Summary:
A Request for Proposal (RFP) was issued on February 20, 2017, to select a qualified firm to provide Executive Level Disaster Consulting Services. Five (5) responsive proposals were received and reviewed by an Advisory Committee comprised of the following individuals:
Michael Carroll, Solid Waste Division Manager, Public Works, Chairperson |
Laurie Nossair, Deputy City Clerk |
William Spinelli, Controller, Business and Financial Services Division |
Ashley Connolly, Fiscal Manager, Public Works Department |
Manuel Soto, Jr., Emergency Manager, Fire Support Services |
Based on the information presented in the proposals and the evaluation criteria set forth in the RFP, the firms were ranked by the Advisory Committee in the following order:
Ranking
|
Firm
|
Location
|
1
|
Witt O’Brien’s, LLC1
|
Washington, DC
|
2
|
Tetra Tech, Inc.
|
Maitland, FL
|
3
|
Atkins North America, Inc.
|
Orlando, FL
|
4
|
GP Strategies Corporation
|
Columbia, MD
|
5
|
David M. Shapiro Disaster Planning and Recovery Consultants, Inc.
|
Boca Raton, FL
|
The initial contract term is three (3) years with an option to renew for two (2) additional one (1) year terms. This is a stand by contract for comprehensive homeland security and emergency management consulting services designed to address strategic preparedness, mitigation, response and recovery efforts. There is no cost or obligation of City funds until a firm is activated for planning, consulting or in response to a declared disaster (most of the cost should be eligible for Federal and State reimbursement). The City of Orlando anticipates receiving FEMA reimbursement when this contract is utilized, thus requiring adherence to Federal 2 CFR 200.321. The Contractor must take all necessary affirmative steps to assure that minority and women business enterprises are used when possible. |
Recommended Action:
Approval of the ranking established by the Advisory Committee and approval and authorization for the Chief Procurement Officer to negotiate and execute a contract and subsequent renewals with the top ranked firm, Witt O’Brien’s, LLC, as indicated above. If negotiations are not successful with the top ranked firm, approval and authorization for the Chief Procurement Officer to negotiate with the remaining firms in ranked order and execute a contract and subsequent renewals as indicated above, with the highest ranked firm with whom agreement is reached. The final negotiated agreement will be subject to review and approval by the City Attorney’s Office. |