HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OFNILANII, FLORIDA
INTER -OFFICE \1EMIORANIC\1
TO: Daniel J. Alfonso. DATE: October 1, 2017 FILE:
City Manager
FROM: Annie Perez. CPPO, 41�
Procurement Department Director
SUBJECT: Recommendation to Negotiate a
Contract for Wynwood 3' Avenue Woonerf
REFERENCES: RFQ No. 16-17-049
ENCLOSURES: Evaluation Committee Score
Sheets Evaluation Committee Appointment Memo
Recommendation:
Based on the findings below, the Procurement Department (Procurement) hereby recommends
approval for negotiations to award a contract. pursuant to Request for Qualifications No. 16-17-049
(RFQ), Wynwood 3 Avenue Woonerf (Project). to the top -ranked responsive and responsible
Proposer, Local Office Landscape and Urban Design LLC (Local Office). The scope of the Project will
utilize a full range of urban planning design and landscape architectural/engineering services to
develop a Master Plan (Plan) and schematic design, as the template for improvements to NW 3`'
Avenue.
As a result of Wynwood's industrial past. there is a dramatic need for green and open space areas
along with an enhancement to tree canopy for the benefits of its current and future residents and visitors
Through a two-year planning exercise. an award -winning planning document was developed called the
Neighborhood Revitalization District (NRD)-1. The NRD-1 includes regulations for many elements of
the neighborhood. and a Street Masterpian that identifies Right of Way conditions for every street in the
Neighborhood. Wconerfs, a Dutch version of a pedestrian -primary. bicycle friendly "shared" street. are
a major component of that vision.
The overall Project goal is to work with the community to develop a blueprint for a Woonerf, consisting
of street trees. landscaping street furniture, sculptures, artistic wayfinding and other streetscape
enhancements to an area as identified in the NRD-1. The NW 3" Ave Woonerf will encompass the
entire publicly owned right-of-way along NW 3'i Avenue from NW 25'h Street to NW 29' Street.
Background:
On June 15, 2017. Procurement, through the Planning and Zoning Department (P82), issued RFQ No.
16-17-049, under full and open competition, to obtain proposals from qualified and experienced
professional consulting firms to procure a full range of professional urban design and planning.
landscape architecture and engineering services for the development of a Plan. On August 2, 2017,
eight (8) proposals were received in response to the RFQ. Proposers were required to meet all of the
minimum qualification requirements established in the RFQ, in order to be deemed qualified to provide
the services. Subsequently. the proposals were reviewed by Procurement for responsiveness; all
proposals were deemed responsive. The proposals were further evaluated by an Evaluation Committee
(Committee), following the guidelines and technical criteria published in the RFQ. The technical criteria
listed below, were itemized for a maximum of one hundred (100) points per Committee Member:
1. Proposer's Qualifications and Experience (25 points)
2. Proposer's Team Qualifications Experience and Availability (20 points)
3 Proposer's Project Manager's Qualifications and Experience (15 points)
4. Methodology and Approach to Functionality and Design Concept Innovation (15 points)
5 Technical Capabilities in Designing and Master Planning in South Florida (15 points)
6 Project Management/Schedule Adherence and Plan Delivery (10 points)
PR 17303 1
Proposers were mandated to assign a minimum of fifteen percent (15%) of the award value. to firms
currently certified by Miami -Dade County as a Community Business Enterprise (CBE). Further.
Proposers whip meet the mandatory CBE requirement and use the firms that maintain a local office. as
defined in Section 18-73 of the City of Miami Code, will qualify to receive five (5) bonus points. None of
the Proposers qualified for the bonus points.
Final Scores:
The final technical scores after the September 29. 2017 Committee meeting were as follows:
Proposer
Technical Score
(max. 400)
1 Local Office Landscape and Urban Design LLC 345
2 + EDSA. Inc. 329
3 Arquitectonica GEO Corporation
324
4 AECOM Technical Services. Inc. 296
5 ' Trachtenberg Filigenzi LLC 293
6 Bermello. Ajamil & Partners. Inc. 275
7 Curtis + Rogers Design Studio, Inc. 271
8 Kimley-Horn and Associates. Inc. 270
At this meeting. the Committee decided not to hold oral presentations. as no further clarification was
needed.
Due diligence was conducted by Procurement to determine responsibility, including verifying corporate
status and performing reference checks. There were no performance or compliance issues and no
adverse findings related to any of the Proposers' responsibility.
Other:
One voting Committee member. Devin Cejas, was unable to participate on the Committee, due to
scheduling issues. The alternate member, Roberto Roviro, replaced him as a voting member on the
Committee.
Another voting Committee member, Carlos Cruz-Casas, was also unable to participate on the day of
the Committee meeting due to work load. as a result of Hurricane Irma. The remaining four (4) voting
Committee members opted to move forward with a recommendation without Mr. Cruz-Casas.
Negotiations:
The Committee recommends that the City enter into negotiations with Local Office Landscape and
Urban Design LLC (Local Office), the highest ranked responsive and responsible Proposer.
Notwithstanding the foregoing the Committee further recommends that if the City and Local Office
cannot reach an agreement. the City will terminate negotiations with Local Office and begin negotiations
with the second highest ranked responsive and responsible Proposer, EDSA, Inc. (EDSA). Further, if
the City and EDSA cannot reach an agreement, the City will terminate negotiations with EDSA and
begin negotiations with the third highest ranked responsive and responsible Proposer, Arquitectonica
GEO Corporation.
Lydia Osborne, PhD, CPPO, CPPB, Assistant Director, Procurement
David Snow, Planner II, P&Z
Victor Sanchez, WDRC Chairman. Goldman Properties
Carlos Cruz-Casas. Assistant Director. Department of Transportation and Public Works. Miami -
Dade County
PR 17308 2
Background Provided by the Recommended Proposer:
Local Officewas founded in 2006 and is located in Brooklyn New York. In 2008. Local Office received
a Merit award from the New York Chapter of the American Society of Landscape Architects for the
project "Garden between City and Sea". In 2009, the New York State Council of the Arts, awarded an
Individual Projects In Architecture research grant for Local Office's work in developing a modular, mobile
and deployable solution to New York Harbor's Combined Sewer Overflow pollution. In 2010, the firm
was recognized fcr their leadership and innovation in the green economy by the Congressional Hispanic
Caucus in Washington DC. In 2013. the White House recognized the Local Office' initiatives for
rebuilding a more resilient Rockaway Beach with the Hurricane Sandy "Champions of Change" award.
Local Office has completed the public streetscape project at Miracle Mile/Giralda Avenue Woonerf in
Coral Gables. and is also credited with the design of the Miami Grand Central Park, the largest pop-up
park in the United States. located on the blighted former Miami Heat Arena site in downtown Miami. In
addition. Loca? Office designed the largest urban waterfront park project in Puerto Rico's history. the
Parque del Litaral. The design was endorsed by the Caribbean Tsunami Information center for coastal
resiliency. and the project garnered an Award of Honor from the AIA Puerto Rico and the Premio Obras
CEMEX for Sustainable Infrastructure.
Committee's Consensus Statement:
The Committee determined that Local Office Landscape and Urban Design LLC (Local Office), has the
necessary qualificationsrelevant experience. technical capacity and experienced personnel required
to meet the needs of the City and successfully complete the Project.
The Committee relied on the resumes provided by the Proposer. which detailed the technical
qualifications of Key Personnel. the number of years of experience. the number of years working in the
position identified for this Projectand project experience of a similar scope and complexity. In addition,
signed reference forms from past clients were provided for each Key Personnel that attest to the
performance of each on projects of similar scope and complexity.
Local Office proposed a team that met or exceeded the requisite experience for all Key Personnel (e.g.,
Project Manager, Landscape Architect, Urban Designer, Environmental Specialist, Surveyor, Civil
Engineer, Traffic EngineeriTransportation Planner, Certified Arborist. Art Specialist and Community
Outreach/Public Relations Specialists). The proposed Project Manager, Ms. Jennifer Bolstad. is a
graduate of Harvard University, with a Masters with distinction in Landscape Architecture. Ms. Bolstad
is licensed in the States of New York. New Jersey and Massachusetts. She is a LEED Accredited
Professional, a Certified Arborist. and is a member of the American Society of Landscape Architects,
International Society of Arboriculture, and American Institute of Architects.
Loca' Office presented a clear understanding of the scope of services required and provided a task -
appropriate approach. which supports a close working relationship with the City, to appropriately
address the complexities and challenges of the Project. The company's approach brings a unique
technical landscape/urban design praxis. developed in close communications with the communities.
The firm's community outreach will include civic and community organization engagement, reaching the
citizens at their place of ownership, shoppingliving. both longtime residents and those new to the
rapidly changing neighborhood of Wynwood.
Local Office and their proposed team have demonstrated that they exceed the minimum qualifications
and possess the technical capabilities to perform the work as evidenced by their project experience.
proposed approach and favorable recommendations from past clients. Accordingly. as outlined in the
consensus statement presented above, the Committee cited Local Office's project experience and
proven track record to be the primary reasons in recommending their Proposal as the top ranked
proposal
PR 17308 3
Subsequent to the approval of this recommendation, Procurement will request a price proposal from
Local Office The firm's price will be negotiated in the best interest of the City.
Copies of the score sheets are attached for each Committee member. as well as a composite score
sheet.
F
f;
Approved: P �1 (N %4/1.,,� r 7
Daniel J. Alfonso, City Manager
Date: (u ` C
c: Alberto N Parjus. Assistant City Manager
Nzeribe Ihekwaba. PhD., P.E., Chief of Operations/Assistant City Manager
Fernando J Casarnayor. Chief Financial Officer/Assistant City Manager
Rafael Suarez -Rivas. Senior Assistant City Attorney
Francisco J. Garcia, Director, P & Z
Lydia Osborne, PhD, CPPO. CPPB. Assistant Director. Procurement
David Snow. Planner II. P & Z
PR 17308 4