HomeMy WebLinkAboutR-24-0477City of Miami
Resolution R-24-0477
Legislation
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 16944 Final Action Date: 11/21/2024
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE
AMENDMENT NO. 2, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY,
TO INCREASE THE CONTRACT CAPACITY OF THE PROFESSIONAL
SERVICES AGREEMENT ("PSA") WITH ALLEGUEZ ARCHITECTURE, INC., A
FLORIDA PROFIT CORPORATION ("ALLEGUEZ"), SOLICITED AND
AWARDED PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO.
14-15-028, TO PROVIDE ARCHITECTURAL DESIGN AND CONSTRUCTION
ADMINISTRATION SERVICES FOR VIRRICK PARK AQUATIC FACILITY,
PROJECT NO. B-40571 - D2, BY AN AMOUNT OF FOUR HUNDRED FORTY
THOUSAND DOLLARS ($440,000.00), THEREBY INCREASING THE
ORIGINAL CONTRACT COMPENSATION AMOUNT FROM FOUR HUNDRED
TWENTY-FOUR THOUSAND THREE HUNDRED FORTY-TWO DOLLARS AND
TWENTY-THREE CENTS ($424,342.23) TO THE AMENDED CONTRACT
AMOUNT OF EIGHT HUNDRED SIXTY-FOUR THOUSAND THREE HUNDRED
FORTY-TWO DOLLARS AND TWENTY-THREE CENTS ($864,342.23) FOR
THE COSTS ASSOCIATED WITH ADDITIONAL SCOPE OF WORK ITEMS, AS
DESCRIBED IN EXHIBIT "A," ATTACHED AND INCORPORATED;
ALLOCATING FUNDS FROM OFFICE OF CAPITAL IMPROVEMENTS ("OCI")
PROJECT NO. B-40571; 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 AND IN
COMPLIANCE WITH ALL 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.
SPONSOR(S): Commissioner Damian Pardo
WHEREAS, on June 29, 2015, the Department of Procurement ("Procurement") issued
Request for Qualifications ("RFQ") No. 14-15-028, under full and open competition, to obtain
architectural and engineering services for Virrick Park New Swimming Pool Facility ("Project");
and
WHEREAS, on July 29, 2015, five (5) proposals were received in response to the RFQ,
and after Procurement completed its due diligence effort, two (2) proposals were deemed non-
responsive for failing to meet the minimum submission requirements; and
City of Miami Page 1 of 3 File ID: 16944 (Revision:) Printed On: 8/11/2025
File ID: 16944 Enactment Number: R-24-0477
WHEREAS, subsequently, the proposals were reviewed by Procurement staff, upon
which the remaining three (3) proposals were deemed responsive and responsible in
accordance with the minimum submission requirements of the RFQ; and
WHEREAS, On October 14, 2015, the Evaluation Committee completed the evaluation
of the three (3) proposals and recommended the top -ranked responsive and responsible
Proposer, Alleguez Architecture, Inc. ("Alleguez"), for award of Professional Service Agreement
("PSA"); and
WHEREAS, the contract terms and conditions negotiated and agreed upon by the
Alleguez were formally accepted by the City on or about December 12, 2015; and
WHEREAS, on March 8, 2016, the City Manager executed the Agreement with the
Alleguez for the provision architectural and engineering services for the project, in an amount of
Three Hundred Eleven Thousand Six Hundred Forty -Two Dollars and Twenty -Three Cents
($311,642.23); and
WHEREAS, on December 4, 2020, Amendment No. 1 to the Agreement authorized a
capacity increase of One Hundred Twelve Thousand Seven Hundred Dollars ($112,700.00),
thereby increasing the total contract value from Three Hundred Eleven Thousand Six Hundred
Forty -Two Dollars and Twenty -Three Cents ($311,642.23) to an amount of Four Hundred
Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents
($424,342.23); and
WHEREAS, the current Compensation Limit is insufficient to address the costs
associated with the City's additional Architectural and Engineering services as detailed in
Exhibit "A," attached and incorporated; and
WHEREAS, it is in the best interest of the City to increase the existing capacity of the
Agreement to accommodate outstanding and foreseeable future services; and
WHEREAS, this Amendment No. 2 to the Agreement increases the capacity of the
Agreement by Four Hundred Forty Thousand Dollars ($440,000.00), thereby increasing the total
contract value from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars
And Twenty -Three Cents ($424,342.23) to an amount of Eight Hundred Sixty -Four Thousand
Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23); and
WHEREAS, any increase in the total compensation limit above 10% (ten percent) of the
current contract amount requires City Commission approval pursuant to Section 18-117 of the
City Code; and
WHEREAS, funds are to be allocated from the appropriate Office of Capital
Improvements ("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.
City of Miami Page 2 of 3 File ID: 16944 (Revision:) Printed on: 8/11/2025
File ID: 16944 Enactment Number: R-24-0477
Section 2. The City Manager is hereby authorized1 to negotiate and execute
Amendment No. 2 to increase the contract capacity of the PSA with Alleguez, solicited and
awarded pursuant to RFQ No. 14-15-028, to provide architectural design and construction
administration services for Virrick Park Aquatic Facility, Project No. B-40571 - D2, by an amount
of Four Hundred Forty Thousand Dollars ($440,000.00), thereby increasing the original contract
compensation amount from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two
Dollars and Twenty -Three Cents ($424,342.23) to the amended contract amount of Eight
Hundred Sixty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents
($864,342.23) for the costs associated with additional scope of work items, as described in
Exhibit "A," attached and incorporated.
Section 3. Funding is hereby allocated from the Office of Capital Improvements. Project
No. B-40571.
Section 4. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, and prior budgetary approvals, and in compliance with all 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, all 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.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
rge = . Wyy ng II[, C ty ttor -y 11/12/2024
1 The herein authorization is further subject to compliance with all regulations that may be imposed by the
City Attorney, including but not limited to those prescribed by applicable City Charter and City Code
provisions.
City of Miami Page 3 of 3 File ID: 16944 (Revision:) Printed on: 8/11/2025