide professional services beyond the scope of its original design criteria
package -related Agreement, up to and including one hundred percent (100%) complete
construction documents and construction administration services; and
WHEREAS, successful negotiations have been held between the City and Tetra Tech to
define the level of effort and the cost associated with turning the original thirty percent (30%)
complete construction documents into one hundred percent (100%) complete construction
documents; and
WHEREAS, the City Manager requests authorization to execute an Amendment to Tetra
Tech's Agreement, increasing the original not -to -exceed Project compensation amount by a not
to -exceed amount of One Million Five Hundred Thirty Four Thousand Seven Hundred Fifty
Three Dollars ($1,534,753.00), thereby increasing the original not -to -exceed Project
compensation amount from One Million Three Hundred Thirty One Thousand Dollars
($1,331,000.00) to the amended not -to -exceed Project compensation amount of Two Million
Eight Hundred Sixty Five Thousand Seven Hundred Fifty Three Dollars ($2,865,753.00), for
additional services associated with the one hundred percent (100%) completion of the
construction documents for the Project, originally awarded as a design criteria package with a
thirty percent (30%) completion of the construction documents, as shown in Attachment "A,"
hereby attached and incorporated, on a phased basis; and
WHEREAS, due to the Project being executed in phases, the City Manager, or City
Manager's designee, will have delegated authority to issue Tetra Tech the appropriate Notices
to Proceed for each successive phase, once the prior phase has been completed to the full
satisfaction of the City; and
WHEREAS, funds are to be allocated from the appropriate City Office of Capital
Improvements ("OCI") project and departmental budgets;
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. An Amendment for an increase to the Agreement with Tetra Tech, solicited
and awarded pursuant to RFQ No. 18-19-042, to provide professional engineering services for
the Project, by a not -to -exceed amount of One Million Five Hundred Thirty Four Thousand
Seven Hundred Fifty Three Dollars ($1,534,753.00), thereby increasing the original not -to -
exceed Project compensation amount from One Million Three Hundred Thirty One Thousand
Dollars ($1,331,000.00) to the amended not -to -exceed Project compensation amount of Two
Million Eight Hundred Sixty Five Thousand Seven Hundred Fifty Three Dollars ($2,865,753.00),
for additional services associated with the one hundred percent (100%) completion of the
construction documents for the Project, originally awarded as a design criteria package with a
thirty percent (30%) completion of the construction documents, as shown in Attachment "A,"
hereby attached and incorporated, on phased basis, is approved.
Section 3. Funds shall be allocated from the appropriate OCI project and departmental
budgets, subject to the availability of funds and budgetary approval at the time of need, per
each phase.
Section 4. The City Manager is authorized' to execute the Amendment to the Agreement
with Tetra Tech, in a form acceptable to the City Attorney, for said purpose, and to issue Tetra
Tech the appropriate Notices to Proceed for each successive phase, once the prior phase has
been completed to the full satisfaction of the City.
Section 5. The City Manager is further authorized' to negotiate and execute any and all
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, 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, in forms acceptable to the City Attorney, and in compliance with all applicable
laws, rules, and regulations, as may be deemed necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
i ria i "ndez, Cify Attor iey 5/3112022
Pursuant to the resolution, this item became effective immediately upon adoption by the Commission.
' The herein authorization is further subject to compliance with all legal regulations that may be imposed,
including but not limited to those prescribed by applicable City Charter and City Code provisions.