HomeMy WebLinkAboutR-19-0463City of Miami
Resolution R-19-0463
Legislation
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
City of Miami Page 1 of 3 File ID: 6639 (Revision:) Printed On: 4/28/2025
File ID: 6639 Enactment Number: R-19-0463
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 authorized' 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.
City of Miami Page 2 of 3 File ID: 6639 (Revision:) Printed on: 4/28/2025
File ID: 6639 Enactment Number: R-19-0463
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:
ndez, ity Attor
1
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.
City of Miami Page 3 of 3 File ID: 6639 (Revision:) Printed on: 4/28/2025