Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #1291 Date: 10/31/2016 Commission Meeting Date: 12/08/2016 Requesting Department: Department of Solid Waste Sponsored By: District Impacted: All Type: Resolution Subject: Piggyback - Disaster Debris Removal Monitoring Purpose of Item: The nature of this item is to establish a resolution of the City of Miami Commission, with attachment(s), authorizing the procurement of Disaster Debris Removal Monitoring Services from Tetra Tech, Inc., for the Department of Solid Waste (Solid Waste), pursuant to Section 18-111 of the Code of the City of Miami, Florida as amended, utilizing the competitively solicited and existing Miami -Dade County (MDC) Contract No. RFP-00172, Disaster Debris Removal Monitoring Services, effective through December 31, 2020, subject to any extensions and/or replacement contracts by Miami -Dade County; allocating funds from the various sources of funds of the end -user department, authorizing the City Manager to execute any amendments to the supplemental agreement, in a form acceptable to the City Attorney, as may be necessary for said purpose, subject to the availability of funds and budgetary approval at the time of need. Background of Item: Solid Waste must ensure that the City is prepared to respond to emergency situations, including hurricanes and other natural disasters. The federal government, through the Federal Emergency Management Agency (FEMA), reimburses cities, counties, etc., for costs associated with disaster recovery. A requirement for FEMA reimbursement is the monitoring and documentation of the debris removal process. Accessing of the MDC Contract No. RFP-00172 will enable Solid Waste to utilize an approved vendor, with the necessary personnel, to provide the required services while adhering to FEMA's guidelines for reimbursement. This is a five (5) year contract that is effective through December 31, 2020, with the option to renew for one (1) additional five (5) year period. The MDC agreement meets all FEMA requirements for reimbursement for this activity. Budget Impact Analysis Item is NOT Related to Revenue Item is NOT funded by Bonds Item is an Expenditure Total Fiscal Impact: Estimated at $2,922,200 per event as established by MDC Contract No. RFP-00172 General Account No:Subject to the availability of funds and budgetary approval at the time of need Department of Solid Waste Department of Procurement Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Reviewed B Mario F Nunez Lydia Osborne Everton Garvis Christopher M Rose Nzeribe Ihekwaba Valentin J Alvarez Daniel J. Alfonso Barnaby L. Min Victoria Mendez Nicole Ewan Mayor's Office City Clerk's Office Department Head Review Completed Procurement Review Completed Budget Analyst Review Completed Budget Review Completed Assistant City Manager Review Completed Legislative Division Review Completed City Manager Review Completed Deputy City Attorney Review Completed Approved as to Form and Correctness Meeting Completed Signed by the Mayor Completed Signed and Attested by the City Clerk Completed 11/09/2016 10:30 AM 11/14/2016 5:20 PM 11/15/2016 11:27 AM 11/18/2016 11:38 AM 11/18/2016 12:24 PM 11/18/2016 4:24 PM 11/21/2016 9:16 PM 11/22/2016 10:47 AM Completed 12/08/2016 9:00 AM 12/16/2016 4:12 PM 12/16/2016 4:44 PM City of Miami Legislation Resolution Enactment Number: R-16-0608 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 1291 Final Action Date:12/8/2016 A RESOLUTION OF THE CITY OF MIAMI COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE PROCUREMENT OF DISASTER DEBRIS REMOVAL MONITORING SERVICES FROM TETRA TECH, INC., FOR THE DEPARTMENT OF SOLID WASTE, PURSUANT TO SECTION 18-111 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, UTILIZING THE COMPETITIVELY SOLICITED AND EXISTING MIAMI-DADE COUNTY ("COUNTY") CONTRACT NO. RFP-00172, EFFECTIVE THROUGH DECEMBER 31, 2020, SUBJECT TO ANY EXTENSIONS AND/OR REPLACEMENT CONTRACTS BY THE COUNTY; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS OF THE END -USER DEPARTMENT; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AMENDMENTS AND MODIFICATIONS TO THE SUPPLEMENTAL AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED. WHEREAS, the City of Miami ("City") Solid Waste Department's ("Solid Waste") "accessing" of the Miami -Dade County ("County") Contract No. RFP-00172 for Disaster Debris Removal Monitoring Services will enable Solid Waste to enter into an agreement that meets all current Federal Emergency Management Agency ("FEMA") requirements with a vendor that will monitor and report the amount and types of waste collected and disposed of in the aftermath of a disaster situation, in a manner that will allow for reimbursement from FEMA, of the costs associated with the disaster recovery effort; and WHEREAS, pursuant to Section 18-111 of the Code of the City of Miami, Florida, as amended ("City Code"), the Chief Procurement Officer determined that County Contract No. RFP-00172 for Disaster Debris Removal Monitoring Services was entered into pursuant to a competitive process in compliance with the City's laws, policies and procedures; 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. The procurement of disaster debris removal monitoring services from Tetra Tech, Inc., for Solid Waste, pursuant to Section 18-111 of the City Code, utilizing the competitively solicited and existing County Contract No. RFP-00172, effective through December 31, 2020, subject to any extensions and/or replacement contracts by the County, is approved. Section 3. Funds to be allocated from the various sources of funds of the end -user department, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is hereby authorized' to execute the Supplemental Agreement, in substantially the attached form. Section 5. The City Manager is further authorized' to negotiate and execute any amendments and modifications to the Supplemental Agreement, in a form acceptable to the City Attorney, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor 11/28/2016 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 This Resolution shall become effective as specified herein unless vetoed by the Mayor does within (10) days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission or upon the effective date stated herein, whichever is later.