HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF NII:A\1I, FLORIDA
I\TER-OFFICE MIEMOR.ANDi'ti1
TO: Daniel J Alfonso.
City Manager
4ci uN
FROM: Annie Perez, CI'PO,
Procurement Departmen Director
Iy
DATE: October 11, 2017 FILE:
SUBJECT: Recommendation to Negotiate a
Contract fora Comprehensive Stormwater Master
Plan for the City of Miami Project - B-30632A
REFERENCES: RFQ No. 16-17-041
ENCLOSURES: Evaluation Committee Score
Sheets, Evaluation Committee Appointment
Memo
Recommendation:
Based on the findings be!ow. the Procurement Department (Procurement) hereby recommends
approval to negotAte a contract with the top -ranked responsive and responsible Proposer, CDM Smith,
Inc. (CDM). pursuant to Request for Qualifications No. 16-17-041 (RFQ), for the planning and
development of a Comprehensive Storrnwater Master Plan (Plan) for the City of Miami (City).
The City°s original Stormwater Master Plan was generated in 1986. and emphasized on mainland areas,
excluding barrier islands and most coastal areas. Additionally. localized flooding of homes, businesses
and roadways including the effects of erosion and diminishing capacity of rivers and canals due to
a:cumulation. of debris and crganlc sedimentation, were evaluated. The newfy updated and
comprehensive Plan shall include. but rot limited to the following:
a} Evaluation of potential sea level rise scenarios and recommendations to raise seawall and
bulkhead elevations. proposal: of new pump stations, and installation of backflow preventers to
existing and future stormwater drainage infrastructure;
b) Recommendations to improve the resiliency of coastal and upland infrastructure, as well as, the
existing ecosystem to mitigate damages sustained from severe storm events;
c) Recommendations to address water quality and environmental issues in accordance with local,
state, and federal regulations;
d A ranking and priority list for capital projects that address stormwater drainage and water quality
improvements, as well as City maintained seawalls/bulkheads;
e) Analysis. modeling. and recommendations to reduce depth, extent, frequency, and duration of
flooding events;
f) Recommendations for conservation and reuse of stormwater;
g) Ways to improve aquifer recharge to reduce saltwater intrusion, and protect the potable water
supply;
h) Best management practices;
i) Recommendation of green design and Sustainable Engineering standards; and
j) Coordinated analysis identifying existing conditions of City parks, and major public facilities,
including transportation, parking and other infrastructure.
Background:
On May 31. 2017, the City issued RFQ No. 16-17-041 under full and open competition, to obtain
proposals from qualified and experienced professional consulting firms to develop the Plan. On July 18.
2017, five (5) 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 Subsequentlythe proposals were reviewed by Procurement for responsiveness:
all proposals were deemed responsive On August 25 2017. the proposals were further evaluated by
PR 17316 1
an Evaluation Committee (Committee), following the guidelines and tecnnical criteria published in the
RFQ The technical criteria listed below. were itemized fora maximum of one hundred (100) points per
Committee member:
1) Proposer's Qualifications and Experience.(25 points):
2) Proposer's Team Qualifications and Experience (20 points):
3) Proposers Project Manager Qualifications and Experience (15 points):
4) Design Approach and Process to Functionality/Innovation (30 points): and
5) Technical Capabilities and Methodology in Designing and Master Planning
in South Florida (10 points).
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). Furthermore.
Proposers who meet the mandatory CBE requirement and use the firms that maintain a local office, as
defined in Section 13-73 of the City of Miami Code, will qualify to receive five (5) bonus points. Two (2)
firms qualified for the bonus points: 1) AECOM Technical Services. Inc., and 2) Hazen and Sawyer.
Pre -Oral Presentation Scores:
The preliminary technical scores after the August 25. 2017 Committee greeting are as follows:
Proposer
1 Hazen and Sawyer
Technical Score
(rnax. 600)
536.85
2 , CDM Smith. Inc. 531.15
3 A.D.A. Engineering. Inc. 527.6
4 AECONI Teohnica! Services. Inc. 519.6
5 A & P Consulting Transportation Engineers. Corp. 445.9
At this meeting the Committee determined the proposals warranted further consideration: and
recommended tha: the top three ranked firms be invited back for oral presentations. The Committee's
questionslclarifcalions were provided to each firm prior to the presentations.
Post -Oral Presentation Scores:
The final technical scores after the October 6. 2017 oral presentations are as follows:
Proposer
Technical Score
(max. 600)
1 CDM Smith, Inc. 546.9
2 1 Hazen and Sawyer
531.75
3 A.D.A. Engineering. Inc. 524.55
Due diligence was conducted by Procurement, prior to the Committee meeting. on all Proposers 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 disclosed during the first evaluation meeting that he had a conflict of
interest with one of the Proposers, and was removed from the Committee. This members scores were
not included in the pre -oral scoring
Another voting Committee member. was unable to participate on the Committee due to scheduling
conflicts. and was replaced by Mr. Hector Badia
PR 17316 2
Negotiations:
The Committee recommends that the City enter into negotiations with CDM Smith, Inc. (CDM). the
highest ranked responsive and responsible Proposer. Notwithstanding the foregoing. the Committee
further recommends that if the City and CDM cannot reach an agreement. the City will terminate
negotiations with CDM and begin negotiations with the second highest ranked responsive and
responsible Proposer Hazen and Sawyer (H&S) Further, if the City and H&S cannot reach an
agreement. the City will terminate negotiations with H&S and begin negotiations with the third highest
ranked responsive and responsible Proposer, A.D.A Engineering Inc
The following individuals will participate in the negotiations along with the assigned City Attorney(s):
Lydia Osborne. PhD. CPPO, CPPB, Assistant Director, Procurement
Jeovanny Rodriguez, Director, Capital Improvement Program (CIP)
Hector Badia, Assistant Director, CIP
Keith NG, Project Manager, CIP
Hermes Diaz. Chief Engineer. Public Works Department
Giraldo Marquez. Chief Project Manager, CIP
Background Provided by the Recommended Proposer:
CDM has provided a full range of environmental services to public and private sector clients. Projects
include the City's Storm Drainage Master Plan, Wagner Creek and Seybold Stormwater Master Plan
Update: Kinlcch Basin Stormwater Model; City of Jacksonville first Master Stormwater Management
Plan; City of Miami Beach Comprehensive Master Plan; and the City of Fort Lauderdale Comprehensive
city-wide Stormwater Master Plan.
CDM offers 43 years of consecutive service in Florida. with a complete suite of services spanning from
state of the a stormwater master plans program management. management consulting and
architectural and geotechnica! engineering to design -build, construction management and operations.
CDM was ranked 24' in the top 500 design firms. 9 R for Water by Engineering News -Record (ENR) in
2017, and 5 for sanitary and storm sewers in the top 25 design firms. by ENR in 2015.
Consensus Statement:
The Committee determined that CDM. a licensed professional engineering firm, has the necessary
qualifications. relevant experience, technical capacity, and experienced personnel required to meet the
needs of the City and successfully complete the Project.
CDM has been in business since 1947, and specializes in projects involving the development of
comprehensive watershed and stormwater management programs: the use of computer models for
urban and rural stormwater management evaluations: the permitting. design, and construction of
stormwater management systems: and the assessment of institutional. regulatory, and financial needs
for stormwater management. CDM has experience on 35 stormwater programs across Florida, with 18
similar in size and complexity as the City's Stormwater Master Plan.
CDM's team is led by Project Manager, Jonathan Z. Goldman, PE, BCEE, a Miami native and a 30 year
veteran in the management of municipal programs similar to this Project. The lead engineer, Michael
F. Schmidt, PE. BCEE, DWRE. is a nationally recognized stormwater expert with 33 years of
experience. With over 400 professionals in Florida, CDM has in place the local Project staff to effectively
produce a successful comprehensive Plan. CDM proposed highly skilled experienced modelers, along
with program management. design. and permitting experience to address the complexities and inter-
dependent demands associated with the implementation, scheduling permitting and planning. and
programming experience.
The Committee relied on the resumes that were provided which detailed each of the Key Personnel's
technical qualifications number of years of experience. the number of years working in the position
identified for this Project, and project experience with projects of a similar scope and complexity In
PR 17316 3
a.d t:on. signed reference forms from past clients were prided for each Key Personnel that attest to
the performance on projects of similar scope and complexity.
CDrM's design and approach will be ccndJcted using the frm's quality management process. CDM will
use the latest. most up to date technology to serve the needs of the City. as CAD. GIS, and S't'1P N are
critical for the success of the data gathering modeling and planning,'design port on of the Plan, The
scrt•,',are capa`b'i;.t.es seamlessly integrate multiple data source format and types, and incorporation
cf ether models, CDCM's integration of other sources such as Triangular Irregular Network, Digital
Elevation Model. or Light Detecttcn and ranging data, will streamline the remodeling. analysis, and
planning process. by filing in data gaps and increasing the accuracy of the flood mapping. The firm's
extensive experience in developing coastal facility and stcrmwater management plans globally, and
introducing resiliency into new plans and designs, will help guide the City. Furthermore, CDM has
staffing support tc assist the City in seeking grant funding or bond underwriting activities if needed.
Base: on the firm's proposal and oral presentation, the Committee finds that CDM has carefully
analyzed the technica" requirements of the RFQ in order to understand every aspect of the Project. The
propose' presented a clear uncle -standing of the scope of services required and provided a task -
appropriate aper:,ach wh ch supports a close working relationship with the City to address the
complexities and challenges of the Project.
CDM has demonstrated that they eticeed the minimum qualifications and possess the technical
capabilities to perform the work as evidenced by the firm's project experience. proposed approach, and
favorable references from pas' clients. Subsequent to the approval of this recommendation,
Procurement request pricing from CDC,!. The firm's proposed price will be negotiated.
The Cc....'it`ee e} CC',►'s r-cje.t cpeenc , apprcarn and methods, to be the primary reasons in
recommending the Urm's proposal as the top ranked propose:.
Ccp:es of the score sheets a-e attached for each Committee member, as well as a composite and
aggregate score sheet.
Approved: 71 2%4f1-.� i� °(' n 'r'� Date:��� `,/L /��'
G Daniel J. Alfonso, ,City Manager
c: Alberto N, Parjus. A33ista,r' City Manager
Nzer!be Ihekwaba, PhD.. P.E.. Chief of Operations'Assistant City Manager
Fe-nando J. Casamayor, Chief Financial Officer/Assistant City Manager
Rafael Suarez -Rivas, Senior Assistant City Attorney
Annie Perez, CPPO, Director, Procurement
Jeovanny Rodriguez, P.E., Director, Office of Capital Improvements
Juvena! Santana, P.E., CFM, Director, Public Works Department
Jane Gilbert, Chief Resilience Officer
Lydia Osborne, PhD, CPPO, CPPB. Assistant Director'Chief Negotiator, Procurement
PR 17316 4