Pinellas County Florida Banner
File #: 16-030A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 1/11/2016 Department: Airport
On agenda: 9/14/2016 Final action: 9/14/2016
Title: Ranking of firms and execution of agreement with Michael Baker International, Inc., for professional consulting services for design and construction administration of a new In-Line Checked Baggage Inspection System in the Ticketing-A area at the St. Pete-Clearwater International Airport (companion to item no. 19).
Attachments: 1. FE Engineering Services Agreement with Michael Baker Intl Inc, 2. 156-0141-NC Final Agreement, 3. 156-0141-NC Michael Baker Final Ranking Spreadsheet
Related files: 16-1296A

Subject:

Title

Ranking of firms and execution of agreement with Michael Baker International, Inc., for professional consulting services for design and construction administration of a new In-Line Checked Baggage Inspection System in the Ticketing-A area at the St. Pete-Clearwater International Airport (companion to item no. 19).

label

Recommended Action:

Recommended Action

Approve the ranking of firms and agreement with the number one ranked firm, Michael Baker International, Inc. (Baker), for professional consulting services for design and construction administration services of an In-Line Checked Baggage Inspection System (CBIS) for Ticketing-A at the St. Pete-Clearwater International Airport (Airport).

Contract No. 156-0141-NC (SS); in the amount of $1,570,301.70 for 1,480 consecutive calendar days from notice to proceed date.  Chairman to sign and Clerk to attest.

Body

Strategic Plan:

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

 

Summary:

This contract is for the requirements of professional consulting services for design and construction administration services for a new In-Line CBIS in Ticketing-A.  Services to be provided by Baker include all architecture and engineering services for pre-design, schematic design, design development, final construction documents, bid phase services, and construction administration services.

This recommended action is a companion project to agenda item 19 (Resolution approving Other Transaction Agreement by the U.S. Department of Homeland Security, Transportation Security Administration).

 

Background Information:

The Airport intends to design and construct an In-Line CBIS in Ticketing-A that will provide a greater baggage throughput than the current stand-alone CBIS, processing checked luggage at a rate that will support Allegiant’s current and future baggage processing needs when they relocate to Ticketing-A.

The project scope includes designing new conveyor components, mechanical, electrical, structural, and telecommunication infrastructure to accommodate Transportation Security Administration’s (TSA) explosive detection system equipment to screen baggage.

A Request for Qualifications (RFQ) to comply with the Consultants Competitive Negotiation Act (CCNA) per Florida Statute 287.055 was released on February 11, 2016 and the negotiation and scoping process was concluded in July 2016.

The final negotiated agreement includes a not-to-exceed amount of $1,570,301.70, inclusive of $970,301.70 for basic design services, $100,000.00 for owner contingency services, and $500,000.00 for optional construction administration services for the In-Line CBIS project. 

The design, permitting, bidding, and construction administration phase are expected to be completed within one thousand four hundred eighty (1,480) 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:

Eligible design and contingency services will be partially funded by the TSA through an Other Transaction Agreement (OTA).  The remaining design costs and owners contingency services will be funded by the Airport reserve budget and Florida Department of Transportation.  The optional construction administration services will be dependent upon the completion of design services and partially funded by a future TSA OTA grant for construction.

 

Basic services not-to-exceed:                                           $  970,301.70

Contingency services not-to-exceed:                                          $  100,000.00

Optional “construction administration” services not-to-exceed:                       $  500,000.00

Total expenditure not-to-exceed:                                             $1,570,301.70

 

TSA Share:                     $   753,979.00

FDOT Share:                     $   300,000.00

Airport Share:                     $   516,322.70

Total Amount:                     $1,570,301.70

 

Staff Member Responsible:

Thomas Jewsbury, Director, Airport
Joe Lauro, Director, Purchasing

 

Partners:

Florida Department of Transportation
Transportation Security Administration

 

Attachments:

Agreement
Ranking Spreadsheet