HomeMy WebLinkAboutMemos - Recommendation of AwardCITY OF MTAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso, DATE: September2, 201.5 FILE:
City Manager
FROM: Annie Perez, CPPO, Director
SUBJECT: 'Recommendation of Award
of Parking Surcharge Program
Administration Consultant Services,
REFERENCES: RFP499325
Procurement ENCLOSURES:
Recommendation:
Based on the findings below, Procurement Department ("Procurement") hereby recommends approval
for the award of a contract, pursuant to Request for Proposals (RFP) No. 499325, to the highest
ranked, responsive and responsible proposer, Complete Consulting Services Group (CCSG), to
provide Parking Surcharge Program Administration Consultant Services. The impact of this item is
citywide in nature.
Notwithstanding the above, the Recommendation to Award Memo. dated. August 27, 2015, is
hereby revised to reflect a correction to the compensation submitted by the recommended
firm, CCSG as follows: Section 1.60(B), Preparation of Responses (Hardcopy Format), of the
General Terms and Conditions of the solicitation states, "in case of a discrepancy between the
unit priceand extended price, the unit price will be presumed correct". Due to a discrepancy
in the proposed price submitted by the recommended firm (see attached), the compensation
reported on the prior recommendation to award memo was $700,700 (extended price).
Consequently, the compensation submitted by CCSG in the final scores section below, is.
being corrected to reflect the unit price of $700,000, This revision to the recommendation
does not change the outcome of the evaluation.
Background:
The City's Parking Surcharge Ordinance (Ordinance) is imposed upon each user entering a parking
transaction. The City has been authorized to collect a Parking Surcharge (Surcharge) since October,
2000. Ordinances 12563 and 13063, places a surcharge of fifteen percent (15%) on the gross
revenues derived from any fee, charge, or exchange for the sale, lease, or rental of space at parking
facilities within the City. The operator of the parking facility is responsible for the collection and
transmittal of the surcharge to the City's Finance Department. The administration of the City's
surcharge program requires knowledge of the parking operations industry, a field that is extremely
unique. As such, the City is seeking the services of a qualified and experienced consultant with the
ability to ensure that all revenues subject to the surcharge, are collected at the appropriate rate and
remitted to the City, in conformance with the City's regulations.
On July 8, 2015, Procurement issued a solicitation under full and, open competition to .obtain
proposals for the administration of the City's parking surcharge program. Proposers were required to
PR 15181 1
meet all of the minimum qualification requirements established in the Solicitation in order to be
deemed qualified to provide the services, Two proposals were received in response to the Solicitation.
The Evaluation Committee (Committee) met on August 26, 2015, and has completed the
review and evaluation of proposals following the guidelines published in the solicitation, The
final scores are as follows (Composite score sheet is attached):
Proposer
Total Combined Technical Compensation
and Price Scores Submitted
(max. 400)
1. Complete Consulting Services Group LLC 362 .$700,000.00
2. Parking Auditing Group LLC 299.75 $685,000,00
The Committee decided notto hold oral presentations. Due diligence was conducted to determine
proposer's responsibility, including verifying corporate status, and that there are no performance or
compliance issues. There were no adverse findings related to any of the proposer's responsibility.
Other information:
A Committee member was unable to attend the evaluation meeting due to illness. The Committee
voted to continue the evaluationprocess without this member.
Consensus Statement:
The Committee determined that the recommended proposer, Complete Consulting Services Group
LLC (CCSG), has the necessary qualifications, relevant experience, technical capacity, and
experienced personnel required to provide the consulting services to meet the needs of the City.
CCSG's proposal presented a clear understanding of the scope of services required, and provided a
task -appropriate approach, which ensures a close working relationship with Finance to appropriately
address the complexities and challenges that may arise. Although CCSG's proposed compensation
was a bit higher than the other proposer's, the firm's price will be negotiated.
Contract Execution
Accordingly, Procurement hereby requests authorization to enter into negotiations with CCSG.
Notwithstanding the foregoing, the Committee further recommends that if the City and CCGS cannot
reach an agreement, the City will begin negotiations with the other responsive and responsible
proposer, The Parking Auditing Group LLC, until an agreement, acceptable to the City, has been
reached. Once an agreement has been reached, Procurement requests authorization to execute the
contract accordingly,
Approved:
Daniel J. Al o, •, C Manager
Date: l ' Jv
cc: Fernando Casamayor, Assistant City Manager./Chief Financial Officer
Pablo J. Velez, Assistant City .Attorney
Lydia Osborne, CPPO, Assistant Director, Procurement
PR 15181 2
Line: 1
Description: Fixed Fee (for the Ad°ministration of the Parking Surcharge Program, as described in
Section 2.18 of this RFP)
Category: 95872-00
Unit of Measure: Year
Unit Price: $ 00I `D 1 O Number of Units: 1
Total: $ 7 D n/
Page 5 of 43
CITY OF MIAMI, FLORIDA
INTEROFFICE MEMORANDUM
TO: Daniel J. Alfonso, DATE: August 27, 2015 FILE:
City Manager
FROM: Annie Perez, CPPO, Director
SUBJECT: Recommendation of Award
of Parking Surcharge Program
Administration Consultant Services,
REFERENCES: RFQ499325
Procurement ENCLOSURES:
Recommendation
Based on the findings below, Procurement hereby recommends approval for the award of a contract,
pursuant to Request for Qualifications (RFQ) No. 499325, to the highest ranked, responsive and
responsible proposer, Complete Consulting Services Group (CCSG), to provide Parking Surcharge
Program Administration Consultant Services. The impact of this item is citywide in nature.
Background:
The City's Parking Surcharge Ordinance (Ordinance) is imposed upon each user entering a parking
transaction. The City has been authorized to collect a Parking Surcharge (Surcharge) since October,
2000. Ordinances 12563 and 13063, places a surcharge of fifteen percent (15%) on the gross
revenues derived from any fee, charge, or exchange for the sale, lease, or rental of space at parking
facilities within the City. The operator of the parking facility is responsible for the collection and
transmittal of the surcharge to the City's Finance Department. The administration of the City's
surcharge program requires knowledge of the parking operations industry, a field that is extremely
unique. As such, the City is seeking the services of a qualified and experienced consultant with the
ability to ensure that all revenues subject to the surcharge, are collected at the appropriate rate and
remitted to the City, in conformance with the City's regulations.
On July 8, 2015, the Procurement Department ("Procurement") issued a solicitation under full and,
open competition to obtain proposals for the administration of the City's parking surcharge program.
Proposers were required to meet all of the minimum qualification requirements established in the
Solicitation in order to be deemed qualified to provide the services. Two proposals were received in
response to the Solicitation. The Evaluation Committee (Committee) met on August 26, 2015, and
has completed the review and evaluation of proposals following the guidelines published in the
solicitation. The final scores are as follows (Composite score sheet is attached):
Proposer
Total Combined Technical Compensation
and Price Scores Submitted
(max. 400)
1. Complete Consulting Services Group LLC 362 $700,700.00
2. Parking Auditing Group LLC 299.75 $685,000.00
PR151 1 1
The Committee decided not to hold oral presentations. Due diligence was conducted to determine
proposer's responsibility, including verifying corporate status, and that there are no performance or
compliance issues. There were no adverse findings related to any of the proposer's responsibility.
Other information:
A Committee member was unable to attend the evaluation meeting due to illness. The Committee
voted to continue the evaluation process without this member.
Consensus Statement:
The Committee determined that the recommended proposer, Complete Consulting Services Group
LLC (CCSG), has the necessary qualifications, relevant experience, technical capacity, and
experienced personnel required to provide the consulting services to meet the needs of the City.
CCSG's proposal presented a clear understanding of the scope of services required, and provided a
task -appropriate approach, which ensures a close working relationship with Finance to appropriately
address the complexities and challenges that may arise. Although CCSG's proposed compensation
was a bit higher than the other proposer's, the firm's price will be negotiated.
Contract Execution
Accordingly, Procurement hereby requests authorization to enter into negotiations with CCSG.
Notwithstanding the foregoing, the Committee further recommends that if the City and CCGS cannot
reach an agreement, the City will begin negotiations with the other responsive and responsible
proposer, The Parking Auditing Group LLC, until an agreement, acceptable to the City, has been
reached. Once an agreement has been reached, Procurement requests authorization to execute the
contract accordingly.
Approved - 24/,
Daniel J. Alf
��3
Date:
cc: Fernando Casamayor, Assistant City Manager/Chief Financial Officer
Pablo J. Velez, Assistant City Attorney
Lydia Osborne, CPPO, Assistant Director, Procurement
PR 15181 2