Skip to main content
Pinellas County Logo
File #: 25-2047A    Version: 1
Type: Contract/Agreement Status: Consent Agenda
File created: 12/31/2025 Department: Utilities
On agenda: 4/21/2026 Final action:
Title: Ranking of firms and agreements with four firms for the requirements of Vertical Projects 2026-2031 - Utilities Professional Engineering Services.
Attachments: 1. Final Agreement - Carollo, 2. Final Agreement - Hazen, 3. Final Agreement - Mckim, 4. Final Agreement - Wright, 5. Ranking

Subject:

Title

Ranking of firms and agreements with four firms for the requirements of Vertical Projects 2026-2031 - Utilities Professional Engineering Services.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreements with four firms for the requirements of Vertical Projects 2026-2031 - Utilities Professional Engineering Services.

 

1.)                      Carollo Engineers Inc.

2.)                      Wright-Pierce

3.)                      Hazen and Sawyer

4.)                      McKim & Creed

 

                     This contract provides Utilities with continuing professional engineering services on an assignment-by-assignment, work order basis.

                     Ten submittals were received with award recommendation to the top four firms in the total amount of $3,000,000.00 ($750,000.00 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.

                     Vertical projects are building or facility-related at plant operations, pump stations, buildings and facilities - not horizontal assets like water and sewer mains.

                     These are as-needed contracts and funding is not fully represented in the Fiscal Year (FY) 2026-2031 Capital Improvement Plan or the FY26 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.

 

Contract No. 26-0034-RFQ-CCNAC in the amount of $750,000.00 per vendor for a five-year total not to exceed contract amount of $3,000,000.00; 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.  Vertical projects will be used for building or facility-related work such as plants, pump stations, buildings, and structural facility improvements.

Body

 

Background Information:

A request for proposal to comply with CCNA per Florida Statute 287.005 was released on October 24, 2025, and the negotiation process concluded in March 2026.

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 TBMSA will be reimbursed in accordance with Section 112.061.

 

Fiscal Impact:

Award not-to-exceed                                          $3,000,000.00

 

Funding for this contract is not fully represented in the Fiscal Year 2026 - 2031 (FY26-31) Capital Improvement Plan or the FY26 Operating Budget because the contract establishes a not to exceed value, with obligation occurring upon issuance of work order assignments (purchase orders). The Department may appropriate the full not-to-exceed amount or less. operating and capital funds. Future year funding is dependent on approval in the annual budget.

 

Staff Member Responsible:

Jeremy Waugh, Director of Utilities
Merry Celeste, Division Director of Purchasing, Office of Management & Budget
Chris Rose, Director of Office of Management & Budget

 

Partners:

N/A

 

Attachments:

Final Agreements
Ranking