Pinellas County Florida Banner
File #: 16-1718A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 9/21/2016 Department: Public Works
On agenda: 6/20/2017 Final action: 6/20/2017
Title: Ranking of firms and agreements with 10 firms for requirements of continuing construction engineering and inspection consultant services.
Attachments: 1. FE Agreements for Contract 167-0010-CN, 2. RS&H Agreement, 3. Parsons Transportation Agreement, 4. Metzger & Willard Agreement, 5. KCI Agreement, 6. KCCS Agreement, 7. HDR Agreement, 8. H2R Corp Agreement, 9. H.W. Lochner Agreement, 10. Cardno Agreement, 11. AECOM Agreement, 12. Ranking Spreadsheet
Related files: 22-0942D, 23-0131D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and agreements with 10 firms for requirements of continuing construction engineering and inspection consultant services.

label

Recommended Action:

Recommended Action

Approve the ranking of firms and execution of agreements with ten (10) firms for requirements of construction engineering and inspection (CEI) consulting services.

1.   AECOM Technical Services, Inc.
2.   HDR Construction Control Corporation
3.   KCI Technologies, Inc.
4.   KCCS, Inc.
5.   RS&H, Inc.
6 (tie).   Metzger Willard, Inc
6 (tie).   Parsons Transportation Group, Inc.
8.   H2R Corp
9.   H.W. Lochner, Inc.
10. Cardno, Inc.

Contract 167-0010-CN(RW); in the annual amount of $12,000,000.00 for a five (5) year total of $60,000,000.00; Chairman to sign and Clerk of Court to attest.

Body

Strategic Plan:

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

 

Summary:

The purpose of this contract is to provide construction engineering and inspection (CEI) consulting services on a continuing basis to assist with the implementation of the Capital Improvement Program.

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

 

Background Information:

A request for proposal to comply with the Consultants Competitive Negotiation Act (CCNA) per Florida Statute 287.005 was released on January 18, 2017 and the negotiation process concluded in May 2017.

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, Florida Statutes.

All rates for prime consultants and sub-consultants were evaluated to determine competitiveness based on current market conditions. Negotiations achieved rate reductions ranging from three (3) to forty-eight (48) percent as compared to the original submittals.

 

Fiscal Impact:

The upset limit over the contract term of five years is $6,000,000.00 for each firm for a total of $60,000,000.00.

 

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:

Rahim Harji, Director, Public Works
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Agreements (10)
Ranking Spreadsheet