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.