Subject:
Title
Ranking of firms and execution of agreements with the top five ranked firms for requirements of continuing environmental engineering consulting services including environmental assessment and remediation activities.
label
Recommended Action:
Recommended Action
Approve the ranking of firms and execution of agreements with the top five (5) ranked firms for requirements of continuing environmental and engineering consulting services including environmental assessment and remediation activities:
1. Arcadis U.S., Inc.
2. HSW Engineering, Inc.
3. Professional Service Industries, Inc.
4. S&ME, Inc.
5. Terracon Consultants, Inc.
Contract No. 156-0008-CN(RW); the upset limit over the five (5) year term is $500,000.00 for each firm for a total of $2,500,000.00; Chairman to sign and Clerk of Circuit Court to attest.
Body
Strategic Plan:
Practice Superior Environmental Stewardship
3.3 Protect and improve the quality of our water, air, and other natural resources
Foster Continued Economic Growth and Vitality
4.3 Catalyze redevelopment through planning and regulatory programs
Deliver First Class Services to the Public and Our Customers
5.2 Be responsible stewards of the public’s resources
Summary:
The purpose of this contract is to provide environmental and engineering consulting services on a continuing basis to support site investigations, brownfield redevelopment, and other environmental cleanup projects requiring expertise in site assessment, cleanup and support services.
The firms, in order of ranking, are attached on the ranking spreadsheet.
Background/Explanation:
On October 30, 2015, in accordance with the Consultant Competitive Negotiation Act (CCNA), the Purchasing Department on behalf of the Real Estate Management Department, released a request for proposal (RFP) with the intent of obtaining the services of qualified consulting engineering firms for environmental, real estate, and engineering projects.
An agreement with each of the five (5) ranked firms has been negotiated by staff and is presented to the Board of County Commissioners for consideration. All rates for prime consultants and sub-consultants were evaluated to determine competiveness based on current market conditions. Negotiations achieved rate reductions ranging from three (3%) to forty seven (47%) percent as compared to the original submittals.
The hourly rates provided by all firms are fully burdened including labor, direct and indirect overhead, profit, and travel within the Tampa Bay Metropolitan Statistical Area (TBMSA). Travel outside of the TBMSA will be reimbursed in accordance with Florida Statutes. There is no markup allowed for sub-consultants and the rates are fixed for the term of the contract. The contract term is five (5) years and is effective upon execution of the agreement. The County reserves the right to renegotiate rates if there is substantial change in market conditions.
Fiscal Impact:
The upset limit over the five (5) year term of the contract is $500,000.00 for each firm for a total of $2,500,000.00.
The County Administrator has delegated authority to increase the upset limits of contract purchase orders pertaining to this contract pending the negotiated rates remaining the same.
Funding is derived through various Capital Improvement Program budgets and/or operating budgets per individual work assignments on a multiple year/multiple work assignment basis.
Staff Member Responsible:
Andrew W. Pupke, Director, Real Estate Management
Joe Lauro, Director, Purchasing
Partners:
N/A
Attachments:
Agreements
Ranking Spreadsheet