Loading...
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