Pinellas County Florida Banner
File #: 20-867A    Version: 1
Type: Contract/Agreement Status: Consent Agenda
File created: 5/7/2020 Department: Airport
On agenda: 1/12/2021 Final action:
Title: Ranking of firms and agreements for requirements of the St. Pete-Clearwater International Airport professional engineering services.
Attachments: 1. FE Agreement - AVCON, 2. FE Agreement - Jacobs, 3. FE Agreement - Kimley Horn, 4. FE Agreement - Mead Hunt, 5. FE Agreement - Michael Baker, 6. FE Agreement - RS&H, 7. Agreement - AVCON, 8. Agreement - Jacobs, 9. Agreement - Kimley Horn, 10. Agreement - Mead Hunt, 11. Agreement - Michael Baker, 12. Agreement - RS&H, 13. Ranking Spreadsheet
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and agreements for requirements of the St. Pete-Clearwater International Airport professional engineering services.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreements with each of the six highest ranked firms, as listed below, for requirements of the St. Pete-Clearwater International Airport professional engineering services:

 

1.)                     AVCON, Inc.

2.)                     Jacobs Engineering Group, Inc.

3.)                     Kimley-Horn and Associates, Inc.

4.)                     Mead & Hunt, Inc.

5.)                     Michael Baker International, Inc.

6.)                     RS&H, 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 Airport’s Capital Improvement Program and other associated engineering projects.

                     Award recommendation with six firms per CCNA requirements; the upset limit over the five-year term is $1,000,000.00 for each firm for a total of $6,000,000.00.

                     AVCON, Inc., Jacobs Engineering Group, Inc., Kimley-Horn and Associates, Inc., Mead & Hunt, Inc., Michael Baker International, Inc., and RS&H, 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 No. 190-0486-CN (SS); the upset limit over the five-year term is $1,000,000.00 for each firm, for a total of $6,00,000.00. 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

 

Summary:

Summary

The purpose of this continuing 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 as required for the term of the contract.

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

Body

 

Background Information:

Any basic/supplemental information to inform. Any history or context that is important to provide background to make an informed decision. The amount of history should be commensurate with the item. Any past action taken by the Board on the item. A request for proposal to comply with CCNA per Florida Statute 287.005 was released by the Purchasing and Risk Management Division on June 1, 2020 and the negotiation process concluded December 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-year term of the contract is $1,000,000.00 for each firm or a total of $6,000,000.00. 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 Airport Capital Improvement Program budgets and/or operating budgets per individual work assignments on a multiple year/multiple work assignment basis.  Airport Revenues and Operating Fund will be used for all six Agreements.

 

Staff Member Responsible:

Thomas Jewsbury, Director, St. Pete-Clearwater International Airport
Merry Celeste, Division Director, Purchasing & Risk, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Agreements
Ranking Spreadsheet