Back to Calendar
Return
|
|
County Administrator's Report   9. 40.
|
BCC Regular Meeting |
Budget & Finance Consent   |
|
|
RECOMMENDATION: |
Recommendation Concerning Contract Award for Design Services for Woodlands Subdivision Drainage Improvement Project for Joy Jones, P.E., Engineering Department Director - Paul Nobles, Purchasing Manager, Office of Purchasing
That the Board approve, and authorize the County Administrator to sign, the Agreement between Escambia County, Florida, and HDR Engineering, Inc., per the terms and conditions of PD 18-19.091, Design Services for Woodlands Subdivision Drainage Improvement Project for Joy Jones, P.E., Engineering Department Director, in the amount of $192,490.24 for basic design services, and $107,148.06 for optional/allowance for complete design, for a lump sum amount of $299,638.30.
[Funding: Fund 353, LOST IV; Cost Center 210106, Transportation & Drainage, Object Code 56301, Improvements Other Than Buildings, Project #: 19EN0775]
NON ADA COMPLIANT DOCUMENTS DISTRIBUTED UNDER SEPARATE COVER:
Solicitation
Register of Submitters
Selection Committee Rankings
Bid Distribution List
Agreement with Exhibits |
BACKGROUND: |
HDR Engineering, Inc., will develop a comprehensive drainage improvement plan addressing flooding issues in several project areas within the Woodlands Subdivision and surrounding properties along Sunnehanna Drive, Westchester Drive, Quail Hollow Boulevard, Quail Hollow Court, Scenic Hills Drive, Thunderbird Drive and Scenic Hills Golf Course fairways 15, 16 and 17. This subdivision has multifamily dwellings, single family residences, and commercial properties bordering the area. Several storm events have impacted the area resulting in flooding. Maintenance items have had little effect on reducing the negative impacts of reoccurring floods. HDR will study the Scenic Hills Drainage Basin and design for storm water improvements for the project area. The study phase will include preliminary survey, data collection and public involvement to determine the extent of stormwater improvements needed. The design phase will include design of construction documents, permitting, bidding, and other services.
The Request for Letters of Interest were sent to 155 individuals representing 98 firms on July 17, 2019. Five firms responded and the Selection/Negotiation Committee short-listed the firms in the following order:
1. HDR Engineering, Inc.;
2. Municipal Engineering Services, Inc.;
3. Mott MacDonald Florida, LLC;
4. Tetra Tech, Inc.; and
5. Baskerville-Donovan, Inc.
One negotiation meeting was held resulting in the Final and Best Offer being established on September 11, 2019, in the amount of $192,490.24 for basic design services, and $107,148.06 for optional/allowance for complete design, for a lump sum amount of $299,638.30. |
BUDGETARY IMPACT: |
Funding: Fund 353, LOST IV; Cost Center 210106, Transportation & Drainage, Object Code 56301, Improvements Other Than Buildings, Project #: 19EN0775
|
LEGAL CONSIDERATIONS/SIGN-OFF: |
Attorney Standard Form of Contract, 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, Florida 1999, Chapter 46, Finance, Article ll Purchases and Contracts, and Florida Statute 287.055, Competitive Consultants Negotiation Act. |
IMPLEMENTATION/COORDINATION: |
The Office of Purchasing will issue the Attorney Standard Form of Contract, Form G, Consulting Services for Stand-Alone Projects. |
|
|
|