HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #4205
Date: 05/30/2018
Commission Meeting Date: 06/28/2018
Requesting Department: Department of
Planning
Sponsored By:
District Impacted:
Type: Resolution
Subject: Request for Qualification of PSA for a Flex Park at Virginia Key
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the proposals received June 26, 2017, pursuant to Request for Qualifications
(RFQ) No. 16-17-003, from Civitas, Inc., to provide Professional Urban Design,
Landscape Architecture and Engineering Services, on a phased basis, for a Flex Park
at Virginia Key for the Planning Department; allocating funds from Virginia Key Park
Enhancements Project 40-B17354, subject to the availability of funds and budgetary
approval at the time of need, authorizing the City Manager to execute the negotiated
contract in substantially the attached form, and execute any subsequent Project phases;
further authorizing the City Manager to negotiate and execute all other documents,
including any amendments, renewals, and extensions, subject to allocations,
appropriations and budgetary approval 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 applicable
regulations, as may be necessary for said purpose.
Background of Item:
On April 28, 2017, the Department of Procurement ("Procurement") issued RFQ No. 16-
17-003 under full and open competition, on behalf of the Planning Department, to obtain
the services of experienced and qualified proposers for the purpose of providing
Professional Urban Design, Landscape Architecture and Engineering Services for a
Flex Park at Virginia Key. Proposers were required to meet all of the minimum
qualification requirements established in the RFQ in order to be deemed responsive and
responsible to provide the services. Seven (7) proposals were received in response to
the RFQ. One (1) proposal was deemed nonresponsive and therefore; disqualified from
the procurement process for failure to meet the minimum requirements of the RFQ.
The Evaluation Committee ("Committee") appointed by the City Manager met on April
25, 2018 and evaluated of the six (6) responsive and responsible proposals following
the stipulated guidelines in the solicitation. Pursuant to the RFQ requirements, the
Committee recommended that Procurement negotiate and execute a Professional
Services Agreement with Civitas, Inc., the highest ranked Proposer. Successful
negotiations were accomplished, and an agreement was mutually reached on May 3,
2018. Procurement hereby recommends award of the contract to Civitas, Inc., on a
phased basis, in an amount not to exceed $844,730.00 for Phase 1 and Phase 2 of the
Project.
Budget Impact Analysis
Total Fiscal Impact:
$844,730.00 for Phase 1 and Phase 2 of the Project
Department of Planning
Office of Management and Budget
Office of Management and Budget
Office of Management and Budget
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Reviewed B
Luciana Gonzalez
Carolina Aguila
Yvette Smith
Christopher M Rose
Nzeribe Ihekwaba
Nikolas Pascual
Valentin J Alvarez
Valentin J Alvarez
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
City Clerk's Office
Department Head Review Completed 05/30/2018 3:59 PM
Budget Analyst Review Skipped 06/06/2018 1:55 PM
Budget Analyst Review Completed 06/13/2018 5:38 PM
Budget Review Completed 06/15/2018 4:16 AM
Assistant City Manager Review Completed 06/15/2018 2:58 PM
City Manager Review Completed 06/15/2018 3:18 PM
Legislative Division Review Completed 06/15/2018 3:19 PM
Deputy City Attorney Review Skipped 06/15/2018 3:19 PM
Approved Form and Correctness Completed 06/15/2018 3:21 PM
Meeting Completed 06/28/2018 9:00 AM
Signed by the Mayor Completed 07/09/2018 4:54 PM
Signed and Attested by the City Clerk Completed 07/09/2018 5:24 PM
Rendered Completed 07/09/2018 5:24 PM
City of Miami
Legislation
Resolution
Enactment Number: R-18-0266
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 4205 Final Action Date:6/28/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE PROPOSAL RECEIVED JUNE 26, 2017, PURSUANT TO
REQUEST FOR QUALIFICATIONS ("RFQ") NO. 16-17-003, FROM CIVITAS, INC., TO
PROVIDE PROFESSIONAL URBAN DESIGN, LANDSCAPE ARCHITECTURE AND
ENGINEERING SERVICES, ON A PHASED BASIS, FOR A FLEX PARK AT VIRGINIA
KEY, FOR THE CITY OF MIAMI PLANNING DEPARTMENT; ALLOCATING FUNDS
FROM VIRGINIA KEY PARK ENHANCEMENTS PROJECT NO. 40-B17354, SUBJECT
TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF
NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED
PROFESSIONAL SERVICES AGREEMENT ("PSA"), IN SUBSTANTIALLY THE
ATTACHED FORM, AND EXECUTE ANY SUBSEQUENT PROJECT PHASES, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY; FURTHER AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS TO THE PSA,
SUBJECT TO ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVAL
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 APPLICABLE REGULATIONS, AS
MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, the Planning Department has a need for the procurement of Professional
Urban Design, Landscape Architecture and Engineering Services for a Flex Park at Virginia Key
("Project"); and
WHEREAS, the City of Miami ("City") issued Request for Qualifications ("RFQ") No. 16-
17-003 seeking experienced and qualified proposers for the purpose of providing Professional
Urban Design, Landscape Architecture and Engineering Services for the Project; and
WHEREAS, the Evaluation Committee appointed by the City Manager completed the
review and evaluation of the proposals received and recommended that the Department of
Procurement ("Procurement") negotiate and execute a Professional Services Agreement
("PSA") with Civitas, Inc.; and
WHEREAS, all Project Phases must be funded as required by applicable laws and any
prior Project Phase must be satisfactorily completed prior to the subsequent Project Phase
being commenced; and
WHEREAS, the City Manager concurred with the recommendation of the Evaluation
Committee;
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 proposal received June 26, 2017, pursuant to RFQ No. 16-17-003, from
Civitas, Inc., to provide Professional Urban Design, Landscape Architecture and Engineering
Services, on a phased basis, for the Project, is accepted.
Section 3. Funds to be allocated from the Virginia Key Park Enhancements Project No.
40-B17354, subject to the availability of funds and budgetary approval, at the time of need.
Section 4. The City Manager is authorized' to execute the negotiated PSA, in
substantially the attached form, and execute any subsequent Project phases, in a form
acceptable to the City Attorney.
Section 5. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to allocations,
appropriations, and budgetary approval 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'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 applicable regulations, 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, Ginty Attor ey 6/15/2018
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 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar 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.