Loading...
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