HomeMy WebLinkAboutMemo - Evaluation ReportCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable City of Miami Commissioners DATE: August 9, 2017 FILE:
and Honorable Mayor of the City of Miami
FROM: Daniel J. Alfonso
City Manager
SUBJECT: Report of Evaluation Committee for
RFQ No. 16-17-006, Southwest Streetscape
and Street Tree Master Plan Services
ENCLOSURES: Response Security List;
Evaluation Committee Score Sheets; Evaluation
Committee Appointment Memo
In accordance with Section 18-87, (i) of the City of Miami Code, attached please find the report of the
Evaluation Committee for subject solicitation.
AP:Io
c: Alberto N, Parjus, Assistant City Manager
Nzeribe Ihekwaba, PhD., P.E., Chief of Operations/Assistant City Manager
Fernando J. Casamayor, Chief Financial Officer/Assistant City Manager
Rafael Suarez -Rivas, Senior Assistant City Attorney
Todd B. Hannon, City Clerk
Francisco Garcia, Director, Planning and Zoning
Lydia Osborne, CPPO, Assistant Director, Procurement
PR 17269 1
CITY OF MIAMI, FLO.RIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso, DATE: August 9, 2017 FILE:
City Manager
FROM: Annie Perez, CPPO, ref'\
Procurement Department Director
SUBJECT: Recommendation to Negotiate a
Contract for Southwest Streetscape and Street
Tree Master Plan Services
REFERENCES: RFQ No. 16-17-006
ENCLOSURES: Evaluation Committee Pre and
Post Oral 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. 16-17-006
(RFQ), Southwest Streetscape and Street Tree Master Plan Services (Project), to the top -ranked
responsive and responsible Proposer, Curtis & Rogers Design Studio, Inc. (Curtis & Rogers). The scope
of the Project is to perform a full range of urban planning and design, landscape architecture and
engineering services, to create a Master Plan (Plan) and schematic design for the distinct
neighborhoods and commercial corridors within the southwestern municipal boundaries of the City of
Miami (City). The area, identified with the greatest tree canopy deficiency, consists of approximately 6.7
square miles, and is one of the City's most densely populated regions
The overall Project goal is to develop a blueprint for the City's use in the implementation of a cohesive
and meaningful vision to build upon other City planning efforts, through a creative and imaginative
design, unifying street tree canopy and water -efficient plant palette. A traffic study and parking
assessment will also be performed to evaluate existing traffic and parking conditions, and impacts on
future residents. The proposed Plan should conform to the existing Coral Way, Underline Corridors' and
Miami Green Commission Tree Master plans, and applicable provisions of Chapter 17,
Trees/Environmental Protection of the City Code.
Background:
On May 24, 2017, Procurement through the Planning and Zoning Department (P&Z), issued RFQ No.
16-17-006 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 comprehensive public
streetscape and street tree Plan. On June 27, 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. Subsequently, all 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. Design Approach and Process to Functionality/Innovation (15 points)
5. Technical Capabilities/Methodology in Designing/Master Planning in South Florida (15 points)
6. Project Management/Schedule Adherence and Plan Delivery (10 points)
PR 17269
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 who 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. One (1)
Proposer, Curtis & Rogers, qualified for the bonus points,
Preliminary Scores:
The preliminary technical scores after the July 31, 2017 Committee meeting were as follows:
Proposer
Technical Score
(max. 500)
1
Kimley-Horn and Associates, Inc.
439.75
2
Design Workshop, Inc.
431.10
3
Savino Miller Design Studio, P.A.
416.35
4
Curtis & Rogers Design Studio, Inc.
412
5
Chen Moore and Associates, Inc.
355.35
At this meeting, the Committee determined the four highest ranked proposals warranted further
consideration. The Committee decided to hold oral presentations with the four Proposers, to clarify
information on the proposals. Clarification questions, compiled by the Committee, were provided to
each Proposer in advance of the meeting. The oral presentations were convened on August 8, 2017.
Subsequent to oral presentation, the technical proposals were re-evaluated and re -scored, in
conjunction with the oral presentation.
Post -Oral Presentation Scores:
The post -oral presentation scores are as follows:
Proposer
Technical Score
(max. 500)
1
Curtis & Rogers Design Studio, Inc.
358
2
Kimley-Horn and Associates, Inc.
351
3
Design Workshop, Inc.
338*
3
Savino Miller Design Studio, P.A.
338*
*Tied Score
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 member, Devin Cejas, who was present at the pre -oral evaluation meeting, was unable to
attend the oral presentation meeting, due to illness. The remaining four (4) voting Committee members
opted to move forward with a recommendation, without Mr. Cejas.
Negotiations:
The Committee recommends that the City enter into negotiations with Curtis & Rogers, the highest
ranked responsive and responsible Proposer. Notwithstanding the foregoing, the Committee further
recommends that if the City and Curtis & Rogers cannot reach an agreement, the City will terminate
negotiations and begin negotiations with the second highest ranked responsive and responsible and
firm, Kimley-Horn and Associates, Inc. (Kimley-Horn). If the City and Kimley-Horn cannot reach an
agreement, the City will terminate negotiations and begin negotiations with the third highest ranked
responsive and responsible and firms, Design Workshop, Inc., and Savino Miller Design Studio, P.A.
PR 17269 2
The following individuals will participate in the negotiations along with the assigned City Attorney(s):
Lydia Osborne, PhD, CPPO, CPPB, Assistant Director, Procurement
Luciana L. Gonzalez, Assistant Director, P&Z
Efren Nunez, Planner III, P&Z
Devin Cejas, Zoning Administrator, P&Z
Quatisha Oguntoyinbo-Rashad, Chief of Environmental Resources, P&Z
Consensus Statement:
The Committee determined that Curtis & Rogers has the necessary qualifications, relevant experience,
technical capacity and experienced personnel required to meet the needs of the City and successfully
complete the Project.
Curtis & Rogers, founded twenty-six (26) years ago, is a Hispanic -Female owned company, licensed in
the State of Florida to provide landscape architectural services. Curtis and Rogers focus is on the
Southeast Florida region, and has extensive local experience with streetscape projects for the City of
Miami, Miami -Dade County and the Florida Department of Transportation. The firm's current
streetscape projects for the City includes: Flagler Street Reconstruction; Coconut Grove Business
Improvement District; and 15th Avenue at 8th Street Streetscape Improvements. In 2001 and 2009 Curtis
& Rogers was honored as the "Landscape Architects of the Year" by the Miami Chapter of the AIA.
Curtis & Rogers proposed a team that meets or exceeds the requisite experience for all Key Personnel
(e.g., Project Manager, Landscape Architect, Urban Designer, Environmental Specialist. Traffic
Engineer/Transportation Planner, and Community Outreach/Public Relations Specialists). The
company has grown to a staff of twelve (12) professionals, including five (5) registered landscape
architects, three (3) of whom are principals; three (3) International Society of Arboriculture (ISA)
Certified Arborists; three (3) LEED Accredited Professionals, and four (4) Landscape Inspector's
Association of Florida (LIAF) Certified Landscape Inspectors. The proposed Project Manager, Ms. Aida
Curtis, has over twenty-nine (29) years of experience on projects ranging from park design, urban
design, to corporate/commercial design. Ms. Curtis is a registered Landscape Architect in the State of
Florida, and is a member of the American Society of Landscape Architects and the International Society
of Arboriculture Certified Arborists. Ms. Curtis has been awarded the American Society of Landscape
Architects (ASLA) Certificate for Excellence in the study of Landscape Architecture. Her experience in
public projects has provided her with a depth of knowledge and strategies that can be utilized in this
Project.
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, that reflects experience in projects 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.
Curtis & Rogers 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 detailed in its
proposals, was based on a four (4) step approach to the project that includes:
1) Inventory and analysis of the existing trees within the public right of way and the species and
condition of all significant trees;
2) Solicitation of stakeholders' opinion and suggestions through interview with public officials
and community stakeholders;
3) Development and review of alternative concepts using the results of the Opportunities and
Constraints Analysis and the Stakeholder goals and objectives; and,
4) Development and documentation of the selected concepts on an overall and individual
neighborhood basis as well as the existing commercial corridors.
PR 17269 3
i
Curtis & Rogers' and their team have demonstrated that they exceed the miniMUm qualifications and
possess the technical capabilities to perform the work an evidenced by their project experience,
proposed approach and favorable recommendations from past clients. Acoord|ng|y, as outlined in the
consensus statement presented above, the Cornnni\Kae C|\8d Curtin & Rogers' project experience and
proven track /eoOn1, to be the primary reasons in recommending their Proposal as the top ranked
proposal.
Subsequent to the approval of this nsoomm8OdaM0n. Procurement will request a price proposal from
Curtis & Rogers. The firm's price will be negotiated in the best interest of the City.
Copies of the score sheets are aUedlod for each Committee member, as well as a oVnlpOSite score
On8e{.
Approved: .'' ~-- c/- Date:
Daniel J. Alfonso, City Manager
c Alberto N. PajUS. Assistant City Manager
Nzehbe|hekw8b8.PhD,P.E,Chief CfOperation S/AsuiotantCity Manager
FerOand0J. Casannayor, Chief Financial Officer/Assistant City Manager
RabnS| 8uanaz-Rivas, Senior Assistant City Attorney
Francisco J. Garci8, Director, Planning and Zoning
Lydia {}sbonl8' CPPO. Assistant Din3C1Or, Procurement
PR 17269 4
EVALUATION OF PROPOSALS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
POST ORAL SCORES
'SELECTION
PROPOSERS CRITERIA
Proposers Qualifications and Experience
Proposers Team Qualifications,
Experience and Availability
Proposer Project Managers Qualification
and Experience
Design Approach and Process to
Functionality/lnnovation
Technical Capabilities and Methodology in
i Designing and Master Planning in South
Florida
Project Nlanagement/Schedule Adherence
and Plan Delivery
CBE Participation
TOTAL TECHNICAL POINTS
Maximum Maximum
Points Total Points
Per Member (5members)
25 125
20 100
15 75
15 75
15 75
10 50
5
505
COMPOSITE
CURTIS & ROGERS
DESIGN STUDIO, INC.
92
74
55
45
55
DESIGN WORKSHOP, INC.
86
59
48
60
55
30
KIMLEY-HORN AND SAVINO MILLER DESIGN
ASSOCIATES, INC. STUDIO, P.A.
92
75
56
43
54
31
351
RANKING
SIGNATURE:
Chairperson:
Reviewed by:
3
2
84
72
52
54
51
25
338
3
8,30,201r
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
POST ORAL SCORES
QUATISHA OGUNTOYINBO-RASHAD, CHIEF OF ENVIRONMENTAL RESOURCES, P&Z
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP,
INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and Experience
25
24
24
24
21
Proposer's Team Qualifications,
Experience and Availability
20
18
15
19
18
Proposer Project Manager's Qualification
and Experience
15
13
11
13
10
Design Approach and Process to
F tionality/Innovation
15
8
15
13
13
Technical Capabilities and Methodology in
Designing and Master Planning in South
Florida
15
13
14
14
11
Project Management/Schedule Adherence
and Plan Delivery
10
8
9
9
92
7
TOTAL TECHNICAL POINTS
100
,
84
88
7
80
8110/2017
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
POST ORAL SCORES
CESAR GARCIA-PONS, ASSOCIATE PRINCIPAL, PERKINS + WILL, INC
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP, INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and
Experience
25
23
22
23
23
Proposer's Team Qualifications,
Experience and Availability
20
20
16
18
18
Proposer Project Manager's
Qualification and Experience
15
14
13
15
14
Design Approach and Process to
F. ztionality/Innovation
15
13
15
13
13
Technical Capabilities and
Methodology in Designing and Master
Planning in South Florida
15
15
14
14
14
Project Management/Schedule
Adherence and Plan Delivery
10
9
10
9
8
TOTAL TECHNICAL POINTS
100
94
90
92
90
8/10f2017
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
POST ORAL SCORES
MERCEDES SOSA, ENGINEER, DEPARTMENT OF PUBLIC WORKS, MDC
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP, INC,
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and
Experience
25
25
20
25
20
Proposer's Team Qualifications,
Experience and Availability
20
18
10
20
18
Proposer Project Manager's
Qualification and Experience
15
15
10
15
15
Design Approach and Process to
F ,.1tionality/Innovation
15
14
15
12
13
Technical Capabilities and Methodology
in Designing and Master Planning in
South Florida
15
13
12
13
12
Project Management/Schedule
Adherence and Plan Delivery
10
-.-,Av.r,-o,s.A.F.w....-m.,.A.-m--,-,A.4.,f...,,,,A.-
5
3
5
2
,,,,
TOTAL TECHNICAL POINTS
100
90
70
90
80
800/2017
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
POST ORAL SCORES
ROBERTO ROV1RA, ASSOCIATE PROFESSOR FIU LAEUD
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHO P, INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER DESIGN
STUDIO, P.A.
Proposer's Qualifications and Experience
25
20
20
20
20
Proposer's Team Qualifications,
Experience and Availability
20
18
18
18
18
Proposer Project Manager's Qualification
and Experience
15
13
14
13
13
Design Approach and Process to
F Aionality/Innovation
15
10
15
5
15
Technical Capabilities and Methodology in
Designing and Master Planning in South
Florida
15
14
15
13
14
Project Management/Schedule Adherence
and Plan Delivery
10
10
8
8
8
TOTAL TECHNICAL POINTS
100
85
90
77
88
8/10,2017
EVALUATION OF PROPOSALS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
SELECTION
PROPOSERS CRITERIA
'
1
Maximum ! Maximum
Points I Total Points
Per Member (5embers)
CHEN MOORE AND
ASSOCIATES, INC.
• :
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP,
INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER DESIGN
STUDIO, P.A.
Proposer's Qualifications and Experience
25
125
104
108 109.5
113.75
110.25
Proposer's Team Qualifications,
Experience and Availability
20
100
79
80
76
93
86
Proposer Project Manager's Qualification
'and Experience
15
75 50.5
68.75
60.25
69.75
62.35
Design Approach and Process to
15
Functionality/Innovation
75
49.5
55.5
75
..—I
58.25
66.25
'Technical Capabilities and Methodology in
Designing and Master Planning in South
'Florida
1
15
1'
75 48.35
65.75
66.35
67.5
63.5
!Project Management/Schedule Adherence
land Plan Delivery
10
50
24
29 44
37.5
28
CBE Participation
5,,,
gialairetiasi
5 -"IIIIIIIIMIPI'-
,
TOTAL TECHNICAL POINTS i 100
,,
, 525
I 355.35
.
412
431.1
439.75
416.35
RANKING
5
4
2
1
3
SIGNATURE:
Chairperson:
Reviewed by:
PRINT NAME:
2cA"fi_.
,•••••.m
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
QUATISHA OGUNTOYINBO-RASHAD, CHIEF OF ENVIRONMENTAL RESOURCES, P&Z
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CHEN MOORE AND
ASSOCIATES, INC.
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN
WORKSHOP. INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and Experience
25
20
20
22.5
23.75
21.25
Proposer's Team Qualifications,
Experience and Availability
20
18
18
19
19
18
Proposer Project Manager's Qualification
and Experience
15
7.5
12.75
11.25
12.75
7.35
Design Approach and Process to
Functionality/Innovation
15
13.5
7.5
15
14.25
11.25
Technical Capabilities and Methodology in
Designing and Master Planning in South
Florida
15
7.35
12.75
13.35
13.5
10.5
Project Management/Schedule Adherence
and Plan Delivery
10
0
0
9
8.5
0
CBE Participation
TOTAL TECHNICAL POINTS
100
71
•
90.1
68.35
66.35
91.75
17
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
DEVIN CEJAS, ZONING ADMINISTRATOR, P&Z
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CHEN MOORE AND
ASSOCIATES, INC.
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN
WORKSHOP, INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposers Qualifications and Experience
25
18
22
25
22
22
Proposer's Team Qualifications,
Experience and Availability
20
15
15
18
16
17
Proposer Project Manager's Qualification
and Experience
15
11
12
15
13
13
Design Approach and Process to
Functionality/Innovation
15
8
12
15
10
14
hnical Capabilities and Methodology
in Designing and Master Planning in
South Florida
15
5
10
11
13
13
Project Management/Schedule
Adherence and Plan Delivery
10
4
8
7
8
8
CBE Participation
TOTAL TECHNICAL POINTS
.._
79
91
82
87
100
61
8/1012017
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
MERCEDES SOSA, ENGINEER, DEPARTMENT OF PUBLIC WORKS, MDC
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CHEN MOORE AND
ASSOCIATES, INC.
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP, INC.
KINILEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and
Experience
25
25
22
20
25
25
Proposer's Team Qualifications,
Experience and Availability
20
10
12
5
20
20
Proposer Project Manager's
Qualification and Experience
15
8
15
8
15
15
Design Approach and Process to
Functionality/Innovation
15
10
10
15
12
15
TPthnical Capabilities and Methodology
ii ..i.signing and Master Planning in
South Florida
15
13
13
13
13
15
Project Management/Schedule
Adherence and Plan Delivery
10
2
2
8
2
2
CBE Participation
--------- '-"--
69
87
1 92
TOTAL TECHNICAL POINTS
_ .
100
,
68
74
8/10i2017
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
ROBERTO ROVIRA, ASSOCIATE PROFESSOR FIU LAEUD
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CHEN MOORE AND
ASSOCIATES, INC.
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP, INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER DESIGN
STUDIO, P.A.
Proposer's Qualifications and Experience
25
22
21
20
20
23
Proposer's Team Qualifications,
Experience and Availability
20
20
15
18
20
15
Proposer Project Manager's Qualification
and Experience
15
13
15
13
14
15
Design Approach and Process to
Functionality/Innovation
15
7
13
15
$
12
Technical Capabilities and Methodology in
D jning and Master Planning in South
Florida
15
12
15
15
15
13
Project Management/Schedule Adherence
and Plan Delivery
10
10
10
10
10
10
CBE Participation
TOTAL TECHNICAL POINTS
100
84
89
91
87
88
EVALUATION OF QUALIFICATIONS
RFP NO. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
PRE -ORAL SCORES
CESAR GARCIA-PONS, ASSOCIATE PRINCIPAL, PERKINS + WILL, INC
SELECTION
PROPOSERS CRITERIA
Maximum
Points
CHEN MOORE AND
ASSOCIATES, INC.
CURTIS & ROGERS
DESIGN STUDIO, INC.
DESIGN WORKSHOP, INC.
KIMLEY-HORN AND
ASSOCIATES, INC.
SAVINO MILLER
DESIGN STUDIO, P.A.
Proposer's Qualifications and
Experience
25
19
23
22
23
19
Proposer's Team Qualifications,
Experience and Availability
20
16
20
16
18
16
Proposer Project Manager's
Qualification and Experience
15
11
14
13
15
12
Design Approach and Process to
Functionality/Innovation
15
11
13
15
14
14
T^^hnical Capabilities and
i .nodology in Designing and Master
Planning in South Florida
15
11
15
9
n.�r„
14
10
13
9
12
Project Management/Schedule
Adherence and Plan Delivery
10
8
8
(CBE Participation
.q,,u..s
a.....::.. t
TOTAL TECHNICAL POINTS
100
76
94
, �.t ,x
90
�w ,: ,..ten. v. L.. . -e:m
92
_. ...., .c,.
..._r..a, ..mw.......__.
81
.a7, >
8/10,2017