Loading...
HomeMy WebLinkAboutTabulation ResultsRFP # 23019 EMERGENCY DEBRIS CONTRACT MONITORING Summary Sheet Evaluation Committee Meeting Tuesday, August 14, 2007 FINAL TABULATION RESULTS BY CONSENSUS FIRM PROPOSED QPM, Project Management & Consulting Metric Engineering, Inc. PAWA Architects & Engineers, Inc. Solid Resources, Inc. Beck Disaster Recovery, Inc. ConsulTech Construction Management, Inc. Ambro, Inc. Clarence Patterson t /00 9443,1 9s4.2) Alberto Zamora 6 $6{/ 72,0) Vicente Castro $4..s6e! /0 QJ Joseph Fernandez fel a) ;4 q.3t 15Q) 92() Barbara Pruitt 7? Sum Total "33 '/7s 958 1t,3 Ranking 1, 23 1/ l7 TOTAL Approved Committee Members: Clarence Patterson, City Manager, City of North Miami Alberto Zamora, Direction, Sanitation, City of Miami Beach Vicente Castro, Deputy Director of Operations, Solid Waste, Miami -Dade County Joseph Fernandez, Chief of Emergency Manager, City Barbara Pruitt, Assistant Director, Solid Waster, City Approved By: Glenn Marcos Purchasing D ,//Y/<> 9 RFP 23019, EMERGENCY DEBRIS CONTRACT MONITORING Evaluation Form , it) tt9P' 102- ate : ef- /V 1) '7 � Evaluator: Signature : ,c4, /R PROPOSER Overall Qualifications and Experience Ability and Capability to Perform Required Services Overal Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable TOTAL POINTSa x . QPM, Project Management & Consulting , t( Metric Engineering, Inc. ,40 .7,9 6 40 `f PAWA Architects & Engineers, Inc. ,�/yezo. ^•- `j �f 4 .4 7 /��` n �d..1 �w `per .�✓ .. �j S.- �j�•-- rot f",j+j ,e Solid Resources, Inc. ,.' -ZS/00 Beck Disaster Recovery Inc. ConsulTech Construction Management, Inc. Sc 2, I, g 17 9 Ambro, Inc. % Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone o written recommendation to the Miami City Commission. The Cone of Silence shall greater than $200,000. The Cone of Silence prohibits any communication regarding Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a be applicable only to Contracts for the provision of goods and services and for public works or city improvements for amounts RFPs, RFQs, RFLIs or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, of the City's professional staff, City Department Directors or their respective staffs and any member of the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee. Evafuator:-1 Signature RFP 23019, EMERGENCY DEBRIS CONTRACT MONITORING Evaluation Form \I`l � � � � �`C c�e 1 f(.!J Date 7 : PROPOSER Overall Qualifications and Experience Ability and Capability to Perform Required Services Overal Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable TOTAL POINTS ir 1. 0 QPM, Project Management & Consulting k 0 to 2..0 O Metric Engineering, Inc. . S g • 0 G^ 7 PAWA Architects & Engineers, Inc. (�'(�ii//l3 ` Solid Resources, Inc. ' -` -S 2-5 z 100 Beck Disaster Recovery Inc.. 2-5 ,fT �✓ ConsulTech Construction Management, Inc. .� , Ambro, Inc. 3 IJ `i-e-S p,JeS t vt Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone o written recommendation to the Miami City Commission. The Cone of Silence shall greater than $200,000. The Cone of Silence prohibits any communication regarding Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and termina es at the time the City Manager issues a be applicable only to Contracts for the provision of goods and services and for public works or city improvements for amounts RFPs, RFQs, RFLIs or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, of the City's professional staff, City Department Directors or their respective staffs and any member of the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee. Evaluator Signature RFP 23019, EMERGENCY DEBRIS CONTRACT MONITORING Evaluation Form ✓ a at L • 1./4+ Date : o II v/o7 ��. • /, • ` Po PROPOSER Overall Qualifications and Experience Ability and Capability to Perform Required Services Overal Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable TOTAL POINTS r �?.�,�d,4,.X,; $i"tikn�.'',s✓N.'k5rl.^,aa:. ..+a..x, .. x. .. r, e e x -..ald .. "•t .. i a'.,.P':: a.•".:5°F ��. QPM, Project Management & Consulting % 57 Metric Engineering, Inc.7.6 Z2 2 Z �J 0 9' PAWA Architects & Engineers, Inc. 20 474 Solid Resources, inc. ac "" 0 /00 Beck Disaster Recovery Inc. g ?./ .41 elp 99' ConsulTech Construction Management, Inc. _ Z...3 251. 2 Z ,V p1 ?3 Ambro, Inc. /►11 Pursuant to Section 18-74 of the City of Miami Ordinance No, 12271, a "Cone o written recommendation to the Miami City Commission. The Cone of Silence shall greater than $200,000. The Cone of Silence prohibits any communication regarding Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a be applicable only to Contracts for the provision of goods and services and for public works or city improvements for amounts RFPs, RFQs, RFLIs or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, of the City's professional staff, City Department Directors or their respective staffs and any member of the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee. RFP 23019, EMERGENCY DEBRIS CONTRACT MONITORING Evaluation Form .� Pt ��-2%� t ✓ Date : ` ,' c=7 Evaluator: Signature '� : f // C-( = ), -7 . ` • 1-1.- .._w ____ PROPOSER Overall Qualifications and Experience Ability andCapability to Perform Required Services Overal . Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable TOTAL POINTS ,�.. .�. a»ssa,,.,'.�a¢n, is;.a« " +""Ra " :. ,. ..,�.. kL,.e —, �>"" '� • r ,r k� ...„ :mow .. ^.�., QPM, Project Management & Consulting .7 1 A Ca Metric Engineering, Inc. , •Q 1 i e ( 1 0 CP$ PAWA Architects & Engineers, Inc. t C v ..s----- 4 Solid Resources, Inc. Beck Disaster Recovery Inc. a ® l-g-i' P a:.,s ConsulTech Construction Management, Inc. r 1 �� 15- t) 1 Ambro, Inc.! greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLis or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, of the City's professional staff, City Department Directors or their respective staffs and any member of the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee. Evaluator: Signature RFP 23019, EMERGENCY VOg - ` DEBRIS Evaluation h fertvinciez. CONTRACT MONITORING Form Date : •. - '.— i gib_,_. PROPOSER Overall Qualifications and Experience Ability and Capability to Perform Required Services Overal Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable l TOTAL POINTS Mawr `.,#z"'s€Srmmo+e e.�'$ — .' .w.i ' �.' " ch. �? 'v' ..fib. .„ ..r. At, QPM, Project Management & Consulting i 7.1 Metric Engineering, Inc. 2... " 76 3 0 Ai PAWA Architects & Engineers, Inc. " ,., s N fc,-) 6 Solid Resources, Inc. z 3 Ziti 2.44 6 _ 1 5 Beck Disaster Recovery Inc.aaoi 2, i . 5 ,�,- ,,, > Z7- ConsulTech Construction Management, Inc. 2. q Js ._ y Qn Ambro, Inc. pi 4_ AY /it /; /1i1 �►"i.,.,� i Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone of written recommendation to the Miami City Commission. The Cone of Silence shall greater than $200,000. The Cone of Silence prohibits any communication regarding Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and termina es at the time the be applicable only to Contracts for the provision of goods and services and for public works or city improvements RFPs, RFQs, RFLIs or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, of the City's professional staff, City Department Directors or their respective staffs and any member of City Manager issues a for amounts City Commissioners, the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee. Evaluator: Signature RFP 23019, EMERGENCY DEBRIS CONTRACT MONITORING Evaluation Form _ Date :_ / y h7 : PROPOSER • erall Qualifi :tions and Expe :ice Abi a Capability to P rfor Required Services Overal Approach and Methodology Compensation Proposal Local Preference, if applicable Presentaiton, if applicable t TOTAL POINTS i�LL' ,; .:,�...-.tea ,3,... y5Y .r QPM, Project Management & Consulting >/ V C ,i 1 u to /b 1 ( r ' VC- 'lz cr /o /0 J fu 1 l Tr V(_ j l t7 1i /0 At c%' f ;9)2 ') /., /i_ y VC 4Z CA- ,2 [ 5 ..S ).-` i/.-) vc /a,. yt, 1_. a c e 1.... Metric Engineering, Inc. a,./ L d X ._5- IS 15— Li_ 1 S 45- /d- 1, 13 L-1...)"' i0 1./a 2...1 22 21_ 11 -Lp `1 > j? $ PAWA Architects & Engineers, Inc. /t,,, 2.t.)." o /0 S pi )$ to is z n ,q Lb LA ? 0 4.) 2 L- 2L? 1 1- L.0 (2:) _, c es ,)-) (-L- `-n 1. 9 r „r r4.,F ?. f Solid Resources, Inc. 00 LT Lr I' 21` / ` / .4 j 15 / y J,> 1e/ ).5' if / 6 2:5 L.Y 1-5" 2 f 1J' 35-- g.t- .P1 it,:, e c Beck Disaster Recovery Inc. 2/ .2S 25 L0 ,2_ 4 / 2:1 1- 1 115. 1,0 t. - 22J 211-6 1S ) Y ).- 1.1 1.. LI e,-) K5 ConsulTech Construction Management, Inc. L n jl 26 > ,/ LI 2? .t-J 1.1) 2h '7.5" / % 1.'1 Lo 2 :b 9- 2. Z 1-'- 1 t l)` 0 "1_ `)j t / ) 7 , Ambro, Inc. Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone o written recommendation to the Miami City Commission. The Cone of Silence shall greater than $200,000. The Cone of Silence prohibits any communication rega Silence" is imposed upon each RFP, RFC), RFLI, or IFB after advertisement and terminates at the time the City Manager issues a be applicable only to Contracts for the provision of goods and services and for public works or city improvements for amounts ding RFPs, RFQs, RFLIs or IFBs (bids) between, among others: City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, of the City's professional staff, City Department Directors or their respective staffs and any member of the respective • Potential vendors, service providers, bidders, lobbyists or consultants and the or their respective staffs; • potential vendors, service providers, bidders, lobbyist or consultants, any member selection/evaluation committee.