Title
A Resolution of the City Commission accepting the recommendation of the Chief Procurement Officer to award RFQ 2024-023 for Civil & Environmental Engineering Services and negotiate a Professional Services Agreement (“Agreement”) with AECOM Technical Services, Inc., Ardurra Group, Inc., Hazen and Sawyer, Kimley-Horn and Associates, Inc., Milian Swain & Associates, Inc., and NOVA Consulting Services, Inc the six (6) highest ranked responsive-responsible proposers, pursuant to Section 2-763 of the Procurement Code entitled “Contract Award” and Florida Statute 287.055, known as the “Consultants Competitive Negotiation Act” (CCNA).
Lobbyist: N/A
Body
The City’s Public Works Department requires a pool of qualified professionals to provide civil & environmental engineering services with the qualifications and ability to assist and act as a technical resource for civil & environmental engineering consulting services on an “as-needed basis”.
On August 8, 2024, the Procurement Division of Finance formally advertised, issued, and distributed Civil & Environmental Engineering Services, Request for Qualification (RFQ) 2024-023 with the intent to qualify a pool of up to six (6) firms. One hundred and fifty-six (156) prospective proposers were notified by INFOR, the City’s web-based e-Procurement service. On September 20, 2024, eighteen (18) firms submitted proposals in response to the RFQ: AECOM Technical Services, Inc., Ardurra Group, Inc., C.A.P Engineering, Inc., CES Consultants, Inc., Chen Moore and Associates, Inc., CONNECT Engineering, LLC., CPH Consulting, LLC, Hazen and Sawyer, Hitek Engineering, Inc., Jacobs Engineering Group, Inc., Keith and Associates, Inc. dba KEITH, Kimley-Horn and Associates, Inc., Milian, Swain & Associates, Inc., Nova Consulting, Inc., Ribbeck Engineering, Inc., Robayna and Associates, Inc., Volkert, Inc., and Zipa Builders, LLC.
On January 23 and 24, 2025, the Evaluation Committee convened to evaluate fifteen (15) responsive and responsible proposals and ranked the firms in the following order: Hazen and Sawyer, (top ranked), Ardurra Group, Inc., (second ranked), Kimley-Horn and Associates, Inc. (third ranked), Milian Swain & Associates, (fourth ranked), AECOM Technical Services (fifth ranked) and NOVA Consulting (sixth ranked). The Evaluation Committee recommended that the City negotiate with the top six (6) responsive-responsible proposers to provide the requested services.
The Evaluation Committee further recommended that should negotiations fail with any of the top six (6) ranked firms, negotiations could be conducted with the next three (3) ranked firms Jacobs Engineering Group, Inc, Chen Moore and Associates, Inc. and Keith and Associate, Inc. dba KEITH.
The Chief Procurement Officer recommends accepting the Evaluation Committee’s recommendation to award and negotiate Agreements with the top six (6) responsive-responsible proposers to provide the requested services for an initial three (3) year term with two (2) one-year renewals.
Recommended Action
[Enter Recommended Action Here]