HomeMy WebLinkAboutSubstitution Memo from City ManagerCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE: July 19, 2021
of the City Commission
FROM: Arthur Noriega V
City Manager
SUBJECT: Substitution of item RE.5
Emergency Finding —
Wolfberg/Alvarez and
Partners, Inc.
ENCLOSURES: Revised Item RE.5
Emergency Findings Memo —
WolfbergfAlvarez and
Partners, Inc. and Declaration
of a Valid Public Emergency
for Affordable Housing
The Office of the City Manager respectfully requests Item RE.5 - Emergency Finding —
Wolfberg/Alvarez and Partners, Inc. be substituted in the July 22, 2021 Miami City Commission
Meeting due to minor scrivener errors. Additionally, the substituted item identifies Tranche 2
Miami Forever Affordable Housing Limited Ad Valorem Bonds, on a reimbursement basis, as the
funding source and further includes the City Manager's emergency findings memo.
cc: Nzeribe Ihekwaba, PH.D, P,E., Deputy City ManagerfChief of Infrastructure
Fernando Casamayor, Assistant City Manager/Chief Financial Officer
Natasha Colebrook -Williams, Assistant City Manager/Chief of Operations
Victoria Mendez, City Attorney
r-
r*�
6i.37! SdsMtJw1 Meaav fro titan ety•e,e
AGENDA ITEM SUMMARY FORM
FILE ID:
Date: 7/12/2021
Commission Meeting Date: 07/22/2021
Requesting Department: Office of Capital
Improvements
District Impacted: District3
Type: resolution ❑ Ordinance []'�, Emergency Ordinance ❑ Discussion Item ❑ Other
Subject: A Resolution to Retroactively Approve Emergency Finding for Affordable Housing at 1251 S.W.
7"' Street, Miami FL and 1380 N.W. 6Th Street, Miami, FL and a waiver of the Consultants' Competitive
Negotiations Act ("CCNA") F.S. 287.055 3(a)1.
Purpose of Item:
A Resolution of the Miami City Commission by a four -fifths (4/5) affirmative vote, ratifying, confirming an
approving the City Manager's emergency finding, that it is most advantageous for the City of Miami to waive th
competitive sealed bidding procedures pursuant to Section 18-90 of the Code of the City of Miami, Florida as
amended ("City Code") and to waive the qualifications process, pursuant to the Consultants' Competitive
Negotiations Act (CCNA), Florida Statute 287.055 3(a)1, to engage Wolfberg Alvarez and Partners, Inc
("Wolfberg") to provide architecture design services in the amount of four hundred eighty thousand and nine
hundred dollars ($480,900.00) for an affordable housing project located at 1251 S.W. 7t'' Street, Miami, FL, and
1380 N.W. 6th Street, Miami, FL. The project shall consist of the development of a multi -level, approximately ten
(10) to twelve (12) stories, Affordable Housing residential building and associated structured parking, which will
be offered by the City of Miami for home ownership. The parking garage will accommodate a one parking space
per residential unit plus the code required parking for visitors. The first floor may house tenant amenities such as
a Club Room, Mail and Package Room and a Gymnasium, as well as building support spaces such as loading,
trash room, electrical, emergency generator, fire command room, etc. Residences will be located on the upper
levels and consist of approximately thirty percent (30%) studios with an area of approximately 480sf, fifty percen
(50%) one-bedroom/one bath units with an area of 600sf and twenty percent (20%) two-bedrooms/one bath units
with an area of 800sf. The total unit count is expected to be approximately 120 units and construction is estimated
to total fourteen million two hundred and fifty thousand dollars ($14,250,000.00). Once plans for the project are
competed, the City will issue a hard bid for construction, identify a funding source and seek City Commission
approval for construction.
Currently the City of Miami ("City") is experiencing an affordable housing crisis due to a) lack of available affordable
housing units within the City, and b) the Covid-19 pandemic shutdown which created a rise in unemployment
within the City and the inability for residents to afford and pay their rent. This resolution will expedite the
procurement process in order to get design services for this affordable housing project. Authorizing the City
Manager to execute a Professional Services Agreement ("PSA") between the City and Wolfberg 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 subject to allocations, appropriations ancI
budgetary approval having been previously made, and in compliance with applicable provisions of the Code of th
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 fo
acceptable to the City Attorney, and in compliance with applicable regulations, as may be necessary for sai
purpose.
Page 1 of 3
Background Information:
Currently the City of Miami ("City") is experiencing an affordable housing crisis due to a) lack of available
affordable housing units within the City, and b) the Covid-19 pandemic shutdown which created a rise in
unemployment within the City and the inability for residents to afford and pay their rent. The procurement process
outlined in Florida Statute (F.S.) 287.055, known as the Consultants' Competitive Negotiations Act ("CCNA") for
architectural and engineering services ("A&E") can take up to nine (9) months. Such a delay is not in the best
interest of the City and its constituents, as there is an opportunity to create immediate affordable housing units
at 1251 S.W. 7th Street, Miami, FL, and 1380 N.W. 6"' Street, Miami, FL, that will provide much needed relief for
City residents urgently seeking affordable housing.
F.S. 287.055, CCNA, does however permit exemptions to these requirements in emergency situations, as stated
in Section 3(a)1 entitled "Public Announcement and Qualifications Procedures". Therefore, pursuant to the City
Manager's emergency finding, certifying that the lack of affordable housing units in the City of Miami is a valid
public emergency; it is most advantageous for the City to waive the competitive sealed bidding procedures and
qualifications process pursuant to F.S. 287.055, 3(a)1 of CCNA, for the provision of emergency A&E services for
these affordable housing projects.
Page 2 of 3
Budvt Impact Analysis
Does the proposed purchase, legislation, project, or agreement involve a matter for which the Department/Office
is requesting payments to occur beyond one (1) year? Please check one: Yes❑ No ® yes, please describe in
writing below the lease, debt, loan, or other financial obligation structure being requested in order to fund/finance
your proposed purchase, legislation, project, or agreement:
❑ Yes ❑ No Is this item related to revenue?
❑ Yes ❑ No Is this item an expenditure? If so, please identify funding source below.
General Account No.:
Special Revenue Account No.:
OCI Project No.:
❑ Yes 0 No Is this Item funded by bonds?
Start Up Capital Cost:
Maintenance Cost:
Total Fiscal Impact:
Does the item require approval from the following departments?
❑ Grants
❑✓ Procurement
❑ Risk
Dept. Director
Final Approvals
(SIGN AND DATE)
*all other approvals will be done through Accela
Page 3 of 3
..TITLE
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR -
FIFTHS (415) AFFIRMATIVE VOTE, APPROVING, AND CONFIRMING THE CITY
MANAGER'S EMERGENCY FINDING, CERTIFIED AS AGENCY HEAD, ATTACHED AND
INCORPORATED HERETO AS EXHIBIT "A", THAT THE CITY OF MIAMI ("CITY')
AFFORDABLE HOUSING CRISIS IS A VALID PUBLIC EMERGENCY FOR CITY RESIDENTS,
AND, THEREFORE, IT IS ADVANTAGEOUS AND PRACTICABLE FOR THE CITY TO WAIVE
COMPETITIVE BIDDING METHODS PURSUANT TO SECTION 18-90 OF THE CODE OF THE
CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), AND THE CONSULTANTS'
COMPETITIVE NEGOTIATIONS ACT ('CCNA") SECTION 287.055, (3)(A)(1), FLORIDA
STATUTES, AS AMENDED, TO ENGAGE WOLFBERG/ALVAREZ AND PARTNERS INC., A
FLORIDA PROFIT CORPORATION ("WOLFBERG') FOR THE PROVISION OF DESIGN
SERVICES FOR THE NOT -TO -EXCEED AMOUNT OF FOUR HUNDRED EIGHTY
THOUSAND NINE HUNDRED DOLLARS ($480,900.00) FOR AN AFFORDABLE HOUSING
PROJECT LOCATED AT 1251 S.W. 7TH STREET AND 1380 N.W. 6TH STREET, MIAMI,
FLORIDA (-PROJECT'"): AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT (-AGREEMENT'') BETWEEN THE CITY AND
WOLFBERG, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE;
AUTHORIZING AND DIRECTING THE CITY MANAGER TO ALLOCATE IN CONNECTION
WITH THE EXECUTION OF THE AGREEMENT FOR THE PROJECT, FUNDING ON A
REIMBURSEMENT BASIS FOR A NOT -TO -EXCEED AMOUNT OF FOUR HUNDRED EIGHTY
THOUSAND NINE HUNDRED DOLLARS ($480,900.00) FROM THE PROPOSED TRANCHE
2 MIAMI FOREVER AFFORDABLE HOUSING LIMITED AD VALOREM BONDS FOR THE
AFFORDABLE HOUSING COMPONENTS OF THE PROJECT BEING DEVELOPED AS A
CITY PROJECT, WITH SUCH ALLOCATION BEING IN COMPLIANCE WITH ALL
APPLICABLE FEDERAL, STATE OF FLORIDA, LOCAL, AND CITY LAWS, RULES, AND
REGULATIONS FOR AFFORDABLE HOUSING PROJECTS, INCLUDING, BUT NOT LIMITED
TO, THE CITY'S AFFORDABLE HOUSING BONDS PROJECTS STRATEGIES, THE
TRANCHE 2 AFFORDABLE HOUSING INTENT TO REIMBURSE RESOLUTION, AND THE
TRANCHE 2 MIAMI FOREVER AFFORDABLE HOUSING LIMITED AD VALOREM BONDS;
AND FURTHER 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 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
ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY
FOR SAID PURPOSE.
..BODY
WHEREAS, currently the City of Miami ("City") is experiencing an affordable housing crisis
due to a) the lack of available affordable housing units within the City, and b) the COVID-19
pandemic shutdown which has created a rise in unemployment within the City and the inability for
its residents to afford and pay their rent; and
WHEREAS, the competitive bidding methods outlined in the Consultants' Competitive
Negotiations Act ("CCNA") Section 287.055, Florida Statutes, as amended, for architectural and
engineering services ("A&E") can take upwards of nine (9) months; and
WHEREAS, such a delay is not in the best interest of the City and its residents, considering
the opportunity to immediately create an affordable housing project at 1251 S.W. 7th Street and
1380 N.W. 6th Street, Miami, Florida ("Project"), that will provide much needed relief for City
residents urgently seeking affordable housing; and
WHEREAS, the Project shall consist of the development of a multi -level, approximately
ten (10) to twelve (12) story, Affordable Housing residential building and associated structured
parking, which will be offered by the City for home ownership. The parking garage will
accommodate a one parking space per residential unit plus the code required parking for visitors.
The first floor may house tenant amenities such as a Club Room, Mail and Package Room and a
Gymnasium, as well as building support spaces such as loading, trash room, electrical,
emergency generator, fire command room, etc. Residences will be located on the upper levels
and consist of approximately thirty percent (30%) studios with an area of approximately 480
square feet, fifty percent (50%) one-bedroom/one bath units with an area of 600 square feet and
twenty percent (20%) two-bedrooms/one bath units with an area of 800 square feet. The total unit
count is expected to be approximately 120 units and construction is estimated to total Fourteen
Million Two Hundred Fifty Thousand Dollars ($14,250,000.00); and
WHEREAS, once plans for the Project are completed, the City will issue a hard bid for
construction, identify a funding source, and seek City Commission approval for construction; and
WHEREAS, specifically, CCNA Section 287.055(3)(a)(1), Florida Statutes, as amended,
provides an exception from competitive bidding methods "in cases of valid public emergencies
certified by the agency head"; and
WHEREAS, pursuant to the City Manager's emergency finding, attached and incorporated
as Exhibit "A", finding that the lack of affordable housing units in the City is a valid public
emergency; it is advantageous and practicable for the City to waive competitive bidding methods
pursuant to Section 18-90 of the Code of the City of Miami, Florida, as amended ("City Code"),
and CCNA Section 287.055(3)(a)(1), Florida Statutes, as amended, for the provision of
emergency A&E services for the Project; and
WHEREAS, the City intends to utilize the A&E firm of Wolfberg/Alvarez and Partners, Inc.,
a Florida profit corporation ("Walfberg"), for the design of this Project, based on their experience
with the same, and to negotiate and execute a Professional Services Agreement ("Agreement"),
in a form acceptable to the City Attorney, for a not -to -exceed amount of Four Hundred Eighty
Thousand Nine Hundred Dollars ($480,900.00) for the Project; and
WHEREAS, the Miami City Commission expects to provide for the issuance by the City of
its Tranche 2 taxable and tax-exempt limited ad valorem bonds payable from ad valorem taxes
provided that the capital projects debt millage not exceed the rate of 0.5935 mills in accordance
with the November 7, 2017 bond referendum approved by the voters, initially in an expected not-
2
to -exceed total maximum principal amount of Forty Million Dollars ($40,000,000.00), in order to,
among other things, reimburse the City for funds advanced by the City for certain expenses
incurred with respect to capital projects to be undertaken by the City to improve affordable housing
within the City's limits (collectively, "Tranche 2 Miami Forever Affordable Housing Limited Ad
Valorem Bonds"), all as indicated in a separate City Commission Resolution, the related City
Manager's Memorandum, and the seven (7) Tranche 2 Affordable Housing Bonds Projects
Strategies, attached and incorporated therein and thereby (collectively, "Tranche 2 Affordable
Housing Bonds Intent to Reimburse Resolution"); and
WHEREAS, the City Commission has determined that it is in the best interests of the City
to authorize and direct the City Manager to fund, on a reimbursement basis, for a not -to -exceed
amount of Four Hundred Eighty Thousand Nine Hundred Dollars ($480,900.00) from the
proposed Tranche 2 Miami Forever Affordable Housing Limited Ad Valorem Bonds for the
affordable housing components of the Project; and
WHEREAS, such allocation shall be in compliance with all applicable Federal, State of
Florida ("State"), local, and City laws, rules, and regulations for affordable housing projects,
including, but not limited to, the City's Tranche 2 Affordable Housing Bonds Projects Strategies,
the Tranche 2 Affordable Housing Intent to Reimburse Resolution, and the Tranche 2 Miami
Forever Affordable Housing Limited Ad Valorem Bonds;
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 fully set forth in this Section.
Section 2. The City Manager's emergency finding, certified as agency head, attached and
incorporated hereto as Exhibit "A", that the City's affordable housing crisis is a valid public
emergency for City residents and, therefore, it is advantageous and practicable for the City to
waive competitive bidding methods pursuant to Section 18-90 of the City Code and CCNA Section
287.055(3)(a)(1), Florida Statutes, as amended, to engage Wolfberg for the provision of design
services for the not -to -exceed amount of Four Hundred Eighty Thousand Nine Hundred Dollars
($480,900.00) for the Project.
Section 3. The City Manager is authorized(1) to execute the Agreement between the City
and Wolfberg, in a form acceptable to the City Attorney, for said purpose.
Section 4. The City Manager is authorized(1) and directed to allocate in connection with
the execution of the Agreement for the Project, funding on a reimbursement basis for a not -to -
exceed amount of Four Hundred Eighty Thousand Nine Hundred Dollars ($480,900.00) from the
proposed Tranche 2 Miami Forever Affordable Housing Limited Ad Valorem Bonds for the
affordable housing components of the Project being developed as a City Project, with such
allocation being in compliance with all applicable Federal, State of Florida, local, and City laws,
rules, and regulations for affordable housing projects, including, but not limited to, the City's
Affordable Housing Bonds Projects Strategies, the Tranche 2 Affordable Housing Intent to
Reimburse Resolution, and the Tranche 2 Miami Forever Affordable Housing Limited Ad Valorem
Bonds.
3
Section 5. The City Manager is further authorized(1) to negotiate and execute any and all
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, compliance with all applicable provisions of the City
Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity
Principles, all as set forth in Chapter 1$ 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.
Section 6. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor. {2}
..FOOTNOTES
{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 Code provisions.
{2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten 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
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ
CITY ATTORNEY
4
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE 7/15/2021
SUBJECT: Emergency purchases
REFERENCES:
FRO' I: Arthur Noriega V
City Manager ENCLOSURES:
The Office of the City Manager approves of the following emergency purchase(s): architecture services from Wolfberg
Alvarez & Partners Inc. The goods and/or services required herein are as a result of one or both of the following
circumstance(s):
1) A public emergency (threats to health, life, welfare or safety); or
2) Convenience of the City.
Per the emergency procurement procedures as defined in Section 18-90 of the City Code, authorization to waive
the competitive bid process, albeit it is a retroactive authorization, is also requested for the aforementioned
emergency purchase if greater than $25,000.
This purchase is necessary for the following reason:
The City of Miami is experiencing a housing crisis due to the lack affordable housing. This crisis has been
exacerbated by COVID 19 and the corresponding rise in unemployment, making it harder for City residents to afford
housing. In light of same, the City is declaring an emergency for affordable housing and wishes to procure, on an
emergency basis, architecture services in the amount of$480,900 from Wolfberg Alvarez & Partners Architecture in
order to design affordable housing on City -owned property located at 1251 SW 7th Street and 1380 NW 6th Street.
Additionally, the procurement process outlined in Florida Statute (F.S.) 287.055, known as Consultants' Competitive
Negotiations Act ("CCNA") for architectural and engineering services ("A&E") can take up to nine (9) months.
Such a delay is not in the best interest of the City and its constituents, as there is an opportunity to create immediate
affordable housing units at 1251 S.W. 7th Street, Miami, FL. and 1380 N.W. 6th Street, Miami, FL. that will provide
much needed relief for City residents urgently seeking affordable housing.
F.S. 287.055, CCNA, does however permit exemptions to these requirements in emergency situations, as stated in
Section 3(a)1 entitled"Public Announcement and Qualifications Procedures".
DIRECTOR, DEPARTMENT OF PROCUREMENT:
Annie Perez
CPPO
APPROVED n DISAPPROVED
Date: 1 15 z L'2- k
APPROVED D DISAPPROVED
Date: 7/15/2021
Additional certification required for emergency purchases greater than $25.000:
DIRECTOR, OFFICE OF
MANAGEMENT AND
BUDGET:
El[ certify the funds to cover this emergency purchase are available
Date: 7-15-2021