File #: 18-0915    Version: Name: PSEN-18-02 - Approve Pool of Professional Service Providers (Architectural, Engineering, Surveying & Mapping)
Type: Bid Status: Passed
File created: 8/14/2018 In control: City Commission
On agenda: 9/17/2018 Final action: 9/17/2018
Title: MOTION TO APPROVE THE FINDINGS AND RECOMMENDATION OF THE EVALUATION COMMITTEE FOR PSEN-18-02 “PROFESSIONAL SERVICE PROVIDERS (ARCHITECTURAL, ENGINEERING, SURVEYING & MAPPING)" AND TO APPROVE THE FOLLOWING POOL OF PROFESSIONAL SERVICE PROVIDERS UNDER EACH OF THE TEN FOLLOWING PROFESSIONAL SERVICE DISCIPLINES: 1. GENERAL CIVIL AND ENVIRONMENTAL ENGINEERING A.D.A. ENGINEERING, INC AMBRO, INC BAXTER & WOODMAN, INC. (MATTHEWS CONSULTING) CALVIN, GIORDANO & ASSOCIATES, INC CES CONSULTANTS, INC CHEN MOORE AND ASSOCIATES, INC CPH, INC CRAVEN, THOMPSON & ASSOCIATES, INC EBS ENGINEERING, INC ENGENUITY GROUP, INC FLORIDA TECHNICAL CONSULTANTS, LLC INGEMEL S.A. LLC KIMLEY-HORN AND ASSOCIATES, INC PREMIERE DESIGN SOLUTIONS R.J. BEHAR & COMPANY, INC SALTZ MICHELSON ARCHITECTS, INC 2. TREATMENT PLANT PROCESS ENGINEERING CALVIN, GIORDANO & ASSOCIATES, INC CAROLLO ENGINEERS, INC CPH, INC INGE...
Sponsors: Purchasing
Attachments: 1. 1. Professional Service Disciplines (35 Recommended Vendors), 2. 2. Evaluation Committee - Conflict of Interest Forms, 3. 3. 2018-09-05 Meeting Minutes, 4. 4. 2018-08-14 Meeting Minutes, Summary Rankings, and Score Sheets, 5. 5. PSEN-18-02 - Bid Tabulation, 6. 6. Submittal from CPZ Architects, Inc., 7. 7. Submittal from AMBRO, Inc., 8. 8. Submittal from Bailey Engineering Consultants, Inc., 9. 9. Submittal from Craven, Thompson & Associates, Inc., 10. 10. Submittal from Slattery - Associates Architects Planners, Inc., 11. 11. Submittal from GFA International, Inc., 12. 12. Submittal from Miller Legg & Associates, Inc., 13. 13. Submittal from CPH, Inc., 14. 14. Submittal from Carollo Engineers, Inc., 15. 15. Submittal from Connect Consulting, Inc., 16. 16. Submittal from CES Consultants, Inc., 17. 17. Submittal from Avirom & Associates, Inc., 18. 18. Submittal from EBS Engineering, Inc., 19. 19. Submittal from 3FM Engineering, Inc., 20. 20. Submittal from Engenuity Group, Inc., 21. 21. Submittal from CES Engineering Services, LLC (Consulting Engineering Services), 22. 22. Submittal from Tierra South Florida, Inc., 23. 23. Submittal from A.D.A. Engineering, Inc., 24. 24. Submittal from Chen Moore and Associates, Inc., 25. 25. Submittal from Baxter-Woodman, Inc. (Matthews Consulting), 26. 26. Submittal from R.J. Behar & Company, Inc., 27. 27. Submittal from MARLIN Engineering, Inc., 28. 28. Submittal from Ingemel S.A. LLC, 29. 29. Submittal from Synalovski Romanik Saye, LLC, 30. 30. Submittal from Calvin, Giordano - Associates, Inc., 31. 31. Submittal from Biscayne Engineering Company, Inc., 32. 32. Submittal from Florida Technical Consultants, LLC, 33. 33. Submittal from Cartaya and Associates, P.A., 34. 34. Submittal from Kimley-Horn and Associates, Inc., 35. 35. Submittal from Saltz Michelson Architects, Inc., 36. 36. Submittal from Debora L. Fields (DL Fields Consultants, LLC), 37. 37. Submittal from Lakdas-Yohalem Engineering, Inc., 38. 38. Submittal from Premiere Design Solutions, 39. 39. Submittal from Netta Architects, LLC, 40. 40. Submittal from Keith and Schnars, P.A., 41. 41. PSEN-18-02 - Professional Service Providers (Architectural, Engineering, Surveying & Mapping)

Title

MOTION TO APPROVE THE FINDINGS AND RECOMMENDATION OF THE EVALUATION COMMITTEE FOR PSEN-18-02 “PROFESSIONAL SERVICE PROVIDERS (ARCHITECTURAL, ENGINEERING, SURVEYING & MAPPING)" AND TO APPROVE THE FOLLOWING POOL OF PROFESSIONAL SERVICE PROVIDERS UNDER EACH OF THE TEN FOLLOWING PROFESSIONAL SERVICE DISCIPLINES:

 

     1. GENERAL CIVIL AND ENVIRONMENTAL ENGINEERING

     A.D.A. ENGINEERING, INC

     AMBRO, INC

     BAXTER & WOODMAN, INC. (MATTHEWS CONSULTING)

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     CHEN MOORE AND ASSOCIATES, INC

     CPH, INC

     CRAVEN, THOMPSON & ASSOCIATES, INC

     EBS ENGINEERING, INC

     ENGENUITY GROUP, INC

     FLORIDA TECHNICAL CONSULTANTS, LLC

     INGEMEL S.A. LLC

     KIMLEY-HORN AND ASSOCIATES, INC

     PREMIERE DESIGN SOLUTIONS

     R.J. BEHAR & COMPANY, INC

     SALTZ MICHELSON ARCHITECTS, INC

 

     2. TREATMENT PLANT PROCESS ENGINEERING

     CALVIN, GIORDANO & ASSOCIATES, INC

     CAROLLO ENGINEERS, INC

     CPH, INC

     INGEMEL S.A. LLC

     KIMLEY-HORN AND ASSOCIATES, INC

 

     3. ELECTRICAL ENGINEERING

     3FM ENGINEERING, INC

     A.D.A. ENGINEERING, INC

     BAILEY ENGINEERING CONSULTANTS, INC

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES ENGINEERING SERVICES, LLC (CONSULTING ENGINEERING SERVICES)

     INGEMEL S.A. LLC

     KIMLEY-HORN AND ASSOCIATES, INC

     SALTZ MICHELSON ARCHITECTS, INC

 

     4. GEOTECHNICAL

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     GFA INTERNATIONAL, INC

     KIMLEY-HORN AND ASSOCIATES, INC

     SALTZ MICHELSON ARCHITECTS, INC

     TIERRA SOUTH FLORIDA, INC

 

     5. STRUCTURAL ENGINEERING

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     INGEMEL S.A. LLC

     KIMLEY-HORN AND ASSOCIATES, INC

     LAKDAS-YOHALEM ENGINEERING, INC

     R.J. BEHAR & COMPANY, INC

     SALTZ MICHELSON ARCHITECTS, INC

 

     6. LAND SURVEYING

     AVIROM & ASSOCIATES, INC

     BAXTER & WOODMAN, INC. (MATTHEWS CONSULTING)

     BISCAYNE ENGINEERING COMPANY, INC

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     CPH, INC

     CRAVEN, THOMPSON & ASSOCIATES, INC

     ENGENUITY GROUP, INC

     INGEMEL S.A. LLC

     KEITH AND SCHNARS, P.A

     KIMLEY-HORN AND ASSOCIATES, INC

     MARLIN ENGINEERING, INC

     MILLER LEGG & ASSOCIATES, INC

     PREMIERE DESIGN SOLUTIONS

     SALTZ MICHELSON ARCHITECTS, INC

 

     7. GENERAL ARCHITECTURAL

     CALVIN, GIORDANO & ASSOCIATES, INC

     CARTAYA AND ASSOCIATES, P.A

     CPH, INC

     CPZ ARCHITECTS, INC

     DEBORA L. FIELDS (DL FIELDS CONSULTANTS, LLC)

     NETTA ARCHITECTS, LLC

     SALTZ MICHELSON ARCHITECTS, INC

     SLATTERY & ASSOCIATES ARCHITECTS PLANNERS, INC

     SYNALOVSKI ROMANIK SAYE, LLC

 

     8. LANDSCAPE ARCHITECTURE

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     CHEN MOORE AND ASSOCIATES, INC

     CPH, INC

     CRAVEN, THOMPSON & ASSOCIATES, INC

     KEITH AND SCHNARS, P.A

     KIMLEY-HORN AND ASSOCIATES, INC

     MILLER LEGG & ASSOCIATES, INC

     SALTZ MICHELSON ARCHITECTS, INC

 

     9. HYDRO-GEOLOGICAL

     CALVIN, GIORDANO & ASSOCIATES, INC

     CONNECT CONSULTING, INC

     GFA INTERNATIONAL, INC

     KIMLEY-HORN AND ASSOCIATES, INC

 

     10. FDOT ROADWAY ENGINEERING

     A.D.A. ENGINEERING, INC

     CALVIN, GIORDANO & ASSOCIATES, INC

     CES CONSULTANTS, INC

     CPH, INC

     KEITH AND SCHNARS, P.A

     KIMLEY-HORN AND ASSOCIATES, INC

     MARLIN ENGINEERING, INC

     PREMIERE DESIGN SOLUTIONS

     R.J. BEHAR & COMPANY, INC

     SALTZ MICHELSON ARCHITECTS, INC

 

Summary Explanation and Background

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  On June 6, 2018, the City Commission authorized the advertisement of PSEN-18-02 “Professional Service Providers (Architectural, Engineering, Surveying & Mapping)", which was advertised on June 26, 2018.

 

2.  The purpose of this solicitation was to provide various Professional Services that the City may need or that may arise, in accordance with the Consultant's Competitive Negotiation Act (CCNA - Florida Statute 287.055).  Services may include, however is not limited to, the need of the selected professionals to create specifications, designs/plans, design criteria packages, etc.  The solicitaiton allowed for firms to submit responses to qualify for one, multiple or all of the ten following Professional Service disciplines below:

 

     - General Civil and Environmental Engineering

     - Treatment Plant Process Engineering

     - Electrical Engineering

     - Geotechnical

     - Structural Engineering

     - Land Surveying

     - General Architectural

     - Landscape Architecture

     - Hydro-Geological

     - FDOT Roadway Engineering

 

3.  On July 24, 2018, the City opened thirty seven (37) proposals, for various professional service disciplines, from the following vendors (as shown in the attached bid tabulation):

 

     Vendor Name          

     CPZ Architects, Inc.

     AMBRO, Inc.

     Bailey Engineering Consultants, Inc.

     Craven, Thompson & Associates, Inc.

     Slattery & Associates Architects Planners, Inc.

     GFA International, Inc.

     Miller Legg & Associates, Inc.

     CPH, Inc.

     Carollo Engineers, Inc.

     Connect Consulting, Inc.

     CES Consultants

     Avirom & Associates, Inc.

     EBS Engineering, Inc.

     3FM Engineering, Inc.

     Engenuity Group, Inc.

     CES Engineering Services, LLC (Consulting Engineering Services)

     Tierra South Florida, Inc.

     Professional Service Industries, Inc.

     A.D.A. Engineering, Inc.

     Chen Moore and Associates, Inc.

     Baxter & Woodman, Inc. (Matthews Consulting)

     R.J. Behar & Company, Inc.

     MARLIN Engineering, Inc.

     Ingemel S.A. LLC

     Synalovski Romanik Saye, LLC

     Calvin, Giordano & Associates, Inc.

     Biscayne Engineering Company, Inc. 

     Florida Technical Consultants, LLC

     Cartaya and Associates, P.A.

     Kimley-Horn and Associates, Inc.

     Saltz Michelson Architects, Inc.

     Debora L. Fields (DL Fields Consultants, LLC)

     Lakdas-Yohalem Engineering, Inc.

     SSN Engineering, LLC

     Premiere Design Solutions

     Netta Architects, LLC

     Keith and Schnars, P.A.

 

4.  On August 14, 2018, the City convened an evaluation committee to evaluate the qualifications of the proposers based on the weighted criteria provided for in the RFQ documents and listed below:

   

     - Capabilities (30%)

     - Adequacy of Personnel (20%)

     - Past Record (20%)

     - Experience (of the firm or individual) (25%)

     - Certified Minority Business Enterprise (5%)

 

5.  At the August 14, 2018 meeting, the evaluation committee discussed various items including the documents that were submitted.  As a result, the evaluation committee made a motion to deem Professional Service Industries, Inc. as non-qualified due to their selection on the Equal Benefits Certification Form stating that the “Contractor will not comply with the conditions of this section at the time of award.”  In addition, the evaluation committee also deemed SSN Engineering, LLC as non-qualified as they did not make any selection on the Sworn Statement on Public Entity Crimes Form.  The evaluation committee then ranked the remaining vendors and broke the tied ranks, in the order shown below:

 

     Final     Tied   

     Rank    Rank    Vendor Name

        1            1        CPH, Inc.

        2            2        Calvin, Giordano & Associates, Inc.

        3            3        Carollo Engineers, Inc.

        4            4        CES Consultants

        5            5        Tierra South Florida, Inc.

        6            5        Keith and Schnars, P.A.

        7            7        Kimley-Horn and Associates, Inc.

        8            8        Miller Legg & Associates, Inc.

        9            9        Saltz Michelson Architects, Inc.

       10           9        Chen Moore and Associates, Inc.

       11           9        Synalovski Romanik Saye, LLC

       12          12       Cartaya and Associates, P.A.

       13          13       R.J. Behar & Company, Inc.

       14          14       EBS Engineering, Inc.

       15          15       Debora L. Fields (DL Fields Consultants, LLC)

       16          15       MARLIN Engineering, Inc.

       17          17       Premiere Design Solutions

       18          18       CPZ Architects, Inc.

       19          18       A.D.A. Engineering, Inc.

       20          20       Craven, Thompson & Associates, Inc.

       21          21       Bailey Engineering Consultants, Inc.

       22          21       GFA International, Inc.

       23          21       CES Engineering Services, LLC (Consulting Engineering Services)

       24          24       Connect Consulting, Inc.

       25          24       Lakdas-Yohalem Engineering, Inc.

       26          26       Slattery & Associates Architects Planners, Inc.

       27          27       Ingemel S.A. LLC

       28          28       Baxter & Woodman, Inc. (Matthews Consulting)

       29          28       AMBRO, Inc.

       30          30       Engenuity Group, Inc.

       31          31       Netta Architects, LLC

       32          32       Florida Technical Consultants, LLC

       33          33       Avirom & Associates, Inc.

       34          34       Biscayne Engineering Company, Inc.

       35          35       3FM Engineering, Inc.

    

6.   Based on the scoring results, the evaluation committee approved a motion to recommend the City Commission to approve the top ten ranked firms to be used in the pool of professional service providers.

 

7.  At the request of City Administration, the evaluation committee reconvened on September 5, 2018, with the direction to re-evaluate and recommend all qualified proposers to be included in the pool of vendors in lieu of shortlisting the proposers.

 

8.  At the September 5, 2018 meeting, the evaluation committee approved a motion to recommend the following 35 firms to be used in the pool of professional service providers in no particular order.  Below is a breakdown of the 35 firms, based on the ten separate professional service disciplines:

 

     1. General Civil and Environmental Engineering (16 firms)

     A.D.A. Engineering, Inc

     AMBRO, Inc

     Baxter & Woodman, Inc. (Matthews Consulting)

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Chen Moore and Associates, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     EBS Engineering, Inc

     Engenuity Group, Inc

     Florida Technical Consultants, LLC

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Premiere Design Solutions

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

     2. Treatment Plant Process Engineering (5 firms)

     Calvin, Giordano & Associates, Inc

     Carollo Engineers, Inc

     CPH, Inc

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

 

     3. Electrical Engineering (8 firms)

     3FM Engineering, Inc

     A.D.A. Engineering, Inc

     Bailey Engineering Consultants, Inc

     Calvin, Giordano & Associates, Inc

     CES Engineering Services, LLC (Consulting Engineering Services)

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Saltz Michelson Architects, Inc

 

     4. Geotechnical (6 firms)

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     GFA International, Inc

     Kimley-Horn and Associates, Inc

     Saltz Michelson Architects, Inc

     Tierra South Florida, Inc

 

     5. Structural Engineering (7 firms)

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Lakdas-Yohalem Engineering, Inc

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

     6. Land Surveying  (15 firms)

     Avirom & Associates, Inc

     Baxter & Woodman, Inc. (Matthews Consulting)

     Biscayne Engineering Company, Inc

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     Engenuity Group, Inc

     Ingemel S.A. LLC

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     MARLIN Engineering, Inc

     Miller Legg & Associates, Inc

     Premiere Design Solutions

     Saltz Michelson Architects, Inc

 

     7. General Architectural (9 firms)

     Calvin, Giordano & Associates, Inc

     Cartaya and Associates, P.A

     CPH, Inc

     CPZ Architects, Inc

     Debora L. Fields (DL Fields Consultants, LLC)

     Netta Architects, LLC

     Saltz Michelson Architects, Inc

     Slattery & Associates Architects Planners, Inc

     Synalovski Romanik Saye, LLC

 

     8. Landscape Architecture (9 firms)

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Chen Moore and Associates, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     Miller Legg & Associates, Inc

     Saltz Michelson Architects, Inc

 

     9. Hydro-Geological (4 firms)

     Calvin, Giordano & Associates, Inc

     Connect Consulting, Inc

     GFA International, Inc

     Kimley-Horn and Associates, Inc

 

     10. FDOT Roadway Engineering (10 firms)

     A.D.A. Engineering, Inc

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     CPH, Inc

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     MARLIN Engineering, Inc

     Premiere Design Solutions

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

9.  The 35 vendors have completed the Equal Benefits Certification Form.  AMBRO Inc. and CES Engineering Services, LLC (Consulting Engineering Services) have stated that the "Contractor will comply with the conditions of this section at the time of contract award." 3FM Engineering, Inc. and Florida Technical Consultants, LLC have utilized the following allowable exemption, stating that “the Contractor does not provide benefits to employees’ spouses in traditional marriages.” The remaining firms have stated that the "Contractor currently complies with the requirements of this section."

 

10.  After the City Commission approves the pool of qualified vendors for the specific professional service disciplines, the City shall follow the process below:

 

PROCESS FOR COMPETITIVE SELECTION OF PROFESSIONAL SERVICE PROVIDERS FROM THE PRE-QUALIFIED POOL FOR PROJECTS

 

In accordance with Florida Statute 287.055(4) “Competitive Selection”:

 

(A) For each proposed project, the City’s Administrative Staff shall evaluate the current statements of qualifications and performance data on file for the pre-qualified pool of professional services providers, together with those that may be submitted by other firms, in response to a formal solicitation, regarding the proposed project.  In addition, the City’s Administrative Staff shall conduct discussions with, and may require public presentations by, no fewer than three firms regarding their:

 

     (1)          Qualifications;

     (2)          Approach to the project; and

     (3)          Ability to furnish the required services;

 

(B) The City’s Administrative Staff shall select in order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services.  In determining whether a firm is qualified, the agency shall consider such factors as the:

 

     (1)          Ability of professional personnel;

     (2)          Past performance;

     (3)          Willingness to meet time and budget requirements;

     (4)          Location;

     (5)          Recent, current, and projected workloads of the firms; and

     (6)          Volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms.

 

(C) This subsection does not apply to a professional service contract for a project in which the basic construction cost is estimated by the City to be less than $325,000 (the threshold amount provided in s. 287.017 for CATEGORY FIVE) or for a planning or study activity when the fee for professional services is less than $35,000 (the threshold amount provided in s. 287.017 for CATEGORY TWO).

 

(D) Nothing in this section shall be construed to prohibiting the use of a continuing contract between a firm and the City or any other options available to the City.

 

(E)    Please note the City may request, accept, and consider proposals for the compensation only during the competitive negotiations section below.

 

PROCESS FOR COMPETITIVE NEGOTIATION

 

In accordance with Florida Statute 287.055(5) “Competitive Negotiation”:

 

(A) The City’s Administrative Staff shall negotiate a contract with the most qualified firm for professional services at compensation which the City determines is fair, competitive and reasonable.  In making such determination, the City’s Administrative Staff shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. For any lump-sum or cost-plus-a-fixed-fee professional service contract over $195,000 (the threshold amount provided in s. 287.017 for CATEGORY FOUR), the City shall require the firm receiving the award to execute a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Any professional service contract under which such a certificate is required must contain a provision that the original contract price and any additions thereto will be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made within 1 year following the end of the contract.

 

(B) Should the City’s Administrative Staff be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the City’s Administrative Staff determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The City’s Administrative Staff shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the City’s Administrative Staff must terminate negotiations. The City’s Administrative Staff shall then undertake negotiations with the third most qualified firm.

 

(C) Should the City’s Administrative Staff be unable to negotiate a satisfactory contract with any of the selected firms, the City’s Administrative Staff shall select additional firms in the order of their competence and qualification and continue negotiations in accordance with this subsection until an agreement is reached.

 

(D) After the City’s Administrative Staff have come to an agreement with the selected firm, and the compensation exceeds the threshold stated in the City’s Procurement Code for Commission Approval ($25,000), the City’s Administrative Staff shall draft an agenda item for approval by the City Commission to award the specific project to the selected firm.

 

11.  Request Commission to approve the findings and recommendation of the evaluation committee for PSEN-18-02 “Professional Service Providers (Architectural, Engineering, Surveying & Mapping)" and to approve the following pool of professional service providers under each of the ten following professional service disciplines:

 

     1. General Civil and Environmental Engineering

     A.D.A. Engineering, Inc

     AMBRO, Inc

     Baxter & Woodman, Inc. (Matthews Consulting)

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Chen Moore and Associates, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     EBS Engineering, Inc

     Engenuity Group, Inc

     Florida Technical Consultants, LLC

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Premiere Design Solutions

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

     2. Treatment Plant Process Engineering

     Calvin, Giordano & Associates, Inc

     Carollo Engineers, Inc

     CPH, Inc

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

 

     3. Electrical Engineering

     3FM Engineering, Inc

     A.D.A. Engineering, Inc

     Bailey Engineering Consultants, Inc

     Calvin, Giordano & Associates, Inc

     CES Engineering Services, LLC (Consulting Engineering Services)

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Saltz Michelson Architects, Inc

 

     4. Geotechnical

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     GFA International, Inc

     Kimley-Horn and Associates, Inc

     Saltz Michelson Architects, Inc

     Tierra South Florida, Inc

 

     5. Structural Engineering

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Ingemel S.A. LLC

     Kimley-Horn and Associates, Inc

     Lakdas-Yohalem Engineering, Inc

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

     6. Land Surveying

     Avirom & Associates, Inc

     Baxter & Woodman, Inc. (Matthews Consulting)

     Biscayne Engineering Company, Inc

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     Engenuity Group, Inc

     Ingemel S.A. LLC

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     MARLIN Engineering, Inc

     Miller Legg & Associates, Inc

     Premiere Design Solutions

     Saltz Michelson Architects, Inc

 

     7. General Architectural

     Calvin, Giordano & Associates, Inc

     Cartaya and Associates, P.A

     CPH, Inc

     CPZ Architects, Inc

     Debora L. Fields (DL Fields Consultants, LLC)

     Netta Architects, LLC

     Saltz Michelson Architects, Inc

     Slattery & Associates Architects Planners, Inc

     Synalovski Romanik Saye, LLC

 

     8. Landscape Architecture

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     Chen Moore and Associates, Inc

     CPH, Inc

     Craven, Thompson & Associates, Inc

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     Miller Legg & Associates, Inc

     Saltz Michelson Architects, Inc

 

     9. Hydro-Geological

     Calvin, Giordano & Associates, Inc

     Connect Consulting, Inc

     GFA International, Inc

     Kimley-Horn and Associates, Inc

 

     10. FDOT Roadway Engineering

     A.D.A. Engineering, Inc

     Calvin, Giordano & Associates, Inc

     CES Consultants, Inc

     CPH, Inc

     Keith and Schnars, P.A

     Kimley-Horn and Associates, Inc

     MARLIN Engineering, Inc

     Premiere Design Solutions

     R.J. Behar & Company, Inc

     Saltz Michelson Architects, Inc

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost:  None at this time.

b)   Amount budgeted for this item in Account No: Funds are budgeted in various divisions under object code # 31100 (Professional Services - Engineering). 

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   5 year projection of the operational cost of the project: Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable.