Pinellas County Florida Banner
File #: 19-1905A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 10/11/2019 Department: Public Works
On agenda: 10/20/2020 Final action: 10/20/2020
Title: Ranking of firms and agreements for requirements of parks and trails professional engineering services.
Attachments: 1. Executed Ayres Agreement, 2. Executed Cardno Agreement, 3. Executed GAI Agreement, 4. Executed Pennoni Agreement, 5. 1 of 4 - Agreement - Ayres, 6. 2 of 4 - Agreement - Cardno, 7. 3 of 4 - Agreement - GAI, 8. 4 of 4 - Agreement - Pennoni, 9. 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 parks and trails professional engineering services.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreements with each of the four highest ranked firms, as listed below, for requirements of parks and trails professional engineering services:

 

1.)                     Ayres Associates, Inc.

2.)                     Cardno, Inc.

3.)                     GAI Consultants, Inc.

4.)                     Pennoni Associates, Inc.

 

                     The purpose of this continuing Consultant Competitive Negotiation Act (CCNA) contract pertains to the availability of professional engineering services for the delivery of various projects programmed in the County’s Capital Improvement Program and other associated engineering projects, including parks and trails engineering services.

                     Award recommendation with four firms per CCNA requirements; the upset limit over the five-year term is $1,600,000.00 for each firm for a total of $6,400,000.00.

                     Ayres Associates, Inc., Cardno, Inc., GAI Consultants, Inc., and Pennoni Associates, Inc. have committed to utilizing multiple certified Small Business Enterprises (SBE) for engagements resulting from this contract. Percentage goals are not established for CCNA continuing contracts. When the County utilizes a firm for an engagement, the requesting department working with Economic Development will ensure SBEs are utilized.


Contract 190-0030-CN (SS); the upset limit over the five-year term is $1,600,000.00 for each firm, for a total of $6,400,000.00. Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Plan:

Practice Superior Environmental Stewardship
3.2 Preserve and manage environmental lands, beaches, parks, and historical assets
3.3 Protect and improve the quality of our water, air, and other natural resources

Foster Continual Economic Growth and Vitality
4.4 Invest in infrastructure to meet current and future needs
4.6 Support a vibrant community with recreation, arts, and culture to attract residents and visitors

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 continuing Consultant Competitive Negotiation Act (CCNA) contract pertains to the availability of professional engineering services for the delivery of various projects programmed in the County’s Capital Improvement Program (CIP) and other associated engineering projects, including parks and trails engineering services as required for the term of the contract.

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 February 18, 2020 and the negotiation process concluded in September 2020.

The contract includes negotiated 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 $1,600,000.00 for each firm or a total of $6,400,000.00. 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.

 

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 (4)
Ranking Spreadsheet