Loading...
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