HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #14445
Date: 08/10/2023
Commission Meeting Date: 09/14/2023
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Increase Capacity - Atkins North America, Inc. and Hazen and Sawyer, P
Purpose of Item:
The nature of this item is to establish a Resolution of the City of Miami Commission,
authorizing Amendment No. 1 to increase Agreement capacity to the Professional
Service Agreements ("Agreements") with Atkins North America, Inc. and Hazen and
Sawyer, P.C. ("Consultants"), for the provision of additional work concerning capital
improvements program support services, solicited under Request for Qualifications
("RFQ") No. 21-22-018, authorizing an increase to the initial term capacity of the
Agreements by an amount of two million five hundred thousand dollars ($2,500,000.00)
per Agreement, thereby increasing the initial term capacity from an amount of five
hundred thousand dollars ($500,000.00) per Agreement, to an amount of three million
dollars ($3,000,000.00) per Agreement, plus one million dollars ($1,000,000.00) per
renewal year for the two (2) one (1)-year options to renew per Agreement, allocating
funds from the appropriate Office of Capital Improvements ("OCI") projects and
departmental budgets, subject to the availability of funds and budgetary approval at the
time of need; 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, and
in 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 June 10, 2022, the Department of Procurement ("Procurement") issued RFQ No. 21-
22-018 for Capital Improvements Program Support Services, under full and open
competition. On July 18, 2022, the RFQ closing date, two (2) proposals were received in
response to the RFQ. Subsequently, the proposals were reviewed by Procurement staff,
upon which both proposals were deemed responsive and responsible to the minimum
submission requirements of the RFQ. On October 20, 2022, and December 1, 2022, the
Evaluation Committee completed the evaluation of the two (2) proposals and
recommended both for award of an Agreement. Execution of Professional Services
Agreements was completed.
On July 18, 2023, the OCI recommended a capacity increase of two million five hundred
thousand ($2,500,000.00) per Agreement, thereby increasing the initial term capacity
from an amount of five hundred thousand dollars ($500,000.00) per Agreement, to an
amount of three million dollars ($3,000,000.00) per Agreement, plus one million dollars
($1,000,000.00) per renewal year for the two (2) one (1)-year options to renew, per
Agreement.
Budget Impact Analysis
Item is an Expenditure
Item is NOT funded by Bonds
Item is NOT Related to Revenue
Total Fiscal Impact:
$ 10,000,000.00 over 5 years
CIP Project No: Various
Office of Capital Improvements
Office of Management and Budget
Office of Management and Budget
Department of Procurement
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 City Clerk
Hector L Badia
Lai -wan McGinnis
Marie Gouin
Annie Perez
Nzeribe Ihekwaba
Valentin J Alvarez
Arthur Noriega V
Pablo Velez
Victoria Mendez
Maricarmen Lopez
City Clerk's Office
Reviewed B
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Deputy City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
08/10/2023 2:30 PM
08/24/2023 3:48 PM
08/25/2023 10:03 AM
08/28/2023 9:59 AM
08/29/2023 4:11 PM
08/29/2023 4:12 PM
08/29/2023 4:53 PM
08/30/2023 5:19 PM
08/30/2023 5:58 PM
09/14/2023 9:00 AM
09/21/2023 4:50 PM
City of Miami
Legislation
Resolution
Enactment Number: R-23-0400
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 14445 Final Action Date:9/14/2023
A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING AMENDMENT
NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENTS ("AGREEMENTS") WITH
ATKINS NORTH AMERICA, INC., A FLORIDA PROFIT CORPORATION, AND HAZEN
AND SAWYER, P.C., A FOREIGN PROFIT CORPORATION AUTHORIZED TO
CONDUCT BUSINESS IN FLORIDA, (COLLECTIVELY THE "CONSULTANTS"), FOR
AN INCREASE IN CAPACITY FOR THE PROVISION OF ADDITIONAL CAPITAL
IMPROVEMENTS PROGRAM SUPPORT SERVICES WORK, SOLICITED
PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 21-22-018, FOR THE
CITY OF MIAMI ("CITY") OFFICE OF CAPTIAL IMPROVEMENTS ("OCI"),
INCREASING THE CAPACITY OF THE INITIAL TERM BY AN AMOUNT OF TWO
MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00), FROM THE
CURRENT CAPACITY AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS
($500,000.00) TO THE INCREASED CAPACITY AMOUNT OF THREE MILLION
DOLLARS ($3,000,000.00), WITH THE PROVISION OF AN ADDITIONAL ONE
MILLION DOLLARS ($1,000,000.00) PER RENEWAL YEAR FOR EACH OF THE TWO
(2) ONE (1) YEAR OPTIONS TO RENEW, FOR EACH OF THE AGREEMENTS;
ALLOCATING FUNDS FROM THE APPROPRIATE OCI PROJECTS AND
DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND
BUDGETARY APPROVAL AT THE TIME OF NEED; 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 June 10, 2022, the City of Miami ("City") Department of Procurement
("Procurement"), on behalf of the City's Office of Capital Improvements ("OCI"), issued
Request for Qualifications ("RFQ") No. 21-22-018 for Capital Improvements Program Support
Services, under full and open competition, for an initial term of three (3) years, with an option
to renew for two (2) additional one (1) year periods; and
WHEREAS, on July 18, 2022, Procurement received two (2) proposals in response to
the RFQ, with both proposals deemed responsive and responsible concerning the minimum
submittal requirements of the RFQ; and
WHEREAS, on October 20, 2022 and December 1, 2022, the Evaluation Committee
completed the evaluation of both proposals and recommended for award of Professional
Services Agreements ("Agreements") Atkins North America, Inc., a Florida profit corporation,
and Hazen and Sawyer, P.C., a foreign profit corporation authorized to conduct business in
Florida, (collectively the "Consultants"); and
WHEREAS, on or about May 1, 2023, the City formally accepted the negotiated and
agreed upon terms and conditions with the Consultants; and
WHEREAS, pursuant to Section 18-87 of the Code of the City of Miami, Florida, as
amended ("City Code"), the City Manager executed the Agreements with the Consultants for
the provision of Capital Improvements Program Support Services, in an amount not -to -exceed
Five Hundred Thousand Dollars ($500,000.00) per each of the Consultants; and
WHEREAS, the current compensation limit is insufficient to address the costs associated
with the City's need for future services; and
WHEREAS, it is in the City's best interest to increase the existing capacity of the
Agreements to accommodate outstanding and foreseeable future assignments; and
WHEREAS, the capacity of the initial term would be increased by an amount of Two
Million Five Hundred Thousand Dollars ($2,500,000.00), from the current capacity amount of
Five Hundred Thousand Dollars ($500,000.00) to the increased capacity amount of Three
Million Dollars ($3,000,000.00), with the provision of an additional One Million Dollars
($1,000,000.00) per renewal year for each of the two (2) one (1) year options to renew, for each
of the Agreements; and
WHEREAS, any increase in the total compensation limit above said amount of Five
Hundred Thousand Dollar ($500,000.00) requires City Commission approval; and
WHEREAS, funding shall be allocated from the appropriate OCI projects 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. Amendment No. 1 to the Agreements with the Consultants, for an increase
in capacity for the provision of additional Capital Improvements Program Support Services
work, solicited pursuant to RFQ No. 21-22-018, for OCI, increasing the capacity of the initial
term by an amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00), from the
current capacity amount of Five Hundred Thousand Dollars ($500,000.00) to the increased
capacity amount of Three Million Dollars ($3,000,000.00), with the provision of an additional
One Million Dollars ($1,000,000.00) per each renewal year for each of the two (2) one (1) year
options to renew, for each of the Agreements, is hereby authorized.
Section 3. Funding shall be allocated from the appropriate OCI projects and
departmental budgets, subject to the availability of funds and budgetary approval at the time
of need.
Section 4. The City Manager is 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 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 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey ) 8/30/2023
1 The authorization herein is further subject to compliance with all regulations that may be imposed by the
City Attorney including, but not limited to, those prescribed by the applicable City Charter and City Code
provisions.