Legislation Details

File #: 25-633    Version: 1 Name:
Type: Procurement Status: Passed
File created: 4/8/2025 In control: Administrative Services Department
On agenda: 5/6/2025 Final action: 5/6/2025
Title: Approval of Amendment No. 1, Contract Y25-800, Malcolm Road Water Supply Facility Poly-Fluoroalkyl Substances (PFAS) and Permit Improvements, with Tetra Tech, Inc., to change the structure of award to be negotiated in phases. ([Utilities Department Engineering Division] Procurement Division)

Interoffice Memorandum

 

DATE: April 8, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Lindy Wolfe, P.E., LEED AP, Manager II, Utilities Engineering Division

 

PHONE: 407-254-9918

 

SUBJECT: Approval for Amendment No. 1, Contract Y25-800, Malcolm Road Water Supply Facility Poly-Fluoroalkyl Substances (PFAS) and Permit Improvements.

 

ACTION REQUESTED:

title

Approval of Amendment No. 1, Contract Y25-800, Malcolm Road Water Supply Facility Poly-Fluoroalkyl Substances (PFAS) and Permit Improvements, with Tetra Tech, Inc., to change the structure of award to be negotiated in phases. ([Utilities Department Engineering Division] Procurement Division)

body


PROCUREMENT:

This amendment will allow for a restructuring of the contract award that will provide for the negotiation of individual phases due to the complexity of the project. The contract will be negotiated in three phases as follows: preliminary design, final design and permitting, and bidding and construction administration services including operations manual and plant start-up. The total of all phases to be negotiated at the current not-to-exceed award amount is $4,500,000.  This project is located in District 1.

FUNDING:

Funding is available in account number 4420-038-1557-0005-6310.

APPROVALS:

The Utilities Engineering Division concurs with this recommendation.

REMARKS:

On February 25, 2025, the Board authorized the selection of Tetra Tech, Inc. and authorized negotiation and execution of a contract by the Procurement Division provided that the contract does not exceed the budget amount of $4,500,000. The award structure did not include negotiation of multiple phases.

Because the project is intricate and involves uncertainties regarding the specific equipment designs, coupled with the current business environment characterized by rapidly increasing costs, the Utilities Engineering Division anticipates that additional information will become available at each project phase. This will enable the County to define these elements and our consultant's time requirements more precisely. Adopting a phased negotiation approach will allow the County to secure the best value during each stage of the project.