Pinellas County Florida Banner
File #: 16-441A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 3/14/2016 Department: Public Works
On agenda: 5/10/2016 Final action: 5/10/2016
Title: Ranking of firms and execution of agreement with King Engineering Associates, Inc. for professional consulting services for the Cross Bayou Canal flood control improvement project.
Attachments: 1. FE Agreement with King Engineering Associates Inc, 2. RFP Submittal - King, 3. Final - Agreement, 4. Final - Contract Review, 5. Final - Location Map, 6. Final - Project Financial Overview 002124A - FY16, 7. Final - Ranking Spreadsheet

Subject:

Title

Ranking of firms and execution of agreement with King Engineering Associates, Inc. for professional consulting services for the Cross Bayou Canal flood control improvement project.

label

Recommended Action:

Recommended Action

Approve the ranking of firms and agreement with the number one ranked firm, King Engineering Associates, Inc., for professional consulting services for the Cross Bayou Canal flood control improvement project.  Chairman to sign and Clerk of the Court to attest.

Contract No. 145-0035-NC (SS), in the amount of $741,494.00 from the notice to proceed date for 1,060 consecutive calendar days.

Body

Strategic Plan:

Practice Superior Environmental Stewardship
3.3 Protect and improve the quality of our water, air, and other natural resources

Foster Continual Economic Growth and Vitality
4.4 Invest in infrastructure to meet current and future needs

Deliver First Class Services to the Public and Our Customers
5.2 Be responsible stewards of the public’s resources

 

Summary:

This contract is for professional engineering consulting services related to the Cross Bayou Canal Flood Control Improvement Project (Project).  The Project is subdivided into three (3) phases:

Phase I  consists of collecting, assimilating, and analyzing key base data; identifying permitting constraints; and preparation of a draft project management plan and schedule;

Phase II services consist of alternative analysis and a preliminary engineering report;

Phase III services provides for the development of plans, specifications, construction cost estimates, acquisition of all environmental permits, and all other construction phase services as needed. 

Determination of the final approach to the Project, through Phases II and III services, will be dependent upon the completion of Phase 1 services.  Hence, the latter phases will become more defined as the initial phase is completed.

The Project shall be developed and delivered to the standards and expectations of submitting to the Institute for Sustainable Infrastructure (ISI) for a Bronze recognition or greater per the ISI Envision Infrastructure Rating System.

The firms in order of ranking are attached on the ranking spreadsheet.

 

Background/Explanation:

The Cross Bayou Canal (CBC) was constructed in 1916 to provide drainage improvements for the County.  The CBC watershed is located in the central part of the County and encompasses approximately 7,697 acres.  A feasibility study and the development of the Watershed Management Plan (WMP) was completed in 2013.

A Request for Qualifications (RFQ) to comply with the Consultants Competitive Negotiation Act (CCNA) per Florida Statute 287.055 was released on December 19, 2014 and the negotiation and scoping process was concluded in March 2016.   The research and clarification process pertaining to land and easement ownership (County, City and private landowners) greatly protracted the final project scoping resulting in the long time frame between the release of the RFQ and recommendation for award.

The project design, permitting, assessment and construction phases are expected to be completed within one thousand, sixty (1,060) consecutive calendar days.

The contract includes negotiated fully 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 of Florida Statutes.

 

Fiscal Impact:

Basic services not to exceed:                                                                                    $331,494.00

Optional services not to exceed:                                                                                    $  30,000.00

Phase II and Phase III services not to exceed:                                          $380,000.00

Total expenditure not to exceed:                                                                                    $741,494.00

 

Funding for this Project is derived through the Infrastructure Sales Tax (Penny for Pinellas) and is a capital improvement planned project budgeted in the Fiscal Year 2016 through 2025 Capital Improvement Program.

 

Staff Member Responsible:

Pick Tally, Director, Public Works
Rahim Harji, Stormwater and Vegetation Division Manager, Public Works
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Contract Review
Agreement
Ranking Spreadsheet
Location Map
Project Financial Overview