Pinellas County Florida Banner
File #: 15-932    Version: 1
Type: Contract/Agreement Status: Passed
File created: 12/3/2015 Department: Utilities
On agenda: 8/9/2016 Final action: 8/9/2016
Title: Ranking of firms and execution of agreements with the top 14 ranked firms for requirements of continuing utilities engineering consulting services.
Attachments: 1. FE Services Agreements for All 14 Vendors, 2. PE Reiss Agreement, 3. PE Brown & Caldwell Agreement, 4. PE Greeley Agreement, 5. PE Kimley Agreement, 6. PE Tetra Agreement, 7. PE Metzger Agreement, 8. PE Wade Agreement, 9. PE Parsons Agreement, 10. PE Jones Edmunds Agreement, 11. PE McKim Agreement, 12. PE King Agreement, 13. PE CH2M Agreement, 14. PE Carollo Agreement, 15. PE Hazen Agreement, 16. Ranking Spreadsheet
Related files: 19-1253A
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and execution of agreements with the top 14 ranked firms for requirements of continuing utilities engineering consulting services.

label

Recommended Action:

Recommended Action

Approve the ranking of firms and execution of agreements with the top fourteen (14) ranked firms for the requirements of continuing utilities engineering consulting services.

1.   Brown and Caldwell
2.   Carollo Engineers, Inc.
3.   CH2M Hill Engineers, Inc.
4.   Greeley and Hansen, LLC
5.   Hazen and Sawyer
6.   Jones Edmunds & Associates, Inc.
7.   Kimley-Horn and Associates, Inc.
8.   King Engineering Associates, Inc.
9.   McKim & Creed, Inc.
10. Metzger & Willard, Inc.
11.  Parsons Environment & Infrastructure Group Inc.
12.  Reiss Engineering, Inc.
13.  Tetra Tech, Inc.
14.  Wade Trim, Inc.

Contract 156-0127-CN (RW); the upset limit over the five (5) year term is $1,500,000.00 for each firm for a total of $21,000,000.00; Chairman to sign and Clerk of Circuit Court to attest.

Body

Strategic Plan:

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
5.1 Maximize partner relationships and public outreach

 

Summary:

The purpose of this contract is to provide utilities engineering consulting services on a continuing basis as part of the capital improvement program for pipelines, facilities, and operations of water, sanitary sewer and reclaimed water utilities. 

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

 

Background Information:

On January 22, 2016, in accordance with the Consultant Competitive Negotiation Act (CCNA), the Purchasing Department, on behalf of the Utilities Department, released a request for proposal (RFP) with the intent of obtaining the services of qualified consulting engineering firms for utilities services. The ranking of firms was completed April 22, 2016.

An agreement with each of the fourteen (14) firms has been negotiated by staff and is presented to the Board of County Commissioners for consideration. All rates for prime consultants and subconsultants were evaluated to determine competitiveness based on current market conditions.  Negotiations achieved rate reductions ranging from three (3) to thirty-three (33) 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 subconsultants 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 is $1,500,000.00 for each firm for a total of $21,000,000.00.  The County Administrator has delegated authority to increase the upset limits of contract purchase orders pertaining to this contract provided the negotiated rates remain the same.

 

Funding is derived from various Capital Improvement Program budgets and/or operating budgets per individual work assignments on a multiple year/multiple work assignment basis.

 

Staff Member Responsible:

Randi Kim, Director, Utilities
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Agreements
Ranking Spreadsheet