Subject:
Title
Ranking of firms and agreements with fourteen firms for the requirements of Utilities Professional Engineering Services 2026-2031.
label
Recommended Action:
Recommended Action
Approval of the ranking of firms and agreements with fourteen firms for the requirements of the Utilities Professional Engineering Services 2026-2031.
1) Advanced Engineering & Design, Inc.
2) Black & Veatch Corporation
3) Brown and Caldwell
4) Carollo Engineers, Inc.
5) CDM Smith, Inc.
6) Freese and Nichols, Inc.
7) Hazen and Sawyer
8) HDR Engineering, Inc.
9) Jacobs Engineering Group, Inc.
10) Jones Edmunds & Associates, Inc.
11) McKim & Creed, Inc.
12) Mead & Hunt, Inc.
13) Stantec Consulting Services, Inc.
14) Wright-Pierce, Inc.
• This contract will provide Utilities with continuing professional engineering services on an assignment-by-assignment, work order basis.
• 31 submittals were received with award recommendation to the top 24 firms in the total amount of $42,000,000.00 ($3M per firm) for a five-year term.
• All recommended firms have committed to utilizing certified Small Business Enterprise (SBE) firms for engagements resulting from this contract. When the County utilizes a firm the requesting department will ensure SBEs are used.
• This contract is used on an as-needed basis with no obligation to spend the full amount or to spend in any given year. Funding is included in the Utilities Department FY 2026 Adopted Budget in multiple operating and capital funds. Future year funding is dependent on approval in the annual budget.
Contract No. 25-0545-RFQ-CCNAC in the amount of $3,000,000.00 per vendor for a five-year total not to exceed contract amount of $42,000,000.00; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.
Body
Strategic Priorities:
Resilient Infrastructure and Environment
1.2 Maintain and enhance County infrastructure
1.6 Ensure sustainable water management
Summary:
Summary
This contract provides professional engineering services as needed to implement the Utilities Department Capital Improvement Program (CIP) water, wastewater, and reclaimed water infrastructure replacements as well as indirect/operating projects including, but not limited to planning, studies, and assessments.
Body
Background Information:
A request for proposal to comply with CCNA per Florida Statute 287.005 was released on May 22, 2025, and the negotiation process concluded in September 2025.
The contract includes negotiated burdened hourly rates including all labor, direct/indirect overhead, margins/profits, and travel within the Tampa Bay Metropolitan Statistical Area (TBMSA). Travel outside of the TBMSA will be reimbursed in accordance with Section 112.061, Florida Statutes.
Fiscal Impact:
Award not-to-exceed amount: $42,000,000.00
Funding for this contract is not fully represented in the FY25-30 Capital Improvement Plan or the FY25 Operating Budget because the contract establishes a not to exceed value, with obligation occurring upon issuance of work order assignments (purchase orders). Funding is determined by the individual work order assignment sourced to the agreement, and actual expenditures are contingent upon work completed. The Department may appropriate the full not-to-exceed amount or less.
Staff Member Responsible:
Jeremy Waugh, Director, Utilities
Merry Celeste, Purchasing Division Director, Office of Management & Budget
Chris Rose, Director, Office of Management & Budget
Partners:
N/A
Attachments:
Agreements (14)
Ranking