Skip to main content
File #: 25-2210    Version: 1 Name:
Type: Consent Agenda Status: Agenda Ready
File created: 4/15/2025 In control: City Commission Regular Meeting
On agenda: 5/27/2025 Final action:
Title: Approve Agreement No. 2025-07 with Kimley-Horn and Associates, Inc. for Professional Engineering Services for Fixed Weir Nos. 157 and 158 Replacements in an Amount of $270,798.25.
Attachments: 1. Agreement No. 2025-07, 2. Notice of Intent to Award, 3. City Manager Recommendation to Negotiate with Ranking, 4. RFP No. 2025-07 with Addenda, 5. Kimley-Horn and Associates, Inc. Submittal, 6. Florida Division of Corporations Document

TO:                                           Honorable Mayor & Members of the North Port Commission

 

FROM:                      A. Jerome Fletcher II, ICMA-CM, MPA, City Manager

 

TITLE:                     Approve Agreement No. 2025-07 with Kimley-Horn and Associates, Inc. for Professional Engineering Services for Fixed Weir Nos. 157 and 158 Replacements in an Amount of $270,798.25.

 

 

Recommended Action

 

Approve Agreement No. 2025-07 with Kimley-Horn and Associates, Inc. for Professional Engineering Services for Fixed Weir Nos. 157 and 158 Replacements in an amount of $270,798.25.

 

Background Information

 

Request for Proposal (RFP) No. 2025-07, Professional Engineering Services for Fixed Weir (FW) Nos. 157 and 158 Replacements, was issued on December 6, 2024, with January 31, 2025, as the deadline for submittal of proposals.  One proposal was received.  The Selection Committee members evaluated the proposal on February 4, 2025, and determined that Kimley-Horn and Associates, Inc. is well qualified to perform the work and recommended that Contract negotiations proceed with Kimley-Horn and Associates, Inc.

 

The intent of the proposal was to select an Engineering Consultant to provide design, permitting, bidding assistance, and limited construction services for the replacement of both FW Nos. 157 and 158 as these two structures are similar in design, and there is anticipated cost savings in selecting one consultant for these two structures.  FW No. 157 is located on the north side of the Snover Waterway just west of Interstate75.  FW No. 158 is located on the north side of the Snover Waterway just east of Interstate 75.  These two structures control water levels in the upstream sloughs and run-off overflows into the Snover Waterway.  These structures were constructed in the 1950’s and over time, extensive corrosion has developed in the sheet metal weir pilings and supports.  The concrete spillways are severely deteriorated and there is bank erosion and silt deposits in the Snover Waterway.

 

The Engineering Consultant services will include the design of the replacement structures, survey including underwater survey, geotechnical services, wetland and protected wildlife species survey, permitting, bidding assistance and limited construction engineering services associated with the replacement of FW Nos. 157 and 158.  Design will require approved exemptions from the Southwest Florida Water Management District (SWFWMD) and Florida Department of Environmental Protection (FDEP) 404 Program permits. 

 

Design and permitting will commence in Fiscal Year 2025.  Construction is programmed and will be budgeted to begin in Fiscal Year 2026.

 

The scope and fee of the attached Agreement were negotiated with City staff and determined to be comprehensive and reasonable.

 

The agreement has been reviewed by the City Attorney Office and is legally correct as to form.

 

Strategic Plan

 

Infrastructure & Facilities Integrity

 

Financial Impact

 

Funding for FW No. 157 in the amount of $ 135,399.13 has been allocated in the Fiscal Year 2025 Road and Drainage District budget, account number 107-5000-541.63-00, Project No. R23S57.

 

Funding for FW No. 158 in the amount of $135,399.12 has been allocated in the Fiscal Year 2025 Road and Drainage District budget, account number 107-5000-541.63-00, Project No. R24S58.

 

Procurement

 

Professional Engineering Services were procured pursuant to Chapter 2 Administration, Article VIII Procurement, Section 2-406 - Professional services selection under Consultants’ Competitive Negotiation Act (CCNA), F.S. §287.055 of the Code of the City of North Port, Florida.

 

Kimley-Horn and Associates Inc.

1777 Main Street, Suite 200

Sarasota, Fl 34236

 

Attachments:

1.                     Agreement No. 2025-07

2.                     Notice of Intent to Award

3.                     City Manager Recommendation to Negotiate with Ranking

4.                     RFP No. 2025-07 with Addenda

5.                     Kimley-Horn and Associates, Inc. Submittal

6.                     Florida Division of Corporations Document

 

 

Prepared by:                                            Elizabeth Wong, P.E., Stormwater Manager

 

Department Director:                       Chuck Speake, Public Works Director