Pinellas County Florida Banner
File #: 20-1205A    Version: 1
Type: Contract/Agreement Status: Consent Agenda
File created: 6/26/2020 Department: Public Works
On agenda: 4/13/2021 Final action:
Title: Ranking of firms and agreements for requirements of professional engineering services pertaining to Stormwater Professional Engineering Services.
Attachments: 1. FE_Agreement - Applied, 2. FE_Agreement - Atkins, 3. FE_Agreement - Burgess, 4. FE_Agreement - DRMP, 5. FE_Agreement - Geosyntec, 6. FE_Agreement - Jacobs, 7. FE_Agreement - JMT, 8. FE_Agreement - Kimley, 9. FE_Agreement - Land and Water, 10. FE_Agreement - Pennoni, 11. FE_Agreement - Wood, 12. Agreement - Applied, 13. Agreement - Atkins, 14. Agreement - Burgess, 15. Agreement - DRMP, 16. Agreement - Geosyntec, 17. Agreement - Jacobs, 18. Agreement - JMT, 19. Agreement - Kimley, 20. Agreement - Land and Water, 21. Agreement - Pennoni, 22. Agreement - Wood, 23. Ranking Spreadsheet, 24. Prime and SBE Subconsultant Listing
Related files: 22-1222D, 22-1480D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and agreements for requirements of professional engineering services pertaining to Stormwater Professional Engineering Services.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreements with each of the eleven highest ranked firms, as listed below, for professional engineering services pertaining to Stormwater Professional Engineering Services:

 

1.                     Applied Sciences Consulting, Inc.

2.                     Atkins North America, Inc.

3.                     Burgess & Niple, Inc.

4.                     DRMP, Inc.

5.                     Geosyntec Consultants, Inc.

6.                     Jacobs Engineering Group, Inc.

7.                     Johnson, Mirmiran & Thompson, Inc.

8.                     Kimley-Horn and Associates, Inc.

9.                     Land & Water Engineering Science, Inc.

10.                     Pennoni Associates, Inc.

11.                     Wood Environment & Infrastructure Solutions, Inc.

 

                     The purpose of the continuing Consultant Competitive Negotiation Act (CCNA) agreements is to have available professional engineering services for various projects programmed in the County’s Capital Improvement Program.

                     Award recommendation with eleven firms per CCNA requirements; the upset limit over the five-year term is $1,700,000.00 for each firm for a total of $18,700,000.00.

                     All eleven recommended firms have committed to utilizing multiple certified Small Business Enterprises (SBE) for individual work assignments resulting from these agreements.

                     SBE percentage goals are not established until a firm is engaged for a specific project or work assignment.  At the time firms are engaged, the requesting department, working with Economic Development, develops a scope and ensures SBE’s are utilized and monitored for participation.

 

Contract No. 190-0028-CN (SS); the upset limit over the five-year term is $1,700,000.00 for each firm, for a total of $18,700,000.00. 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

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 CCNA contract is to provide professional engineering services including preliminary design, final design, post-design and other professional services for delivery of various projects programmed in the County’s Capital Improvement Program (CIP) 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 July 27, 2020 and the negotiation process concluded in February 2021.

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 $1,700,000.00 for each firm for a total of $18,700,000.00. 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 assignment 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
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Agreement - Applied Sciences Consulting, Inc.
Agreement - Atkins North America, Inc.
Agreement - Burgess & Niple, Inc.
Agreement - DRMP, Inc.
Agreement - Geosyntec Consultants, Inc.
Agreement - Jacobs Engineering Group, Inc.
Agreement - Johnson, Mirmiran & Thompson, Inc.
Agreement - Kimley-Horn and Associates, Inc.
Agreement - Land & Water Engineering Science, Inc.
Agreement - Pennoni Associates, Inc.
Agreement - Wood Environment & Infrastructure Solutions, Inc.
Ranking Spreadsheet
Prime and SBE Subconsultant Listing