Pinellas County Florida Banner
File #: 19-1788A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 9/30/2019 Department: Public Works
On agenda: 9/10/2020 Final action: 9/10/2020
Title: Ranking of firms and agreements for requirements of roadway transportation, civil and traffic engineering services.
Attachments: 1. FE Services Agreement with Cardno Inc, 2. FE Services Agreement with Cumbey & Fair Inc, 3. FE Services Agreement with DRMP Inc, 4. FE Services Agreement with Hardesty & Hanover LLC, 5. FE Services Agreement with HDR Engineering Inc, 6. FE Services Agreement with Johnson Mirmiran & Thompson Inc, 7. FE Services Agreement with Kisinger Campo & Associates Corp, 8. FE Services Agreement with H W Lochner Inc, 9. FE Services Agreement with Pennoni Associates Inc, 10. 9 of 9 Agreement - Pennoni, 11. 7 of 9 Agreement - JMT, 12. 6 of 9 Agreement - HW Lochner, 13. 5 of 9 Agreement - HDR, 14. 4 of 9 Agreement - DRMP, 15. 3 of 9 Agreement - Hardesty, 16. 2 of 9 Agreement - Cumbey, 17. 8 of 9 Agreement - KCA, 18. 1 of 9 Agreement - Cardno, 19. Ranking Spreadsheet
Related files: 23-0131D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and agreements for requirements of roadway transportation, civil and traffic engineering services.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreements with each of the nine highest ranked firms, as listed below, for requirements of roadway transportation, civil and traffic engineering professional services:

 

1.)                     Cardno, Inc.

2.)                     Cumbey and Fair, Inc.

3.)                     DRMP, Inc.

4.)                     Hardesty & Hanover, LLC

5.)                     HDR Engineering, Inc.

6.)                     H.W. Lochner, Inc.

7.)                     Johnson, Mirmiran, & Thompson, Inc.

8.)                     Kisinger Campo & Associates, Corp.

9.)                     Pennoni Associates, Inc.

 

                     The purpose of this continuing Consultant Competitive Negotiation Act (CCNA) contract is to have available professional engineering services for the delivery of various projects programmed in the County’s Capital Improvement Program (CIP) and other associated engineering projects, including roadway transportation, civil and traffic engineering services for various programmed projects in the CIP.

                     Award recommendation is for agreements with nine firms per CCNA requirements; the upset limit over the five-year term is $2,500,000.00 for each firm for a total of $22,500,000.00.

                     The award and agreement do not guarantee work to the firm(s).

 

Contract 190-0015-CN (SS); the upset limit over the five-year term is $2,500,000.00 for each firm, for a total of $22,500,000.00. Authorize the Chairman to sign and the Clerk of the Circuit Court 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

Deliver First Class Services to the Public and Our Customers
5.3 Ensure effective and efficient delivery of county services and support

 

Summary:

Summary

The purpose of this contract is to provide professional engineering services for the delivery of various projects programmed in the County’s Capital Improvement Program (CIP) and other associated engineering projects. Services will include, but are not limited to: project development, preliminary engineering, project management, design, survey, plans preparation, permit acquisition, construction specifications, and engineering services as may be needed, on an ongoing basis.

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

Body

 

Background Information:

A request for proposal to comply with CCNA per Florida Statute 287.005 was released on December 10, 2019 and the negotiation process concluded in July 2020.

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.

 

Fiscal Impact:

The upset limit over the five (5) year term of the contract is $2,500,000.00 for each firm for a total of $22,500,000.00.  The County Administrator has delegated authority to increase the upset limits of contract purchase orders pertaining to these agreements pending the negotiated rates remain the same.

 

This Agreement has provision for one (1) twenty-four (24) month term extension. This extension shall be exercised only if all terms and conditions remain the same pending approval by the County Administrator. Rates will be subject to negotiation based on current market conditions.

 

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:

Kelli Hammer Levy, Director, Public Works
Merry Celeste, Division Director, Purchasing & Risk, Administrative Services

 

Partners:

N/A

 

Attachments:

Agreements (9)
Ranking Spreadsheet