Print Back to Calendar Return
  County Administrator's Report     9. 39.    
BCC Regular Meeting Budget & Finance Consent  
Meeting Date: 10/17/2019  
Issue:    Contract Award for A&E Services for MC Blanchard Judicial Building Main Entrance Modifications
From: PAUL NOBLES
Department: Asst County Administrator  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning Contract Award A&E Services for MC Blanchard Judicial Building Entrance Modifications - Robert Dye, Interim Facilities Managment Director, through Paul Nobles, Purchasing Manager, Office of Purchasing

That the Board approve, and authorize the County Administrator to sign, the Agreement between Escambia County and Townes + Architects, P.A., per the terms and conditions of PD 18-19.050, A&E Services for M.C. Blanchard Judicial Building Main Entrance Modifications in the amount of $48,875.

NON ADA COMPLIANT DOCUMENTS DISTRIBUTED UNDER SEPARATE COVER:
Vendor Notification
Register of Submitters
Committee Final Ranking Scores
Committee Final Ranking Notice
Agreement with Exhibits

[Funding:  Fund 353, LOST IV, Cost Center 410147, Object Code 56201, Project No. 19JS0759]
BACKGROUND:
On Jury selection day and high docket court days, the main entrance is congested with the public trying to enter the MC Blanchard Judicial building and going through the security screening process. During inclement weather, there are very few options for the public to take shelter.

Court Administration at the MC Blanchard Judicial Building requested funds for the renovation of the public entrance of the facility in order to help keep the public out of the weather while they await entry through Security portals.

The Board approved $400,000 for these modifications in the 2018/2019 budget (LOST IV).

Requests for Letters of Interest, PD 18-19.050, A&E Services for M.C. Blanchard Judicial Building Main Entrance Modification were publicly noticed on May 20, 2019, to 181 known firms. Responses were received from two firms on June 4, 2019.

The Selection/Negotiation Committee ranked in the following order on July 3, 2019:

1. TOWNES + architects, P.A. 
2. Sam Marchall Architects

The first negotiation meeting was held on July 30, 2019.  Final and Best Offers were established on August 13, 2019, establishing the fee at a lump sum of $48,875.
BUDGETARY IMPACT:
Funding:  Fund 353, LOST IV; Cost Center 410147, Object Code 56201, Project No. 19JS0759
LEGAL CONSIDERATIONS/SIGN-OFF:
This Agreement is the Standard Form G Consulting Services for Stand Alone Projects.
PERSONNEL:
All work associated with this Recommendation was done in-house and no additional staff was required.
POLICY/REQUIREMENT FOR BOARD ACTION:
This Recommendation is in compliance with the Code of Ordinances of Escambia County, FL 1999, Chapter 46, Finance, Article II Purchases and Contracts and Florida Statute 287.055, Competitive Consultants Negotiation Act.
IMPLEMENTATION/COORDINATION:
The Office of Purchasing will issue the Attorney's Contract and Purchase Order.

Attachments
No file(s) attached.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved