Pinellas County Florida Banner
File #: 20-1682A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 8/31/2020 Department: Public Works
On agenda: 9/8/2022 Final action: 9/8/2022
Title: Ranking of firms and agreement with Burgess and Niple Inc. for professional engineering, planning, and environmental consulting services for the Preliminary Engineering Report study for the Crystal Beach Drainage and Roadway Improvements Project.
Attachments: 1. FE_AATF - Final Agreement, 2. AATF - Final Agreement, 3. Ranking, 4. Location Map, 5. 003896A_Budget, 6. 003896B_Budget

Subject:

Title

Ranking of firms and agreement with Burgess and Niple Inc. for professional engineering, planning, and environmental consulting services for the Preliminary Engineering Report study for the Crystal Beach Drainage and Roadway Improvements Project.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and agreement with Burgess and Niple, Inc. per the Consultant Competitive Negotiation Act (CCNA) for professional engineering, planning, and environmental consulting services for the Preliminary Engineering Report (PER) study for the Crystal Beach Drainage and Roadway Improvements Project.

 

                     The contract is for engineering services to develop the Preliminary Engineering Report for improvements in the Crystal Beach community generally between Crystal Beach Avenue and Florida Boulevard.

                     The scope of work is to assess roadway, drainage, sanitary sewer, and potable water infrastructure needs within the project area and develop a recommended plan for roadway, stormwater management and utility improvements.

                     Seven firms submitted proposals with award recommendation to the number one ranked firm Burgess and Niple, Inc. in the negotiated amount of $1,201,471.44 in accordance with CCNA per Florida Statute 287.055.

                     Five certified Small Business Enterprise subconsultants are included in the award to Burgess and Niple, Inc., Cumbey & Fair, Inc., Harbor Coordination Solutions, Inc., Independence Acquisition & Appraisal, LLC, PlaceMaker Design Studio, LLC, and The Valerin Group, Inc. for this phase (PER and 45% design) an approximate SBE percent of 2.9 % for basic services, and 4% if optional services are included.

                     Funding is derived from Local Infrastructure Sales Tax (Penny for Pinellas):     $969,597.44 and Water and Sewer Renewal and Replacement Fund: $231,874.00.

 

 

Contract No. 21-0022-NC (PLU); in the amount of $1,201,471.44 from the notice to proceed date for five hundred twenty-five consecutive calendar days; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Plan:

Ensure Public Health, Safety, and Welfare
2.1 Provide planning, coordination, prevention, and protective services to ensure a safe and secure community.

Practice Superior Environmental Stewardship
3.1 Implement green technologies and practices where practical
3.3 Protect and improve the quality of our water, air, and other natural resources
3.5 Foster a sustainable and resilient community that is prepared for sea level rise and a changing climate

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
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
5.1 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:

Summary

The overall objective is to assess roadway, drainage, sanitary sewer, and potable water infrastructure needs within the project area and develop a recommended plan for roadway, stormwater management and utility improvements.  This contract is for professional engineering services to prepare a Preliminary Engineering Report (PER) with option for final design of the improvements that will include plans, specifications, supporting engineering analysis, calculations and other technical documents.  The PER will document information necessary for the COUNTY to reach a decision on the preferred alternative that will meet the goals of the project with consideration of the following five factors: Alternate Routes, Safety/Utilities, Environmental, Cost, and Long Range Transportation Plan (LRTP) consistency.  Final Design is not included in this scope of services. Upon completion of PER, if the COUNTY decides to proceed to the final design phase, an amendment to the contract will be considered.

Body

 

Background Information:

A Request for Qualifications (RFQ) to comply with the Consultants Competitive Negotiation Act (CCNA), per Florida Statute 287.055, was released on October 8, 2020; the negotiation and scoping process concluded June 28, 2022.

The contract includes fully burdened hourly rates which were negotiated after conclusion of the evaluation process. The rates include all labor, direct/indirect overhead margins/profits, and travel within the Tampa Bay Metropolitan Statistical Area (TBMSA). Travel outside of the TBMCSA will be reimbursed in accordance with Florida Statutes.

In 2008, preliminary plans to address stormwater ponding and improve the condition of the roadway were developed but not completed due to insufficient funding.  Funds to complete a Project Development and a Preliminary Engineering Study for this area were approved in September 2018. County staff developed a conceptual plan for drainage and roadway improvements and presented this plan to the Crystal Beach community for feedback in 2019. Elements of the plan include preserving the community's natural and historic features such as Live Oak Park, the Gulf Shore Park path, mangrove and estuary habitats, and maintaining the coastal character of the community through the use of native landscaping.  Additional community outreach was performed in 2020 to assess the community’s preference for roadway surfaces (shell or pavement).

The PER will include recommendations for stormwater management, roadway and utility (sanitary sewer and potable water) improvements and 45% plans for the preferred alternatives. The PER will include analysis and recommendations for the Crystal Beach Base Project Limits, Option 1, Option 2 and Option 3 as shown in Exhibit 1.

 

A contingency amount of $130,000.00 is included for minor unforeseen circumstances that may arise during development of the project and will only be used at the discretion and approval of the County.

 

 

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

 

 

Fiscal Impact:

525-day expenditure not to exceed $1,201,471.44.

 

Agreement is comprised of two Capital Improvement Program projects, 003896A Crystal Beach Drainage Improvements and 003896B Crystal Beach Utility Relocation and Replacement Associated with Drainage and Roadway Improvements. Funding for these projects, if approved, will be derived from Local Infrastructure Sales Tax (Penny for Pinellas), Water Renewal and Replacement Fund, and Sewer Renewal and Replacement Fund under the Capital Improvement Program: Physical Environment function; Flood Control Projects, Water, and Sewer Programs.

 

Intended Funding sources include:

Local Infrastructure Sales Tax (Penny for Pinellas):      $969,597.44

Water and Sewer Renewal and Replacement Fund:     $231,874.00

 

 

Staff Member Responsible:

Kelli Hammer-Levy, Director, Public Works
Merry Celeste, Division Director, Purchasing & Risk Management, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Final Agreement
Ranking Sheet
Location Map