HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #6639
Date: 10/17/2019
Commission Meeting Date: 11/21/2019
Type: Resolution
Subject: Accept Proposal - La Pastorita
Purpose of Item:
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: All
The purpose of this item is to authorize a resolution of the Miami City Commission,
accepting a proposal received on August 20, 2018, from The Corradino Group, Inc.
(Corradino), the top ranked responsive and responsible Proposer, pursuant to Request
for Qualifications ("RFQ") No. 17-18-027 to provide professional services for La
Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608, in the
amount of $300,499.81 for basic services in Phase 1, plus $543,299.08 for basic
services in Phase 2, plus $172,582.80 for additional services in Phases 1 and 2, for a
total not -to -exceed award value of $1,016,381.69, on a phased basis.
Background of Item:
On July 18, 2018, Procurement issued a solicitation under full and open competition to
obtain proposals from qualified firms. On August 20, 2018, Procurement received five
(5) proposals in response to the solicitation (see attached Proposal Security List).
Subsequently, the proposals were reviewed by Procurement staff, upon which all
proposals were deemed responsive and responsible in accordance with the minimum
qualifications and experience requirements of the RFQ. Accordingly, on October 10,
2018, the Evaluation Committee ("Committee") met and completed the evaluation and
ranking of all proposals following the stipulated guidelines in the solicitation. The
proposals were evaluated in accordance with five (5) evaluation criteria, and ranked by
total awarded points (see enclosed Report of Evaluation Committee Memorandum).
Upon review and subsequent approval of the Report of the Evaluation Committee
Memorandum by the City Manager on November 2, 2018, negotiations were initiated
with Corradino, the highest ranked firm. Successful negotiations were accomplished,
and an agreement was mutually reached on May 8, 2019. Subsequently, a
Responsibility Review meeting with Corradino was held on September 19, 2019, as a
result of Corradino's request to replace the Project Manager proposed originally, as well
as performance issues on Corradino's part stemming from a previous project, SW 21
Street and SW 24 Avenue Speed Table and Road Improvements. At the meeting,
Corradino committed to perform to the expected industry standards under the subject
contract, providing the required capacity and capability of its resources to perform fully
the contract requirements. In addition, specific questions prepared by OCI staff were
presented to Corradino, whose representatives responded to the satisfaction of the City
staff present.
Budget Impact Analysis
Item is NOT funded by Bonds
Item is NOT Related to Revenue
Item is an Expenditure
Total Fiscal Impact:
$1,016,381.69
OCI Project No. B-183608
Office of Capital Improvements
Department of Procurement
Department of Risk Management
Office of Management and Budget
Office of Management and Budget
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
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
Steven Williamson
Annie Perez
Ann -Marie Sharpe
Yvette Smith
Christopher M Rose
Sandra Bridgeman
Valentin J Alvarez
Nikolas Pascual
Pablo Velez
Barnaby L. Min
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
City Clerk's Office
Department Head Review Completed
Procurement Review Completed
Risk Review Completed
Budget Analyst Review Completed
Budget Review Completed
Assistant City Manager Review Completed
Legislative Division Review Completed
City Manager Review Completed
ACA Review Completed
Deputy City Attorney Review Completed
Approved Form and Correctness Completed
Meeting Completed
Unsigned by the Mayor Completed
Signed and Attested by the City Clerk Completed
Rendered Completed
10/20/2019 1:59 PM
10/24/2019 2:14 PM
10/24/2019 5:24 PM
10/31/2019 10:18 PM
11/01/2019 4:21 AM
11/05/2019 4:17 PM
11/05/2019 4:24 PM
11/06/2019 4:08 PM
11/07/2019 10:06 AM
11/07/2019 10:20 AM
11/12/2019 11:36 AM
11/21/2019 9:00 AM
12/03/2019 5:06 PM
12/03/2019 6:10 PM
12/03/2019 6:10 PM
City of Miami
Legislation
Resolution
Enactment Number: R-19-0463
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 6639 Final Action Date:11/21/2019
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE
PROPOSAL SUBMITTAL RECEIVED ON AUGUST 20, 2018 PURSUANT TO
REQUEST FOR QUALIFICATIONS ("RFQ") NO. 17-18-027 FROM THE
CORRADINO GROUP, INC., A FOREIGN PROFIT CORPORATION
AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA
("CORRADINO"), THE TOP RANKED RESPONSIVE AND RESPONSIBLE
PROPOSER, FOR PROVISION OF PROFESSIONAL SERVICES FOR LA
PASTORITA NEIGHBORHOOD ROADWAY IMPROVEMENTS STUDY,
PROJECT NO. B-183608 ("PROJECT"), FOR THE CITY OF MIAMI ("CITY"), IN
THE AMOUNT OF THREE HUNDRED THOUSAND FOUR HUNDRED NINETY
NINE DOLLARS AND EIGHTY ONE CENTS ($300,499.81) FOR BASIC
SERVICES FOR PHASE 1 OF THE PROJECT, FIVE HUNDRED FORTY
THREE THOUSAND TWO HUNDRED NINETY NINE DOLLARS AND EIGHT
CENTS ($543,299.08) FOR BASIC SERVICES FOR PHASE 2 OF THE
PROJECT, AND ONE HUNDRED SEVENTY TWO THOUSAND FIVE
HUNDRED EIGHTY TWO DOLLARS AND EIGHTY CENTS ($172,582.80) FOR
ADDITIONAL SERVICES FOR PHASES 1 AND 2 OF THE PROJECT FOR A
TOTAL NOT -TO -EXCEED AWARD VALUE OF ONE MILLION SIXTEEN
THOUSAND THREE HUNDRED EIGHTY ONE DOLLARS AND SIXTY NINE
CENTS ($1,016,381.69), ON A PHASED BASIS, PER THE NEGOTIATED
PRICING PROVIDED BY CORRADINO; AUTHORIZING THE CITY MANAGER
TO NEGOTIATE AND EXECUTE A PROFESSIONAL SERVICES
AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY
("AGREEMENT"); FURTHER AUTHORIZING THE CITY MANAGER, OR CITY
MANAGER'S DESIGNEE, TO ISSUE NOTICES TO PROCEED AS REQUIRED
ON A PHASED BASIS; FURTHER AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT
TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY
APPROVALS, IN COMPLIANCE WITH ALL 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, ALL IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, AND ALL IN COMPLIANCE WITH ALL
APPLICABLE RULES AND REGULATIONS, AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE; PROVIDED, HOWEVER, THAT ANY
BOND FUNDING FOR ANY PHASE SHALL REQUIRE FURTHER CITY
COMMISSION APPROVALS.
WHEREAS, on July 18, 2018, the City of Miami's ("City") Department of Procurement
("Procurement") issued Request for Qualifications ("RFQ") No. 17-18-027 for the provision of
professional services for La Pastorita Neighborhood Roadway Improvements Study, Project No.
B-183608 ("Project"); and
WHEREAS, on August 20, 2018, five (5) proposals were received by the Office of the
City Clerk in response to the RFQ; and
WHEREAS, all five (5) proposals were found to be responsive and responsible; and
WHEREAS, Procurement completed its due diligence efforts with respect to the five (5)
proposals; and
WHEREAS, an Evaluation Committee and a subsequent Negotiation Committee
appointed by the City Manager, during a meeting held on October 10, 2018 and as a result of
negotiations conducted between December 13, 2018 and May 8, 2019, determined the
Corradino Group, Inc., a foreign profit corporation authorized to conduct business in the State of
Florida ("Corradino"), to be the top ranked responsive and responsible Proposer; and
WHEREAS, the City Manager requests authorization to negotiate and execute an
agreement with Corradino, in a form acceptable to the City Attorney ("Agreement"), in the
amount of Three Hundred Thousand Four Hundred Ninety Nine Dollars and Eighty One Cents
($300,499.81) for basic services for Phase 1 of the Project, Five Hundred Forty Three Thousand
Two Hundred Ninety Nine Dollars and Eight Cents ($543,299.08) for basic services for Phase 2
of the Project, and One Hundred Seventy Two Thousand Five Hundred Eighty Two Dollars and
Eighty Cents ($172,582.80) for additional services for Phases 1 and 2 of the Project for a total
not -to -exceed award value of One Million Sixteen Thousand Three Hundred Eighty One Dollars
and Sixty Nine Cents ($1,016,381.69), on a phased basis, per the negotiated pricing provided
by Corradino ("Price Proposal"); and
WHEREAS, due to the Project being completed in two (2) phases, the City Manager, or
City Manager's designee, will have delegated authority to issue Corradino the appropriate
Notices to Proceed for each phase once a previous phase has been completed to the full
satisfaction of the City; provided, however, that any bond funding for any phase shall require
further City Commission approvals;
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 response received on August 20, 2018 pursuant to RFQ No. 17-18-027
from Corradino, the top ranked responsive and responsible proposer, for the provision of
professional services for the Project pursuant to the Price Proposal is accepted.
Section 3. The City Manager is authorized1 to negotiate and execute the Agreement with
Corradino, in a form acceptable to the City Attorney.
Section 4. The City Manager is further authorized' to issue Corradino the appropriate
Notices to Proceed for each phase once the previous phase has been completed to the full
satisfaction of the City.
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.
Section 5. The City Manager is further authorized' to negotiate and execute any and all
other documents, including any amendments, renewals, and extensions, subject to all
allocations, appropriations, and prior budgetary approvals, in compliance with all 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, all in a form acceptable to the City Attorney, and all in
compliance with all applicable rules and regulations, as may be deemed necessary for said
purpose; provided, however, that any bond funding for any phase shall require further City
Commission approvals.
Section 6. This Resolution shall become effective immediately upon its adoption and
signature by the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
4ndez, ity (tor
ey ) 11/12/2019
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.