Loading...
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.