Loading...
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.