Pinellas County Florida Banner
File #: 17-2068A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 11/27/2017 Department: Airport
On agenda: 8/21/2018 Final action: 8/21/2018
Title: Ranking of firms and execution of agreement with Kimley-Horn and Associates, Inc. for professional engineering services for the Runway 18-36 Rehabilitation project at the St. Pete-Clearwater International Airport.
Attachments: 1. FE Professional Services Agreement with Kimley-Horn, 2. Agreement, 3. Ranking Spreadsheet
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and execution of agreement with Kimley-Horn and Associates, Inc. for professional engineering services for the Runway 18-36 Rehabilitation project at the St. Pete-Clearwater International Airport.

label

 

Recommended Action:

Recommended Action

Approval and execution of agreement with Kimley-Horn and Associates, Inc., for professional engineering services for design and construction administration services of the Runway 18-36 Rehabilitation project at St. Pete-Clearwater International Airport (Airport).

Contract No. 178-0102-NC (SS); in the amount of $1,563,848.25 for thirty-six (36) consecutive calendar months 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
4.5 Provide safe and effective transportation systems to support the efficient flow of motorists, commerce, and regional connectivity

 

Summary:

This contract is for professional engineering services for design and construction administration services.  The project involves pavement rehabilitation of Runway 18-36, the Airport’s primary runway. Design includes the milling and replacement of the existing asphalt surface pavement, and the replacement of the runway lighting and signage system.

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

 

Background Information:

The last pavement rehabilitation of Runway 18-36 was performed in 2008. During the past ten (10) years, the Airport has experienced a robust growth of the air carrier operations. Due to this increase of operations, the pavement has experienced distresses such as longitudinal joint separation, weathering, and slippage cracking. These distresses are creating a safety concern to aircraft due to foreign object debris (FOD), which can be detrimental to aircraft if this debris is ingested by the engines.

The final negotiated agreement includes a not-to-exceed amount of $1,563,848.25, inclusive of $1,446,089.25 for basic design services, $100,000.00 for owner contingency services, and $17,759.00 for optional utility mapping and subsurface utility engineering (SUE) services.

The design, permitting, bidding and construction administration phase are expected to be completed within thirty-six (36) consecutive calendar months from the notice to proceed date.

A Request for Qualifications (RFQ) to comply with the Consultants Competitive Negotiation Act (CCNA) per Florida Statute 287.055 was released on January 11, 2018 and the negotiation and scoping process was concluded in July 2018.

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 Federal Aviation Administration (FAA). The remaining design costs and owners contingency services will be derived from the Airport Fund’s Capital Improvement Program (CIP) reserve budget and Florida Department of Transportation (FDOT). The optional construction administration services will be dependent upon the completion of design services.

 

Basic services not-to-exceed:                      $1,446,089.25

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

Optional services not-to-exceed:                      $     17,759.00

Total expenditure not-to-exceed:                      $1,563,848.25

 

FAA Share 2018:                      $1,038,363.00

FDOT Share 2018:                      $     57,687.00

Airport Share 2018:                      $   157,687.252

FAA Share 2019:                     $   279,101.001

 

FDOT Share 2019:                     $     15,505.003

 

Airport Share 2019:                     $     15,505.003

Total Amount:                      $1,563,848.25

 

1 NOTE:  $254,545.00 of Construction Administration will be funded by next year’s FY2019 FAA Entitlement Grant (90% of $282,828.00).  $24,556.00 of Bidding Services will be funded by next year’s FY2019 FAA Entitlement Grant (90% of $27,284.00).  Bidding Services is a construction function and the FAA requested the County submit these costs in next year’s grant application.

2 NOTE:  Airport Share 2018 includes the $100,000.00 Contingency Services.

3 NOTE:  Airport Share 2019 and FDOT Share 2019 includes the Local and State Share of the Construction Administration of $14,141.00 each and Bidding Services of $1,364.00 each.

 

Staff Member Responsible:

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

 

Partners:

Federal Aviation Administration
Florida Department of Transportation

 

Attachments:

Agreement
Ranking Spreadsheet