HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #18299
Date: 10/08/2025
Commission Meeting Date: 10/23/2025
Requesting Department: Department of
Finance
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Bid Waiver - Parking Surcharge - Administration Consultant Services
Purpose of Item:
The nature of this item is to respectfully request approval of a resolution of the Miami City
Commission, with attachment(s), by a four -fifths (4/5ths) affirmative vote, after an advertised
public hearing, ratifying, confirming, and approving the City Manager's recommendation and
written findings, pursuant to section 18-85(a) of the Code of the City of Miami, Florida, as
amended ("City Code"); waiving the requirements for competitive sealed bidding methods as not
being practicable or advantageous to the City of Miami ("City") to establish a contract for the
provision of Parking Surcharge Administration Consultant Services ("Services") by Complete
Consulting Services Group LLC ("CCSG") for the City's Finance Department ("Finance"), for an
initial period of one (1) year, with automatic annual renewals until such time that it is deemed in
the best interest of the City of Miami; authorizing the City Manager to execute the negotiated
Professional Services Agreement ("PSA"), in a form acceptable to the City Attorney; further
authorizing the City Manager to negotiate and execute any and all documents, including any
amendments, renewals, and/or extensions subject to all allocations, appropriations and
budgetary approvals having been previously made, compliance with applicable provisions of the
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 form acceptable
to the City Attorney, and in compliance with all applicable laws, rules and regulations, as may be
deemed necessary for said purpose.
Background of Item:
The administration of the City's parking surcharge program requires specialized knowledge of
parking operations and a qualified Provider with proven expertise to ensure that all surcharge -
eligible revenue is collected in full compliance with City regulations. Complete Consulting
Services Group LLC ("CCSG") has served as the City's parking surcharge administrator since
2010. Given the ongoing litigation concerning the City's collection of parking surcharge funds,
maintaining continuity in the program's administration is critical to ensuring consistency and
regulatory adherence.
The annual fiscal impact for the cost of Parking Surcharge Administration Consultant Services
will be seven hundred thousand dollars ($700,000.00) in fees payable to CCSG. These fees are
subject to the following conditions: 1. The City will pay an additional Percentage Fee, not to
exceed four tenths of one percent (.4%) of total surcharge collections, in any year total
surcharge collections exceed twenty four million dollars ($24,000,000.00); and 2. The annual
fees payable to CCSG shall decrease by one hundred thousand dollars ($100,000.00) in any
year that surcharge collections total less than fifteen million dollars ($15,000,000.00).
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
Total Fiscal Impact: Approx. $700,000 annually
General Account No: Various
Department of Finance
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
Munirah Daniel
Donovan Dawson
Marie Gouin
Annie Perez
Erica T. Paschal
Natasha Colebrook -Williams
Arthur Noriega V
Valentin J Alvarez
Thomas M. Fossler
George K. Wysong III
Maricarmen Lopez
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
Deputy City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed 10/10/2025 5:35 PM
Completed 10/14/2025 8:57 AM
Completed 10/14/2025 9:20 AM
Completed 10/14/2025 4:03 PM
Completed 10/14/2025 7:34 PM
Completed 10/14/2025 8:21 PM
Completed 10/14/2025 8:32 PM
Completed 10/14/2025 8:32 PM
Completed 10/14/2025 8:39 PM
Completed 10/14/2025 8:56 PM
Completed 10/23/2025 9:00 AM
Completed 10/29/2025 6:06 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0266
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 18299 Final Action Date:10/23/2025
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A
FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC
HEARING, RATIFYING, CONFIRMING, AND APPROVING THE CITY MANAGER'S
RECOMMENDATION AND WRITTEN FINDINGS, ATTACHED AND INCORPORATED
AS EXHIBIT "A," PURSUANT TO SECTION 18-85(A) OF THE CODE OF THE CITY
OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"); WAIVING THE
REQUIREMENTS FOR COMPETITIVE SEALED BIDDING METHODS AS NOT BEING
PRACTICABLE OR ADVANTAGEOUS TO THE CITY OF MIAMI ("CITY") TO
ESTABLISH A CONTRACT FOR THE PROVISION OF PARKING SURCHARGE
ADMINISTRATION CONSULTANT SERVICES ("SERVICES"); ALLOCATING FUNDS
FROM THE VARIOUS SOURCES OF FUNDS OF FINANCE, SUBJECT TO THE
AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED;
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH
COMPLETE CONSULTING SERVICES GROUP LLC FOR THE PROVISION OF THE
SERVICES FOR AN INITIAL TERM OF ONE (1) YEAR WITH AUTOMATIC ANNUAL
RENEWALS FOR AS LONG AS IT IS DEEMED IN THE BEST INTEREST OF THE
CITY; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS,
RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY
ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS AND
BUDGETARY APPROVALS HAVING BEEN PREVIOUSLY MADE, COMPLIANCE
WITH APPLICABLE PROVISIONS OF THE 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, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES AND
REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami ("City") has an ongoing need for parking surcharge
administration consultant services ("Services"); and
WHEREAS, the administration of the City's parking surcharge program requires
specialized knowledge of parking operations and a qualified Provider with proven expertise to
ensure that all surcharge -eligible revenue is collected in full compliance with City regulations;
and
WHEREAS, Complete Consulting Services Group LLC ("CCSG") has served as the
City's Parking Surcharge Administrator since 2010; and
WHEREAS, given the ongoing litigation concerning the City's collection of parking
surcharge program, it was determined that maintaining continuity in the program's
administration is critical to ensuring consistency and regulatory adherence; and
WHEREAS, pursuant to Section 18-85(a) of the Code of the City of Miami, as amended
("City Code"), the City Manager has recommended waiving the requirements for competitive
sealed bidding methods, via recommendation and written finding attached and incorporated as
Exhibit "A," with reasons supporting the same as not being practicable or advantageous to the
City; and
WHEREAS, said recommendation and written finding must be ratified, confirmed, and
approved by the City Commission by a four -fifths (4/5ths) affirmative vote after an advertised
public hearing;
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. By a four -fifths (4/5ths) affirmative vote, after an advertised public hearing,
pursuant to Section 18-85(a) of the City Code, the City Manager's recommendation and written
finding, attached and incorporated as Exhibit "A," that the requirements for competitive sealed
bidding methods are waived as not being practicable or advantageous to the City for the
provision of the Services is hereby ratified, confirmed, and approved.
Section 3. The City Manager is authorized to negotiate and execute a contract, in a
form acceptable to the City Attorney, with CCSG for the provision of the Services for an initial
term of one (1) year, with automatic annual renewals for as long as it is deemed in the best
interest of the City.
Section 4. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, all in forms acceptable to
the City Attorney, subject to allocations, appropriations and budgetary approval having been
previously made, and in compliance with applicable provisions of the 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, and in compliance with applicable regulations,
as may be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
rge . Wy j ng III, C y ttor -y 10/14/2025
1 The authorization herein 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.