(1) kenneth horne & associates, inc. (2) post, buckley

19
PUBLIC FORUM WORK SESSION AND REGULAR BCC MEETING MINUTES — Continued COUNTY ADMINISTRATOR'S REPORT — Continued II. BUDGET/FINANCE CONSENT AGENDA — Continued 1-26. Approval of Various Consent Agenda Items — Continued 18. Awarding a Contract for the Baylen Street Medical Clinic Renovation, PD 09-10.084, to Vision Construction Ent., Inc., in the amount of $187,784 (Funding: Fund 501, Internal Revenue Service, Cost Center 140609, Object Code 56201, [in the amount of] $97,784; and Fund 129, CDBG HUD Entitlement Fund, Cost Center 220563, Object Code 56301, [in the amount of] $90,000). 19. Approving Contract Amendment #1 for PD 08-09.002, Design-Build CRA Sidewalk Project #1, Phase 1: Lakewood Street and West Blount Street, Phase 2: Montpellier Drive, with Panhandle Grading and Paving, Inc., and Sigma Consulting Group, Inc., to provide for the construction cost of the Design-Build Contract, in the amount of $473,820.35 (Funding: Fund 151, Community Redevelopment, Warrington, Cost Center 220516, Object Code 56301). 20. Taking the following action concerning Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from North Palafox Street to Chemstrand Road (Funding: Fund 352, Local Option Sales Tax III, Cost Center 210107, Object Code 56301, Project 10EN0745): A. Approving the following Selection/Negotiation Committee Ranking: (1) Kenneth Horne & Associates, Inc. (2) Post, Buckley, Schuh & Jernigan, Inc., d/b/a PBS&J (3) HDR Engineering, Inc. (4) Rebol-Battle & Associates, Inc. B. Awarding a Task Order for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from North Palafox Street to Chemstrand Road, per the terms and conditions of PD 02-03.079, Professional Services as Governed by Florida Statute 287.055, to Kenneth Horne & Associates, Inc., for a lump sum amount of $143,265 and allowances of $56,000. 10/7/2010 Page 35 of 42 dch

Upload: others

Post on 26-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

PUBLIC FORUM WORK SESSION AND REGULAR BCC MEETING MINUTES — Continued

COUNTY ADMINISTRATOR'S REPORT — Continued

II. BUDGET/FINANCE CONSENT AGENDA — Continued

1-26. Approval of Various Consent Agenda Items — Continued

18. Awarding a Contract for the Baylen Street Medical Clinic Renovation, PD 09-10.084, to Vision Construction Ent., Inc., in the amount of $187,784 (Funding: Fund 501, Internal Revenue Service, Cost Center 140609, Object Code 56201, [in the amount of] $97,784; and Fund 129, CDBG HUD Entitlement Fund, Cost Center 220563, Object Code 56301, [in the amount of] $90,000).

19. Approving Contract Amendment #1 for PD 08-09.002, Design-Build CRA Sidewalk Project #1, Phase 1: Lakewood Street and West Blount Street, Phase 2: Montpellier Drive, with Panhandle Grading and Paving, Inc., and Sigma Consulting Group, Inc., to provide for the construction cost of the Design-Build Contract, in the amount of $473,820.35 (Funding: Fund 151, Community Redevelopment, Warrington, Cost Center 220516, Object Code 56301).

20. Taking the following action concerning Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from North Palafox Street to Chemstrand Road (Funding: Fund 352, Local Option Sales Tax III, Cost Center 210107, Object Code 56301, Project 10EN0745):

A. Approving the following Selection/Negotiation Committee Ranking:

(1) Kenneth Horne & Associates, Inc. (2) Post, Buckley, Schuh & Jernigan, Inc., d/b/a PBS&J (3) HDR Engineering, Inc. (4) Rebol-Battle & Associates, Inc.

B. Awarding a Task Order for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from North Palafox Street to Chemstrand Road, per the terms and conditions of PD 02-03.079, Professional Services as Governed by Florida Statute 287.055, to Kenneth Horne & Associates, Inc., for a lump sum amount of $143,265 and allowances of $56,000.

10/7/2010 Page 35 of 42 dch

2010-001139 BCC Oct. 07, 2010 Page 1

THE CONTRACT WAS RECEIVED AND IS SHOWN ON PAGES 4-18

THE FOLLOWING WAS NOT PROVIDED TO THE CLERK'S OFFICE:

CONTRACT PD 09-10.076

2010-001139 BCC Oct. 87, 2010 Page 2 BCC: 10-07-2010

BOARD OF COUNTY COMMISSIONERS Escambia County, Florida

ORGANIZATION: Management and Budget Services Bureau

FROM: Amy Lovoy, Bureau Chief

DATE: September 22, 2010

ISSUE: Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

RECOMMENDATION:

That the Board take the following action concerning Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

A. Approve the Selection/Negotiation Committee Ranking:

1. Kenneth Home & Associates, Inc. 2. Post, Buckley, Schuh & Jernigan, Inc. d/b/a PBS&J 3. HDR Engineering, Inc. and, 4. Rebol-Battle & Associates, Inc.

B. Award a Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd., per the terms and conditions of PD 02-03.079, Professional Services as Governed by Florida Statute 287.055 to Kenneth Home & Associates, Inc. for a lump sum amount of $143,265 and allowances of $56,000.

[Funding: Fund 352, LOST III, Cost Center 210107, Object Code 56301, Project 10EN0745]

BACKGROUND:

Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd., PD 09-10.076, was publicly noticed on Monday, July 26, 2010 to 75 providers available on PD 02-03.079, Professional Services as Governed by Florida Statute 287.055 at the time of the notice. On Tuesday, August 10, 2010, 13 responses were received.

BUDGETARY IMPACT:

Funding: Fund 352, LOST III, Cost Center 210107, Object Code 56301, Project 10EN0745

LEGAL CONSIDERATIONS/SIGN-OFF: N/A

2010-001139 BCC Oct. 87, 2818 Page 3

BCC: 10-07-2010 RE: Task Order Award for PD 09-10.076, Design Services for 10 Mile Roadway and Drainage

Improvements from N. Palafox St. to Chemstrand Rd. Date: September 22, 2010 Page 2 of 2

PERSONNEL: N/A

POLICY/REQUIREMENT FOR BOARD ACTION/DISCUSSION:

This recommendation is in compliance with the Code of Ordinances of Escambia County, Florida. 1999, Chapter 46, Finance, Article II, Purchases and Contracts and Florida Statute 287.055, Competitive Consultants Negotiation Act.

IMPLEMENTATION REQUIREMENTS: N/A

COORDINATION WITH OTHER AGENCIES/PERSONS: N/A

CONCUR: _ '-

-- ~ ry M. Newsom, Int- rim County Administrator

2010-001139 BCC Oct. 07, 2010 Page 4 Escambia County

Clerk's Original pc/W.24/o C' 27.2.6

a .se (.) ca

Ca

0

cn

0

BOARD OF COUNTY COMMISSIONERS ESCAMBIA COUNTY, FLORIDA

TASK ORDER - PD 09-10.076

DESIGN SERVICES FOR

10 MILE ROADWAY AND DRAINAGE IMPROVEMENTS FROM NORTH PALAFOX TO CHEMSTRAND ROAD

1.0 Authorization

This task order is issued under approval by the Board of County Commissioners, Escambia County, Florida October 7, 2010 and under the terms and conditions of PD 02- 03-79, Professional Services" as governed by Florida Statutes 287.055, which was approved by the Board of County Commissioners on October 2, 2003.

2.0 Scope

Under this Task Order, the Engineer (Kenneth Home & Associates, Inc.) will provide design services for Ten Mile Roadway and Drainage Improvements from North Palafox to Chemstrand Road. The Engineering Division of Escambia County Public Works Bureau requests construction plans be developed for the roadway widening and drainage improvements along 10 Mile Road from the eastern most improvements relating to Palafox intersection improvements to the western most improvements relating to the Chemstrand Road intersection improvements, excluding the railroad right-of-way. The Engineer shall provide right of way acquisition documents/assistance, construction plans, permitting, public involvement, bid documents, bid assistance, and limited project construction oversight for this project. It is the intent of the county to widen the existing 10' wide travel lane to a 12' wide travel lane and add paved shoulders on each side of the road and/or curb and gutter. The design shall also include drainage improvements within this area and the design of or connection to a County stormwater pond (Dovefield Pond and/or Holsberry Pond). The length of the project is approximately one mile. The A/E will be responsible for acquiring the certified Boundary and Topographic Survey that meets the current Florida Minimum Technical Standards as set forth by the Board of Professional Surveyors and Mappers and assisting the County Real Estate Dept with property acquisition. See attached Scope of Services.

3.0 Schedule

The work authorized herein shall be completed within 730 calendar days from the issuance of the Notice to Proceed.

Kenneth Home & Associates, Inc.

olLoito Date

Escamb a County, Florida

O' 6140// Date

2010-001139 BCC Oct. 07, 2010 Page 5

4.0 Compensation

This Task Order is issued for a lump sum amount of $143,265, and allowances of $56,000, for a total of $199,265. Invoices shall be submitted for monthly progress payments subject to the terms and conditions of PD 02-03.79.

5.0 EbT29LEMIIELtiM

The Engineer shall schedule periodic progress review meetings with the County project manager as necessary but every 30 days as a minimum to discuss design and permitting issues.

Issued by: Accepted by:

C14

Z10-001109 BCC

184

Oct,. 07, 2010 Page 6

Kenneth Horne & Associates, Inc. CIVIL ENGINEERS

September 20, 2010

Paul R. Nobles, Purchasing Coordinator Escambia County Office of Purchasing 213 Palafox Place, 2n d Floor Pensacola, FL 32597

RE: Ten Mile Road — Project PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

Dear Mr. Nobles:

We have enclosed three (3) copies of our proposed Man-hour and Fee Estimate for the subject project. The proposed man-hours and associated fees are based upon the scope of services described in your letter of September 13, 2010 (copy attached). There are a few areas for which we would like the opportunity to clarify or confirm the scope intent. I have attached a list of these items. We thank you for this opportunity and are delighted to serve Escambia County in this effort.

The proposed fee schedule is based upon actual wage rates adjusted per the following formula where DL = Direct Labor, OM = Overhead Multiplier, and PM = Profit multiplier.

Burdened rate = (DL + OM X DL)(PM) = (DL + (1.28)DL)(1.1) = 2.508 DL

We look forward to meeting with you and County Engineering staff to review the scope and associated man-hour and fee estimate. Please contact me should you have questions or require additional information prior to Wednesday's meeting.

Sincerely,

KENNETH HORNE & ASSOCIATES, INC.

V 4p, Kenneth C. Horne President

850 471 9005 info(Oth-a.com F 850 471 0093

7201 N. 9TH AVENUE, SUITE 6, PENSACOLA, FL 32504 PO Box 10669, PENSACOLA, FL 32524

2010-001139 BCC Oct. 07, nut Page 7

ESCAMERA COUNTY MANHOUR AND FEE ESTIMATE

PO 09-10.076, Design Services for 10 We Roadway and Dfleirlart Improvements from N. Palafox Street to Chemstrand Road 20-Sep-1.0

:lion and .._ ,_ .,, _Ta;1( 3 Conoseosiplsitp,tcoaptim.a. , Item t

Senior

Engineer

97.94

Project

. Manager

I 97.94

Engineer

75.24

Tech/CADD Clerical iMANHOURS

75.06 40.00 TOTAL

FEES

s TOTAL

A Coordination of Survey, and Geotchenical Work 20 24 8 4 56 $4,525.04

B Initial Public Input Coord. (Mail-out & Questionairre) 4 8 2 12 26 $1,623.80

C Initial Utility Notifications 4 6 2 12 $922.12

D Development Conceptual Design (30%) and Cost Est. 48 80 120 4 252 $19,887.52

E Conceptual Design Review Meeting 4 8 2 2 16 51,223.80

F 30% Utility Coordination Meeting 4 8 8 2 22 $1,674.16

G Initial Public Meeting 12 16 8 16 52 53,619.60

Task 1 Subtotal 96 0 144 154 42 436 $33,476.04

Task 2 Construction Documents

item I , - •

A Develop ADICPR Model (Rdwy To Pond Discharge Pt.) 24 120 24 4 172 $13,340.80

13 Develop 60% plans 48 64 120 16 248 $19,163.68

C 60% Plan Review Meeting 4 8 2 2 16 $1,223.80

D Second/Final Public Meeting 12 16 8 16 52 $3,619.60

E 60% Utility Coordination Meeting 4 8 8 2 22 $1,674.16

F Develop 90% Plans 48 64 120 4 236 $18,683.68

G 90% Plan Review Meeting 4 8 2 2 16 $1,223.80

H 90% Utility Coordination Meeting 4 8 8 2 22 $1,674.16

I Qty Take -off and Cost Estimate (At 60%, 90% & Final) 24 48 54 4 130 510,175.32

1 Develop Final Plan & Bid Package 20 32 48 4 104 68,129.36

Task 2 Subtotal 192 0 376 394 56 1018 $78,908.36

Task S Construction Administration Assistance

Item r . ..„ ..

A Attend Pre-Soliciation Meeting 8 12 4 2 26 $0

B Prepare Addenda as Needed & Tabulate Bids 24 40 40 8 112

$82:668664 2 . 56

C Prepare ERP Permit Package 24 32 32 4 92 $7,320.16

D Attend Pre-Construction Conference 4 8 4 2 18 51,373.92

E Periodic Site Visit s & Review Pay Requests 32 40 16 16 104

$784 F Final Inspection and Project Certification 4 8 4 2 18 92 $1,373.92

G Draft As -Builts Based Upon Contractor's Mark -ups 2 8 16 2 28 $2,078.76

Task 3 Subtotal 98 0 148 116 36 398 $30,880.60

Engineering and Permitting Fee $143,265.00

Surveying Allowance 542,500.00

Geotechnical Allowance 512,500.00

Permit Fee Allowance $1,000.00

Traffic Consultant Allowance $0.00

Total Fee $199,265.00

2010-00113e BCC Oct. 07, 2010 Page 8

CLAUDIA SIMMONS Purchasing Manager

BOARD OF COUNTY COMMISSIONERS ESCAMBIA COUNTY, FLORIDA

OFFICE OF PURCHASING 213 PALAFOX PLACE - 2" Floor, Pensacola, FL 32502

P.O. BOX 1591 PENSACOLA, FL 32597-1591 TELEPHONE (850)595-4980

(SUNCOM) 695-4980 TELEFAX (850)595-4805

http://www.mvescambia.com/dePartmentsturchasino/

August 5, 2010 To: All Known Prospective Proposers

ADDENDUM NUMBER 1:

Re: Specification Number: PD 09-10.076, Design Services for 10 Mile Roadway and Drainage

Improvements from N. Palafox St. to Chemstrand Rd.

Proposers:

We recently publicly noticed a Request for Letters of Interest on the above referenced specification.

IV. SCHEDULE

The following schedule shall be adhered to in so far as practical in all actions related to this procurement:

Mailing date of proposals Monday, July 26, 2010

Letters of Interest due date 11:59 p.m. CDT, Wednesday Tuesday, August 10, 2010

Short-Listing Meeting Thursday, August 19, 2010

Discussions with Short-Listed Firms Tuesday, August 31, 2010

Negotiations with First Ranked Firm Tuesday, September 14, 2010 Board of County Commissioners approval Thursday, October 7, 2010

This Addendum Number 1 is furnished to all known prospective proposers. Please sign and return one copy of this Addendum, with your original signature, with your proposal as an acknowledgment of your having received.

Paul Nobles, CPPO, CPPB, FCPM, FCCM, FCN Purchasing Coordinator

SIGNED:

COMPANY:

PN

2010-0011 3e BCC Oct. 07, 2010 Page 9

ESCAMBIA COUNTY FLORIDA

REQUEST FOR LETTERS OF INTEREST

Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

Solicitation Identification Number PD 09-10.076 Per The Terms and Conditions of PD 02-03.079

Letters of Interest Will Be Received Until: 11:59 p.m. CDT, Tuesday, August 10, 2010

Office of Purchasing, Room 11.101 213 Palafox Place, Pensacola, FL 32502

Matt Langley Bell III Building Post Office Box 1591

Pensacola, FL 32597-1591 Attention: Paul R. Nobles, CPPO, CPPB, FCN, FCPM, FCCM

Board of County Commissioners Grover Robinson IV, Chairman Kevin W. White, Vice Chairman

Wilson Robertson Gene M. Valentino

Marie Young From:

Claudia Simmons, CPPO Purchasing Manager

All requests for assistance should be made in writing when possible. Responses will be provided to all known submitters in writing. No verbal responses will be provided.

Assistance: Paul R. Nobles, CPPO, CPPB, FCN, FCPM, FCCM Purchasing Coordinator Office of Purchasing Matt Langley Bell Ill Building 213 Palafox Place 2 nd Floor, Room 11.101 Pensacola, FL 32502 T: 850.595.4918 F: 850.595.4805 e-mail: paul noblesco.escambia.fl.us

NOTICE It is the specific legislative intent of the Board of County Commissioners that NO CONTRACT under this solicitation shall be formed between Escambia County and the awardee vendor until such time as the contract is executed by the last party to the transaction.

SPECIAL ACCOMMODATIONS: Any person requiring special accommodations to attend or participate, pursuant to the Americans with Disabilities Act, should call the Office of Purchasing, (850) 595-4980 at least five (5) working days prior to the solicitation opening. If you are hearing or speech impaired, please contact the Office of Purchasing at (850) 595-4684 (TTY).

2o10-0a11a•D BCC Oct. 07, 2010 Page 10

Escambia County Florida Request For Letters Of Interest

Proposer's Checklist Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox

St. to Chemstrand Rd. Identification Number PD 09-10.076 Per The Terms and Conditions of PD 02 -03.079

How To Submit Your Proposal Please review this document carefully. Offers that are accepted by the county are binding contracts. Incomplete proposals are not acceptable. All documents and submittals must be received by the office of purchasing on or before date and hour specified for receipt. Late proposals will be returned unopened.

The County has implemented a new Electronic Submittal Process, which requires the use of GovernmentForms.software®. This software, which generates and posts a customized version the Standard Form (SF) 330 along with the capability to upload other required items, can be downloaded at the following address: http://submittals.myescambia.com/

• Letter Of Interest (PDF) • GSA Standard Form 330

• Part II

(PD 02-03.079, Professional Services As Governed by Florida Statute 287.055, provide if not already submitted

• Part I

PDF1 These forms are available as editable PDF documents from the website (links to these and other forms can be found at the end of this document).

The Following Submittals Are Required Upon Notice Of Award:

• Certificate Of Insurance (provide if not submitted electronically)

How To Submit A No Proposal

If you do not wish to propose at this time, please respond to the Office of Purchasing providing your firm's name, address, a signature, and a reason for not responding in a sealed envelope. This will ensure your company's active status in our vendor's list.

This form is only for your convenience to assist in filling out your proposal. Do not return with your proposal.

2010 — 001139 BCC Oct. 07, 2010 Page 11

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St to Chemstrand Rd.

I. INFORMATION PACKAGE

Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

Solicitation Identification Number PD 09 -10.076 Per The Terms and Conditions of PD 02-03.079

Scope of Work

Purpose

The Engineering Division of Escambia County Public Works Bureau requests construction plans be developed for the roadway widening and drainage improvements along 10 Mile Rd from eastern most improvements relating to Palafox intersection improvements to the western most improvements relating to the Chemstrand Road Intersection Improvements, excluding the RxR Right-of-way. A&E services shall provide r/w acquisition documents/assistance, construction plans, permitting, public involvement, bid documents, bid assistance, and limited project construction oversight for this project. It is the intent of the county to widen the existing 10' wide travel lanes to a 12' wide travel lane and add paved shoulders on each side of the road and/or curb and gutter. The design shall also include drainage improvements within this area and the design of or connection to a County stormwater pond (Dovefield Pond and/or Hoisberry Pond). The length of the project is approximately one mile. The NE will be responsible for acquiring the certified Boundary and Topographic Survey that meets the current Florida Minimum Technical Standards as set forth by the Board of Professional Surveyors and Mappers and assisting the County Real Estate Dept with property acquisition.

Description of Work Activities

The consultants and/or its sub-consultants will perform the following activities in completing the construction plans:

Task 1: Data collection & review, Plan preparation, and Permitting: • Boundrary and Topographic Survey of 10 Mile r/w, County property south of 10

Mile Ashton Brosnahan Intersection, Dovefield Pond, Holsberry Rd r/w to system carrying stormwater to Hoisberry Pond. Coordinate with County Surveyor and staff for the collection of existing surveying data for project.

• Assist with and provide legal documents for property acquisition. • Attend public meetings with residents to receive input from the residents

regarding drainage and paving issues. • Meet with Public Works Bureau staff for input or maintenance and historical

complaints. • Provide Geotechnical Reports on Soil Data • Provide 30%, 60%, 90%, and final plans for each project phase for review by

County.

1

2010-001139 BCC Oct. 07, 2010 Page 12

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St to Chemstrand Rd.

• Provide for all required regulatory permitting, including permit fee allowances. • Plans should be reproducible to 40 scale 11"x17" and 20 scale 24" X 36" sheets

size plans. • Utility Coordination and Plans-in-hand walk through with Utility companies at all

phase submittals. • Submit cost estimates via pricing agreement (preliminary at 60%, final draft at

90%, Final Pricing Agreement or Bid tab Sheet at 100%).

Task 2: Bidding Estimates: • Prepare all bid documents through bidding process. • Attend pre-bid meeting with Engineering and Purchasing Departments. • Respond to all Request for Information and issue any necessary addendums. • Tabulate bids or pricing agreement totals

Task 3: Construction Administration & Inspections (Limited Allowance Based upon actual time):

• Consultant will attend a Preconstruction Conference. • Consultant will prepare as-built certification based upon contractor mark-ups &

post construction meetings and inspections. • Consultant will be available on an as-needed basis during construction to

address issues with design or any unforeseen construction issues. and as needed to monitor construction and prepare as-built drawings. The County will inspect all construction Improvements. All limited inspections services provided by the consultant shall be established as an allowance.

Initial Conceptual Design estimate> $150,000 Initial Conceptual Construction Estimate> $2,000,000

Anticipated Disciplines (Function Codes SF 330) for this project

Code Description Primary 12 Civil Engineer

60 Transportation Engineer

Secondary 02 Administrative 08 CADD Technician 15 Construction Inspector 16 Construction Manager 18 Cost Engineer/Estimator 24 Environmental Scientist 27 Foundation/Geotechnical Engineer 29 Geographic Information System Specialist 38 Land Surveyor 48 Project Manager 55 Soils Engineer

2

2010-001139 BCC Oct. 07, 2010 Page 13

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

Anticipated Experience Categories (Profile Codes SF 330) for this project

Primary

Secondary

Code Description T03 Traffic and Transportation Engineering S13 Stormwater Handling and Facilities

C14 Conservation and Resource Management C15 Construction Management C16 Construction Surveying C18 Cost Estimating; Cost Engineering and Analysis;

Parametric Costing; Forecasting E09 Environmental Impact Studies, Assessments or

Statements El 1 Environmental Planning G04 Geographic Information System Services: Development,

Analysis, and Data Collection H07 Highways; Streets; Airfield Paving; Parking Lots L02 Land Surveying P06 Planning (Site, Installation and Project) R11 Rivers; Canals; Waterways; Flood Control S05 Soils and Geologic Studies; Foundations S10 Surveying; Platting; Mapping; Flood Plain Studies T04 Topographic Surveying and Mapping W02 Water Resources; Hydrology; Ground Water

II. INSTRUCTIONS TO SUBMITTERS

Firms desiring to provide described Professional Services shall submit one (1) electronic copy of your firms Letter of Interest containing all of the requested information no later than the date and time listed on the cover sheet. Submittals delivered late shall not be accepted or considered. No exceptions will be made.

Government Forms Software: http://submittals.myescambia.com/

All information requested must be submitted. Failure to submit all information may result in a lower evaluation of the proposal, Letters, which are substantially incomplete or lack key information, may be rejected by the County at its discretion. The selection of the short listed firms will be based on the information provided in the submittal.

The submittals shall be in the GSA Standard Form (SF) 330 format with two additional sections as described below (include in Letter of Interest). No other format will be acceptable.

Information submitted with your letter of interest should include documentation to demonstrate your firm's qualifications and abilities to provide the scope of

3

2010-001139 BCC Oct. 07, 2010 Page 14

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

services. The submittal should include sufficient information to permit a clear understanding of similar past projects, especially in Florida, staff experience and abilities, and any other additional, pertinent details to describe the team's capabilities.

A committee will review the information submitted and short-list the firms. On-site presentations, interviews, and or discussions will be requested of a short list of three or more firms. Once all review is complete, the short-listed firms will be ranked by the selection committee with the top ranked firm being scheduled for negotiations.

Award(s) resulting from this solicitation shall be subject to the provisions of Chapter 1 -9 -5, CONSULTANTS of the Ordinances of Escambia County and Procedure PP-250 VENDOR PERFORMANCE EVALUATIONS of the Purchasing Policies and Procedures of Escambia County.

The following policy will apply to all methods of source selection:

Conduct of Participants

After the issuance of any solicitation, all bidders/proposers/protestors or individuals acting on their behalf are hereby prohibited from lobbying as defined herein or otherwise attempting to persuade or influence any elected County officials, their agents or employees or any member of the relevant selection committee at any time during the blackout period as defined herein; provided, however, nothing herein shall prohibit bidders/proposers/protestors or individuals acting on their behalf from communicating with the purchasing staff concerning a pending solicitation unless otherwise provided for in the solicitation or unless otherwise directed by the purchasing manager.

Definitions

Blackout period means the period between the time the bids/proposals for invitations for bid or the request for proposal, or qualifications, or information, or requests for letters of interest, or the invitation to negotiate, as applicable, are received at the Escambia County Office of Purchasing and the time the Board awards the contract and any resulting bid protest is resolved or the solicitation is otherwise canceled.

Lobbying means the attempt to influence the thinking of elected County officials, their agents or employees or any member of the relevant Selection Committee for or against a specific cause related to a pending solicitation for goods or services, in person, by mail, by facsimile, by telephone, by electronic mail, or by any other means of communication.

Sanctions

4

2010-001139 BCC Oct. 07, 2010 Page 15

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

The Board may impose any one or more of the following sanctions on a nonemployee for violations of the policy set forth herein:

(a) Rejection/disqualification of submittal (b) Termination of contracts; or (c) Suspension or debarment as provided in Sec. 46-102 of the Escambia County

Code of Ordinances. This policy is not intended to alter the procedure for Protested Solicitations and Awards as set forth in the Sec. 46-101 of the Escambia County Code of Ordinances.

III. FIRMS' EVALUATIONS AND SELECTION

The County shall follow the procedures of the Consultants' Competitive Negotiation Act, Title XIX, Chapter 287, Section 055 of the Florida Statutes. The selection committee shall consider such factors as:

Points 1. Experience with design of Highways or Roads and associated 20

infrastructure. The firm's experience preparing roadway design and plans for Escambia County is a consideration. The firm should be familiar with the Florida Green Book, Escambia County Technical Specifications, FDOT Design Standards, FDOT Standard Specifications for Road and Bridge Construction, Federal Highway Administration, AASHTO, and MUTCD requirements

2. Experience with drainage design and basin studies. The firm's 20 experience preparing drainage designs & plans for Escambia County is a consideration. The firm should be familiar with drainage basin studies and how such basin studies are performed. Does the firm have experience preparing drainage basin studies or drainage designs for Escambia County or other municipalities? Does the firm have experience modeling stormwater designs?

3. Recent and current workloads. The firm's recent and current 15 workload should be considered in the selection criteria, such as how many projects and how much the firm is currently under contract with Escambia County. How many projects are listed in the firm's response? How many projects are active? The intent of this selection criterion is to provide a fair distribution of projects without loading any one firm up with a majority of the projects.

5

201.0-001139 BCC Oct. 07, 2010 Page 16

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

4. Ability to handle permitting and utility coordination. The firm 20 shall be familiar with Environmental Resource Permitting requirements of the Northwest Florida Water Management District, as well as the requirements of Florida Department of Environmental Protection, and the Army Corps of Engineers. The firm's response should demonstrate such experience in their response. The firm should also be familiar with and have an understanding of the utility companies that may be impacted during the design and construction of the project.

5. Past record and performance, background experience & 15 technical expertise of firm & individual team members. Past records of performance shall be considered in the selection criteria. Consultant evaluation records should be of a positive nature. Any negative consultant evaluations reflecting poor performance should be strongly considered with a low ranking. The firms should also be ranked based upon the record of performance reflected in their response. A firm without any past Escambia County evaluation records should not reflect a poor score. Record of performance should be clearly documented in their response. The qualifications of the firm and individuals within the firm shall be considered with respect to the GSA Codes identified above for this project. The primary Civil Engineering discipline (function code 12), CADD Technician discipline (function code 08), and experience category for designing Stormwater Handling and Facilities (profile code S13) are a requirement of the firm. Firm needs to also have the capability to work with survey data provided by the County's Surveying Division having staff knowledgeable in surveying and CADD. Secondary GSA codes listed above should improve the firms ranking scores, but not all of the secondary codes are necessarily a requirement of the firm.

6. Ability to communicate effectively with County Staff, 5 Contractors, or Residents, when required. The firm should have the ability to effectively communicate with County Staff concerning any issues that may arise during design or in the construction phase. The firm should have an understanding of general practices of construction to be able to communicate with the contractor in the event changes to the plans need to be made during the construction phase. The firm should have the ability to effectively communicate with the general public throughout all phases of the project when they express their concerns of the project.

6

2010-001139 BCC Oct. 07, 2010 Page 17

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

7. Recognition, understanding, capability and resources to

5 perform the services specific to the project. The firm's response should demonstrate a clear understanding of the scope of services for the project. The firm shall have the resources either within the firm or listed as a team member to address all aspects of the GSA Codes listed.

Award(s) resulting from this solicitation shall be subject to the provisions of Chapter 1-9-5, CONSULTANTS of the Ordinances of Escambia County and Procedure PP-250 VENDOR PERFORMANCE EVALUATIONS of the Purchasing Policies and Procedures of Escambia County.

IV. SCHEDULE

The following schedule shall be adhered to in so far as practical in all actions related to this procurement:

Mailing date of proposals Monday, July 26, 2010

Letters of Interest due date 11:59 p.m. CDT, Wednesday, August 10, 2010

Short-Listing Meeting Thursday, August 19, 2010

Discussions with Short-Listed Firms Tuesday, August 31, 2010

Negotiations with First Ranked Firm Tuesday, September 14, 2010

Board of County Commissioners approval Thursday, October 7, 2010

V. SUBMITTAL REQUIREMENTS

The County has implemented an Electronic Submittal Process that utilizes GovernmentForms.software® (GFS) to generate a customized version of the Standard Form (SF) 330 in a specific format. Other items shall be in PDF format and must be submitted by electronic upload via GFS or manually via the County's web site at http://submittals.myescambia.com/

Required items are described below:

1. Letter of Interest (PDF format) Letter of Interest prepared by a corporate officer or principal of the firm authorized to obligate the firm contractually.

2. Standard Form (SF) 330 — Part I (GFS format) Generated by GovernmentForms.software®, maximum 50 pages, includes: • Standard Form (SF) 330 - Part I, Section A-C

Page Limit: Typically just 1 page in length

7

2010-001139 BCC Oct. 07, 2010 Page 18

PD 09-10.076, Design Services for 10 Mile Roadway and Drainage Improvements from N. Palafox St. to Chemstrand Rd.

• Standard Form (SF) 330 - Part I, Section D Not required by County for this submittal

• Standard Form (SF) 330 - Part I, Section E Page Limit: 20 pages/resumes

• Standard Form (SF) 330 - Part I, Section F Page Limit: 10 pages/projects

• Standard Form (SF) 330 - Part I, Section G Page Limit: 1 page

• Standard Form (SF) 330 - Part I, Section H Page Limit: No section limit, although total form length shall not exceed 50 pages.

Requirements for this section (to be included in Letter of Interest): • Proposers shall include any additional information to represent your firm

for consideration. • Proposers shall list any work which their organization failed to complete in

the last five (5) years and describe the when, where, how and why of such failure.

• Proposers shall list any officer or partner of their team who in the last five (5) years failed to complete a contract handled in his/her name and to discuss the reasons thereof.

• Proposers shall list any lawsuits in which their team (firms and individuals) is involved relative to services performed or failed to perform over the last five (5) years.

8