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.