Loading...
HomeMy WebLinkAboutSummary FormFILE ID: b 6-03,1le$ AGENDA ITER SUMMARY FORM�a 0 ? f'i'l 5 03 Date: 12/7/2006 Requesting Department: CIT Department Commission Meeting Date: 1/11/2007 District(s) Impacted: ❑l 1:E2 ❑3 04 05 Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item ❑ Other Subject: To authorize the City Manager to enter into an agreement with lntercounty US Laboratories — US Labs, Inc. for the provision of Environmental Assessment and Remediation Services for the Virginia Key Landfill Project, 13-35002 Purpose of Item: To authorize the City Manager to execute an agreement, in substantially the attached form, with Intercounty US Laboratories — USL, Inc ("US Labs") the highest ranked firm following a selection process, pursuant to Request for Proposals ("RFP") 04-05-109, issued in accordance with Florida Statute 287.055 and Section 18-81 of the Code of the City of Miami, Florida, as amended. US Labs was determined by an Evaluation Committee to be the most qualified firm to provide Environmental Assessment and Remediation Services ("Services") for the Virginia Key Landfill Project, B-35002 ("Project"). Background Information: The City received 5 proposals in response to RFP 04-05-109 to procure Services for the Project. The Evaluation Committee ranked the firms as follows: (1) US Labs, (2) Camp Dresser & McKee, Inc. and (3) WRS Infrastructure & Environment, Inc. The Committee's recommendation to enter into negotiations with the highest ranked firm was approved by Resolution 06-0050, adopted 1/26/06. Negotiations were successful and the scope of work was structured into 3 phases allowing the City to evaluate the success of the project and performance of Services at each Phase. The fixed fee for Phase I was negotiated as an amount not to exceed $1,160,980, consisting of $627,876 for services plus a $22,124 owners contingency for tasks 1-10 for a total of $650,000 and $433,104 plus $77,876 owners contingency for a total of $510,980 for tasks 11-15. This resolution authorizes tasks 1-10 now (Agreement) and tasks 11-15 (Amendment No. 1) at a future time once additional funding becomes available. Prior to the time Phases II and III are required, the related scope of work and fees will be negotiated and approval sought from the Commission to initiate each remaining Phase(s) and to authorize any related amendments. Funds for the Project are being provided entirely by the County, consisting of $650,000 previously granted to the City with funding for the remainder to be received through an amendment to the grant agreement with the County anticipated to be brought before the Commission for approval in March 2007. NO YES NO Budget Impact Analvsis Is this item related to revenue? Is this item an expenditure? If so, please identify funding source below. General Account No: Special Revenue Account No: CIP Project No: B-35002 Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost: Maintenance Cost: Total Fiscal Impact: $1,160,980 C..P APPROVAL: CIP v (n/?! If using or receiving pirahl # Date Grants i t 1A Purchasing Chief N/A Final Approvals {SIGN AND DATE) Budget /A4,/f ljisk aagent Director City Manager _