Hernando County, FL Banner Image
File #: 11587   
Type: Resolution Status: Adopted
File created: 12/19/2022 In control: Board of County Commissioners
On agenda: 1/10/2023 Final action: 1/10/2023
Enactment date: 1/10/2023 Enactment #: RES-2023-003
Title: Amendment No. 1 to Contract With McKim & Creed, Inc., for Engineering Services for South Brooksville Stormwater Master Drainage Plan Revision Project and Associated Budget Resolution
Attachments: 1. Amendment No. One (1), 2. Budget Resolution - S. Brooksville Drainage ARPA, 3. Approved Amendment No. 1 to Contract With McKim & Creed, Inc., for Engineering Services for South Brooksville Stormwater Master Drainage Plan Revision Project, 4. Approved Budget Resolution No. 2023-03

TITLE

title

Amendment No. 1 to Contract With McKim & Creed, Inc., for Engineering Services for South Brooksville Stormwater Master Drainage Plan Revision Project and Associated Budget Resolution

 

body

BRIEF OVERVIEW

On January 20, 2022, the Procurement Department issued a Request for Qualifications (RFQ No. 22-RG0013/PH) Engineering Services for Water, Wastewater and Reclaimed Water, Grant-Related Projects.  The term of the resulting contracts is through project completion.  The County intends to award two (2) contracts to the highest-ranked proposing firms.

 

Eight (8) proposals were received on the opening date of March 9, 2022, from the following firms (in alphabetical order):

 

1.                     Cardno, Inc. - Clearwater, FL

2.                     CHA Consulting, Inc. - Tampa, FL

3.                     CivilSurv Design Group, Inc. - Lakeland, FL

4.                     Halff Associates, Inc. - Tampa, FL

5.                     Hazen and Sawyer - Tampa, FL

6.                     HDR Engineering, Inc. - Tampa, FL

7.                     McKim & Creed, Inc. - Clearwater, FL

8.                     Mead & Hunt, Inc. - Tampa, FL

 

A Professional Services Review Committee (PSRC) comprised of Rick Kirby, P.E., Utilities Engineering Division Manager; Scott Herring, P.E., Public Works Director; and Grace Sheppard, Utilities Finance Manager, met on April 22, 2022, to review and rank the eight (8) written Proposals.  The selection process was conducted using the guidelines set forth in Section 287.055, Florida Statutes.  This statute only permits negotiation of fees or project costs as a part of the contract negotiation process (i.e., after the firms have been ranked).

 

The PSRC consensus scoring actions resulted in a short list of these two (2) firms in highest ranking order:

 

                     FIRM NAME                     TOTAL AVG. POINTS

                     Mead & Hunt, Inc.                     92.67

                     McKim & Creed, Inc.                     85.67

 

As per the attached memo dated April 22, 2022, the PSRC concurs with the ranking order and recommended that contract negotiations begin with the two (2) highest-ranked firms.  Staff entered into negotiations for RFQ No. 22-RG0013/PH with Mead & Hunt, Inc., and McKim & Creed, Inc.  Staff has successfully completed negotiations and BOCC use approval was obtained on September 13, 2022.

 

Amendment No. One (1) is to add Professional Engineering Services for the South Brooksville Stormwater Master Drainage Plan update.

 

FINANCIAL IMPACT

Funding in the amount of $117,496.00 will be available within the following account upon approval of the attached budget resolution:  Account No. 1555-33290-5303101 SLFRF-ARPA S BVILE STMWTR-Professional Services.

 

LEGAL NOTE

The Board has the authority to take the recommended action pursuant to Part II, Chapter 2, Article V of the Hernando County Code of Ordinances.

 

recommendation

RECOMMENDATION

It is recommended that the Board approve and authorize the Chairman’s signature on attached Amendment No. One (1) to Contract 22-RG0013/PH to McKim & Creed, Inc., for professional engineering services for the South Brooksville Stormwater Master Drainage Plan update in the amount of $117,496.00.  It is further recommended that the Board approve and authorize the Chairman’s signature on the attached associated budget resolution and authorize the Chief Procurement Officer to approve change orders as they become necessary and required.