Interoffice Memorandum
DATE: October 1, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Lindy A. Wolfe, P.E., LEED AP, Manager II, Utilities Engineering Division
PHONE: 407-254-9918
SUBJECT: Selection of Consultant, Request for Proposals Y25-808-ZR, Design Services for Destination Parkway to Central Florida Parkway Reclaimed Water Main Installation and Force Main Replacement
RECOMMENDATION:
title
Selection of one firm and four ranked alternates to provide Design Services for Destination Parkway to Central Florida Parkway Reclaimed Water Main Installation and Force Main Replacement, Request for Proposals Y25-808-ZR from the following firms listed alphabetically:
• Ardurra Group, Inc.
• Burgess & Niple, Inc.
• CHA Consulting, Inc.
• Hazen and Sawyer
• Tetra Tech, Inc.
Further request Board authorization for the Procurement Division to negotiate and execute a contract provided the contract does not exceed the budget of $4,000,000.
Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Utilities Department Engineering Division] Procurement Division)
body
PROCUREMENT:
This contract will provide professional engineering services for installation of a new 30-inch reclaimed water main and replacement of an existing 30-inch force main. The project will provide a transmission main to convey reclaimed water generated in the County’s South Service Area to enhance capacity and flexibility. The replaced force main will reduce the potential for sanitary sewer overflows. This project is located in Districts 1 and 6.
FUNDING:
Funding is available in account numbers 4420-038-1411-0075-6340 and 4420-038-1509-35-6340.
DISCUSSION:
Five proposals were received in response to this Request for Proposals (RFP) and were evaluated in accordance with the criteria set forth in the RFP.
The proposals were evaluated by the Procurement Committee on September 24, 2025. Commissioner Christine Moore was assigned to the Procurement Committee.
The Procurement Committee’s consensus scores are attached.