Loading...
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.