Skip to main content
Hernando County, FL Banner Image
File #: 15584   
Type: Agenda Item Status: Adopted
File created: 2/18/2025 In control: Board of County Commissioners
On agenda: 5/27/2025 Final action: 5/27/2025
Enactment date: Enactment #:
Title: Award of Term Contracts to Thompson Consulting Services, LLC, and Tetra Tech, Inc., for Disaster Debris Monitoring for Department of Public Works (Contract No. 25-TF00952/JC; Amount: $10,500,000.00)
Attachments: 1. Contract No. 25-TF00952 - Thompson Consulting Services, LLC, 2. Contract No. 25-TF00952 Tetra Tech, Inc., 3. Notice of Intent to Award Contract No. 25-TF00952 for Disaster Debris Monitoring, 4. Award Recommendation Packet, 5. Bid Tabulation 25-TF00952 Disaster Debris Monitoring, 6. Expenditure Status Report 4481 44481, 7. Approved Term Contract With Tetra Tech, Inc., for Disaster Debris Monitoring for Department of Public Works, 8. Approved Term Contract With Thompson Consulting Services, LLC, for Disaster Debris Monitoring for Department of Public Works

TITLE

title

Award of Term Contracts to Thompson Consulting Services, LLC, and Tetra Tech, Inc., for Disaster Debris Monitoring for Department of Public Works (Contract No. 25-TF00952/JC; Amount: $10,500,000.00)

 

body

BRIEF OVERVIEW

The Procurement Department issued Invitation to Bid (ITB) No. 25-TF00952/JC on March 19, 2025, at the request of the Hernando County Department of Public Works, to obtain bids for the purchase of Disaster Debris Monitoring, with the intent to award multiple contracts. 

The Procurement Department placed the legal advertisement in the Hernando Sun on March 21, 2025, and the OpenGov website on March 19, 2025.  The bid was sent to three thousand five hundred eleven (3,511) matching vendor/contractors from the website. The bid document was downloaded by thirty-two (32) vendor/contractors and two (2) submissions were received.

 

BIDs RECEIVED: (Bids are listed in lowest to highest order, with asterisk denotating recommended awardees)

 

Thompson Consulting Services, LLC                      $3,484,217.00 (Base Bid)*

Tetra Tech, Inc.                      $3,581,100.00 (Base Bid)*

 

Bids were reviewed and evaluated by the Procurement Department to determine if bids were responsive and responsible. The bids were then reviewed and evaluated by the Hernando County Department of Public Works for award recommendation based on price, conformance with specifications and the Bidder’s ability to perform the contract in accordance with the terms, conditions and specifications required.

 

A Notice of Intent to Award the contract to Thompson Consulting Services, LLC and Tetra Tech, Inc., dated May 6, 2025, was posted to the OpenGov website and posted to the Hernando County Administration electronic public bulletin board.  The Contract will be for Disaster Debris Monitoring on an as-needed basis following natural disasters.  The award is for a three (3) year contract with two (2), one (1) year unilateral renewals. No challenges to the Notice of Intent to Award were received.

 

The Chief Procurement Officer has reviewed this requirement for conformance to Procurement Ordinance and Purchasing Policies and Procedures.

 

FINANCIAL IMPACT

Funding will be appropriated based on the severity of an event and the County’s need at the time of the emergency.  Funding will be allocated in the following:

 

Fund:  4481 - Solid Waste-Disaster/Debris, Department:  44481 - Solid Waste-Disaster/Debris, Account:  5303401 - Contracted Services. 

 

LEGAL NOTE

In accordance with Part II, Chapter 2, Article V of the Hernando County Code of Ordinances.

 

recommendation

RECOMMENDATION

It is recommended the Board approve and authorize the Chairman’s signature on the attached agreements for award to Thompson Consulting Services, LLC and Tetra Tech, Inc., for Contract No. 25-TF00952/JC in the estimated three-year contract amount of $10,500,000.00, with an estimated annual spend of $3,500,000.00.

The estimated annual spend on this contract is $3,500,000.00, based on the highest bid total identified. 

It is further recommended the Board authorize the Chief Procurement Officer to approve change orders, as necessary and required up to the allowable budgeted amounts, and to renew the contract with the same terms and conditions