City of Coral Gables

File #: 19-8985    Version: 1 Name: RFQ 2019-015 Civil and Environmental Eng Services
Type: Resolution Status: Adopted
File created: 7/22/2019 In control: City Commission
On agenda: 8/27/2019 Final action: 8/27/2019
Enactment date: 8/27/2019 Enactment #: 2019-258
Title: A Resolution accepting the recommendation of the Procurement Officer to award RFQ 2019-015 for Civil and Environmental Engineering Services and negotiate a Professional Services Agreement (“Agreement”) with Hazen And Sawyer, 300 Engineering Group, P.A., Tetra Tech, Inc., Milian, Swain & Associates, Inc., Jacobs Engineering Group, Inc., and Nova Consulting, Inc., the six (6) highest ranked responsive-responsible proposers, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.
Attachments: 1. Signed Resolution 2019-258, 2. Draft Agenda Memo_Civil and Env_RFQ 2019-015, 3. Draft Resolution_Civil and Env_RFQ 2019-015, 4. Award Recommendation Signed Memorandum, 5. Composite Score Sheet, 6. Ranking (Firms by Alphabetical Order), 7. Ranking (Firms by Rank Order), 8. RFQ 2019-015 Civil and Environmental, 9. Hazen and Sawyer, 10. 300 Engineering-Submittal-RFQ 2019-015, 11. Tetra Tech, 12. Milian, Swain, and Associates, 13. Jacobs, 14. Nova Consulting, 15. Verbatim Transcript - CCMtg August 27 2019 - Agenda Item I-3 - Resolution accepting recommendation of Procurement Officer to award RFQ

Title

A Resolution accepting the recommendation of the Procurement Officer to award RFQ 2019-015 for Civil and Environmental Engineering Services and negotiate a Professional Services Agreement (“Agreement”) with Hazen And Sawyer, 300 Engineering Group, P.A., Tetra Tech, Inc., Milian, Swain & Associates, Inc., Jacobs Engineering Group, Inc., and Nova Consulting, Inc., the six (6) highest ranked responsive-responsible proposers, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.

 

Body

The City’s Public Works Department requires the services of professional engineering firms, per the requirements of Florida Statute 287.055 (CCNA), with the qualifications and ability to provide Civil and Environmental Engineering Services, that may include: planning and general civil engineering design services, water and sanitary sewer systems, paving and drainage assessments and design, environmental engineering and hazard mitigation strategies. Due to some projects being eligible for Federal financial assistance by the Federal Emergency Management Agency (“FEMA”), a contract, established in accordance with the Federal Procurement Standards outlined in Title 2 C.F.R. § 200.317 to 200.326, is required.

 

To fulfill this current need, on May 3, 2019, the Procurement Division of Finance formally advertised, issued, and distributed Civil and Environmental Engineering Services, Request for Qualifications (RFQ) 2019-015. One-hundred sixty-one (161) prospective proposers downloaded the RFQ package from Public Purchase, the City’s web based e-Procurement service.

 

On Thursday, May 30, 2019, 24 (twenty-four) firms submitted proposals in response to the RFQ: 300 Engineering Group, P.A., A&P Consulting Transportation Engineering, Corp., A.D.A. Engineering, Inc., Alvarez Engineers, Inc., BCC Engineering, LLC, Chen Moore and Associates, Inc., Coastal Systems International, Inc., CSA Central, Inc., David Plummer & Associates, EAC Consulting, Inc., EXP U.S. Services, Inc., Gresham Smith, Hazen and Sawyer, Jacobs Engineering Group, Inc., Keith and Associates, Inc. d/b/a KEITH, Kimley-Horn and Associates, Inc., Milian, Swain & Associates, Inc., Nova Consulting, Inc., Pistorino & Alam Consulting Engineers, Inc., SRS Engineering, Inc., Stantec Consulting Services, Inc., Tetra Tech, Inc., T.Y. Lin International, WSP USA, Inc.

 

On Wednesday July 10, 2019 and Thursday, July 11, 2019, the Evaluation Committee convened to evaluate a total of twenty-four (24) responsive proposals and recommended to award the RFQ and negotiate a Professional Services Agreement (“Agreement”) with the six (6) highest ranked responsive-responsible proposers: Hazen And Sawyer, 300 Engineering Group, P.A., Tetra Tech, Inc., Milian, Swain & Associates, Inc., Jacobs Engineering Group, Inc., and Nova Consulting, Inc.

 

The Evaluation Committee further recommended that should negotiations fail with any of the six (6) highest ranked responsive-responsible proposers, that negotiations commence with the next most responsive-responsible proposer (up to the twelfth ranked proposer) until an Agreement satisfactory to the City has been reached.

 

The Public Works Department and Procurement Officer recommends accepting the Evaluation Committee’s recommendation.