TO: Honorable Mayor & Members of the North Port Commission
FROM: A. Jerome Fletcher II, ICMA-CM, MPA, City Manager
TITLE: Approve Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. and Authorize the City Manager to Approve Future Renewals in Accordance With the Terms and Conditions in the Agreements.
Recommended Action
Option 1: Approve Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. and Authorize the City Manager to Approve Future Renewals in Accordance With the Terms and Conditions in the Agreements.
City Commission Options
Option 1: Approve Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. and Authorize the City Manager to Approve Future Renewals in Accordance With the Terms and Conditions in the Agreements.
• Pros:
o Provides professional planning services to supplement the Development Services Department’s Planning & Zoning Division staff, ensuring that statutory development review timelines are met and projects are thoroughly vetted for compliance with the Comprehensive Plan and Unified Land Development Code.
o Establishes continuing general planning services that may be utilized to perform City Commission directed planning studies or special projects without the delay that would be involved in issuing a request for proposal for every potential project.
o Salary savings from vacant positions can be utilized to pay for services as they are needed.
• Cons: There are no identified disadvantages to approving the Contract.
Option 2: Deny Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. and Authorize the City Manager to Approve Future Renewals in Accordance With the Terms and Conditions in the Agreements.
• Pros: There are no identified advantages to denying the Contract.
• Cons:
o Statutory development review timelines may not be met, which could result in projects preemptively approved without thorough vetting for compliance with the Comprehensive Plan and Unified Land Development Code.
o Potential planning studies or special projects initiated at the direction of the City Commission may be significantly delayed due to the Request for Proposal procurement process necessary when Continuing Services Contracts are not in place.
Background Information
The Planning and Zoning Division within the Development Services Department requires the services of qualified and experienced planning and zoning firms to act as Consultants and/or Planners of Record to the City for various planning projects on an “as needed” task-oriented basis.
The following provides a chronological order of events related to the Continuing Service Contracts for General Planning Services:
Ø July 2, 2025: Request for Proposals (RFP) No. 2025-36 was issued to solicit the services of qualified and experienced firms to establish Continuing Service Contracts for Professional Planning Services with the North Port Planning and Zoning Division.
Ø August 1, 2025: Eleven firms submitted proposals by the deadline.
Ø August 18, 2025: The proposals were evaluated and ranked based on the established criteria and the finalized ranking form is dated August 22, 2025. Six firms were selected for award. Refer to Attachment 9 for evaluation and ranking details.
The primary need currently identified for these on-call consultant services consists of professional support to supplement the City’s Planning staff to conduct review of development proposals and applications, including review of site plans, rezoning proposals and other similar applications and proposals related to new development to determine conformance with the City’s Unified Land Development Code (ULDC) and Comprehensive Plan. On-call services may also encompass long-range planning efforts such as environmental resources and sustainability studies, small area and community plans, community engagement campaigns, research, graphic design, report and white paper development, and other planning-related tasks.
Under Agreement No. 2025-36.01, Agreement No. 2025-36.02, Agreement No. 2025-36.03, Agreement No. 2025-36.04, Agreement No. 2025-36.05, and Agreement No. 2025-36.06, a detailed scope of services will be developed by the City’s Project Manager for each work assignment issued under an awarded Contract. The Consultant shall make every effort to keep the personnel assigned to a work assignment consistent. The Consultant shall assign a Project Manager to each work assignment to provide consultation and management services. The Consultant’s Project Manager will be responsible for staffing the work and the review of all submittals, reports, and work products prior to submission to the City. The Consultant’s Project Manager will have the final responsibility for quality control. The City may award an individual work assignment to any Consultant awarded a Contract.
Selection of the Consultant and award of the work assignment will be based on the following criteria:
a) Understanding of project and required deliverables.
b) Ability and relevant expertise/qualifications of the firm’s personnel to be used in performing the service.
c) Availability of staff and ability to meet project schedule.
d) Evaluations on prior projects.
e) The Firm’s proposed cost saving measures for the project.
f) A signed Conflict of Interest form.
g) Disclosure form for Consultant/Engineer/Architect.
h) Scrutinized Company Certification Form.
i) Vendor Certification Form E-Verify.
City staff will obtain from selected Consultant a finalized detailed scope with tasks, fee schedule based on hourly rates submitted with a master Contract, and project schedule. Negotiations may be required to fine tune a project’s scope of work to issue a work assignment.
The City reserves the right to be the sole determination of responsiveness and responsibility of any submittals received in response to requests for proposals, requests for qualifications, and/or letters of interest.
The Consultant will not commence any work or enter a City work premise, until the Consultant has received a fully executed work assignment from the City serving as written Notice to Proceed.
Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. have been reviewed by the City Attorney and are legally correct as to form.
Multi-Award Professional Engineering Services - Continuing Services Contracts for City of North Port General Planning Services for: 1) Agreement Number 2025-36.01, By and Between the City of North Port and Ayres Associates, Inc.; 2) Agreement Number 2025-36.02, By and Between the City of North Port and Bowman Consulting Group, LTD., Inc.; 3) Agreement Number 2025-36.03, By and Between the City of North Port and Infrastructure Consulting & Engineering, LLC; 4) Agreement Number 2025-36.04, By and Between the City of North Port and Johnson Engineering, LLC; 5) Agreement Number 2025-36.05, By and Between the City of North Port and Kimley-Horn and Associates, Inc.; and 6) Agreement Number 2025-36.06, By and Between the City of North Port and RVI Planning + Landscape Architecture, Inc. were provided to the City Clerk’s Office on January 26, 2026, for signatures, subject to City Commission approval.
Strategic Plan
Economic Development & Growth Management
Financial Impact
The Development Services Department’s Planning & Zoning Division has $243,982.80 allocated in account number 001-0605-515-31-06, Professional Services/Consultant in the Fiscal Year 2025-2026 budget. Additionally, several Planning & Zoning positions are currently vacant and are unlikely to be filled in the near future, resulting in salary savings that may be transferred to Professional Services for Consultants to augment existing staff.
Procurement
Professional Services were procured pursuant to Sec. 2-406 of the City of North Port Procurement Code and Florida Statute 287.055, as amended, Consultants’ Competitive Negotiation Act.
Ayres Associates Inc.
8875 Hidden River Parkway
Suite 200
Tampa, Florida 33637
Bowman Consulting Group, LTD., Inc.
12355 Sunrise Vally Drive
Suite 520
Reston, VA 20191
Infrastructure Consulting & Engineering, LLC
110 Midlands Ct
West Columbia, SC 29169
Johnson Engineering, LLC
Suite 500 2101 Gaither Rd
Rockville, MD 20850
Kimley-Horn and Associates, Inc.
421 Fayetteville Street
Raleigh, NC 27601
RVI Planning + Landscape Architecture, Inc.
1611 West 5th Street
Suite 175
Austin, TX 78703
Attachments:
1. Contract No. 2025-36.01 with Ayres Associates, Inc.
2. Contract No. 2025-36.02 with Bowman Consulting Group, LTD., Inc.
3. Contract No. 2025-36.03 with Infrastructure Consulting & Engineering, LLC.
4. Contract No. 2025-36.04 with Johnson Engineering, LLC.
5. Contract No. 2025-36.05 with Kimley-Horn & Associates, Inc.
6. Contract No. 2025-36.06 with RVI Planning + Landscape Architecture, Inc.
7. Notice of Intent to Award
8. City Manager Recommendation to Negotiate
9. 2025-36 Ranking
10. Proposal by Ayres Associates Inc.
11. Proposal by Bowman Consulting Group, LTD.
12. Proposal by Infrastructure Consulting & Engineering, LLC.
13. Proposal by Johnson Engineering, LLC.
14. Proposal by Kimley-Horn & Associates, Inc.
15. Proposal by RVI Planning + Landscape Architecture, Inc.
16. Request for Proposal No. 2025-36 and Addendum 1-5
17. Florida Division of Corporations Documents
Prepared by: Lori Barnes, AICP, CPM, Development Services Deputy Director
Department Director: Alaina Ray, AICP, Development Services Director