HomeMy WebLinkAboutCRA-R-18-0035 Memo - EvaluationCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jason Walker, Executive Director
Omni Community Redevelopment
Agency (Omni CRA)
FROM: Annie Perez, CPPO, Director
Department of Procurement
DATE: April 30, 2018
SUBJECT: Report of Evaluation Committee for
RFQ No. 17-18-005, Architectural and
Engineering Services for Citizens Bank Building
Restoration Project
ENCLOSURES: Response Security List,
Evaluation Committee Score Sheets, and
Evaluation Committee Appointment Memo
Back4 round
On January 25, 2017, the Department of Procurement ("Procurement°) issued Request for Qualifications
(`RFQ") No. 17-18-005 for the provision of Architectural and Engineering ("A&E") Services for Citizens
Bank Building Restoration Project ("Project"), for the Omni Redevelopment District Community
Redevelopment Agency (Omni CRA). On March 7, 2018, six (6) proposals were received in response to
this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which five (5)
proposals were deemed responsive and responsible, in accordance with the minimum, and submission
requirements of the RFQ. One (1) proposal, R.E. Chisholm Architects, Inc., was deemed non -responsive
and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of
the RFQ.
Summary of Evaluation
On April 25, 2018, the Evaluation Committee ("Committee") met and completed the evaluation of the five
(5) responsive proposals following the guidelines stipulated in the solicitation. The proposals were
evaluated pursuant to the six (6) evaluation criteria listed below:
Evaluation Criteria Maximum Points
Per Committee Member)
1. Proposer's Qualifications and Experience 25
2. Proposer's Team Qualifications and Experience 20
3. Proposer's Lead Design Architect Qualifications and Experience 15
4. Proposer's Project Manager Qualifications and Experience 15
5. Design Approach and Process 15
6. Technical Capabilities and Methodology 10
In accordance with the RFQ and the City of Miami ("City") Procurement Code, Section 18-87, as
amended, Proposers, who agreed to meet the Small Business Enterprise ("SBE") participation
requirement by assigning certified SBE firms with a "Local Office," as defined in the City Procurement
Code, Section 18-73, would be granted five (5) Bonus points. Two (2) Proposers, Gurri Matute, P.A. and
M.C. Harry and Associates, Inc., met the SBE participation requirement using the "Local Office" criteria,
and were granted five (5) Bonus points. The final scores are as follows:
Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project
Emilio T. Gonzalez, Ph.D., City Manager
Proposing Firm
Awarded Points Awarded Points
?Maximum 500 Points Percentace
1. R.J. Heisenbottle Architects, P.A. 466 93.2%
2. Gurri Matute, P.A. 463 92.6%
3. M.C. Harry and Associates, Inc. 457 91.4%
4. Rodriguez and Quiroga Architects Chartered 407 81.4%
5. The Tamara Peacock Company Architects of 337 67.4%
Florida, Inc.
The tabulation and individual Committee member score sheets are attached as supporting
documentation. The Committee voted not to hold oral presentations, as the proposals did not require
further clarification.
Reccommen cation
The Committee hereby requests authorization for Procurement, in collaboration with the nominated
Negotiations Committee, Mr. Adam Old from the Omni CRA, Mr. Warren Adams from the Planning
Department ("PD"), and Ms. Sandra Vega from the Office of Capital Improvements FOCI'), to commence
negotiations with the highest ranked firm, for a professional services agreement (PSA) for the provision of
Architectural and Engineering Services for Citizens Bank Building Restoration Project. The top three (3)
firms are the most qualified in accordance with the specifications set forth in the RFQ, and the technical
evaluation completed by the Committee. Therefore, should negotiations fail with highest ranked firm, the
Committee recommends commencing negotiations with the next ranked firm, and so on. The Committee
further recommends that Procurement be authorized to cease negotiations after a PSA is successfully
negotiated and subsequently awarded, in accordance with Section 18-87 of the City of Miami Code.
Approved:
Jason iker, Executive Director, Omni CRA
Date:
c. Emilio T. Gonzalez, Ph.D., City Manager, COM
Joseph F. Napoli, Deputy City Manager, COM
Fernando Casamayor, Assistant City Manager, COM
Nzeribe lhekwaba, Ph.D., P.E., Assistant City Manager, COM
Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM
Steven C. Williamson, Director, OCI, COM
Francisco J. Garcia, Director, Planning Department, COM
Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attorney's Office, COM
Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director/Chief Negotiator, Procurement, COM
Fernando V. Ponassi, MA Arch., MA PPA, LEEDeAP, Assistant Director, Procurement, COM
PR18003