Pinellas County Florida Banner
File #: 19-769A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 5/8/2019 Department: Utilities
On agenda: 1/28/2020 Final action: 1/28/2020
Title: Ranking of firms and agreement with Ardurra Group, Inc. for professional engineering services pertaining to the South Cross Bayou Dewatering Enhancement project.
Attachments: 1. FE Engineering Services Agreement with Ardurra Group Inc, 2. Agreement, 3. Ranking Spreadsheet
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and agreement with Ardurra Group, Inc. for professional engineering services pertaining to the South Cross Bayou Dewatering Enhancement project.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreement with Ardurra Group, Inc. for professional engineering services for the South Cross Bayou Dewatering Enhancement project.

 

                     The contract is for professional engineering services for design and rehabilitation of the existing electrical system, a new or rehabilitated conveyance system, new or rehabilitated piping system, new polymer storage and feed system.

                     Award recommendation is the Ardurra Group, Inc. per the Consultant Competitive Negotiation Act in the amount of $983,533.76.

                     Three Small Business Enterprise firms are included with Ardurra’s submittal for structural engineer, electrical engineering, and instrumentation and controls services.

 

Contract No. 189-0371-NC (SS); in the amount of $983,533.76.  The design, permitting, bidding and construction administration process are expected to be completed within one thousand and twenty-five consecutive calendar days. Authorize the Chairman to sign and the Clerk of the 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
5.2 Be responsible stewards of the public’s resources
5.3 Ensure effective and efficient delivery of county services and support

 

Summary:

The contract is for professional engineering services for design and rehabilitation of the existing electrical system, a new or rehabilitated conveyance system, new or rehabilitated piping system, new polymer storage and feed system.

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

 

Background Information:

The County owns and operates the 35-acre South Cross Bayou Water Reclamation Facility (SCBWRF) located in the south-central region of Pinellas County.  The facility treats a permitted 33 million gallons of wastewater per day annual average daily flow with the capability to process biosolids from both SCBWRF and William E. Dunn Water Reclamation Facility.  The dewatering increases the biosolids concentration to between 20%-24% prior to feeding into the adjacent regional solids drying and palletization facility operated by Synagro Technologies, Inc., for the County.

The final negotiated agreement includes a not-to-exceed amount of $983,533.76, inclusive of $894,533.76 for basic design services, and $89,000.00 for owner contingency services.

The design, permitting, bidding and construction administration phases are expected to be completed within one thousand and twenty-five (1,025) consecutive calendar days.

A Request for Qualifications (RFQ) to comply with CCNA per Florida Statute 287.055 was released July 9, 2019; the negotiation and scoping process was concluded in December 2019.

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.

 

Fiscal Impact:

Basic Services not-to-exceed:                      $894,533.76

Contingency:                                                                $  89,000.00

Total expenditure not-to-exceed:                      $983,533.76

 

Funding for this project is derived from the Capital Improvement Program: Sewer Renewal and Replacement allocation, funded from the Sewer Funds.

 

Staff Member Responsible:

Megan Ross, Director, Utilities
Merry Celeste, Division Director, Purchasing and Risk Management

 

Partners:

N/A

 

Attachments:

Agreement
Ranking Spreadsheet