Print Back to Calendar Return
  County Administrator's Report     12. 8.    
BCC Regular Meeting Technical/Public Service Consent  
Meeting Date: 11/05/2015  
Issue:    Amendment to the Agreement for Professional Consulting Services (PD 02-03.079)
From: Claudia Simmons
Department: Asst County Administrator  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning the Amendment to the Agreement for Professional Consulting Services (PD 02-03.079) - Claudia Simmons, Office of Purchasing, Purchasing Manager

That the Board approve the form Amendment to the Agreement and authorize the County Administrator to execute the Amendment to the Agreement for Professional Consulting Services (PD 02-03.079, Professional Services as Governed by Florida Statute 287.055), between Escambia County, Florida, and the following firms, amending:

Article 7, paragraph 7.2 to read as follows:
 
7.2        The County or the Consultant may request changes that would increase, decrease, or otherwise modify the Scope of Work of individual project task orders.  Such changes must be negotiated and mutually agreed upon by both parties.  The mutual agreement will be formalized by a the County providing written change order to the task order issued by the County notice to the Consultant.
 
Exhibit “A” to read as follows:
           
“Fee Schedules” for the continuing contract shall be established based on the “Current Averages for Audited Overhead, Expense and Facilities Capital Cost of Money (FCCM) Rates” as provided in the current Florida Department of Transportation (FDOT) Negotiation Handbook Guidelines For Professional Services Contracts, which is incorporated by reference hereinthe following:
 
  • Maximum Overhead – 168%
  • Maximum Profit – 12%
  • Maximum FCCM – 1.50%
  • Maximum Multiplier – 301.66% (providing no single item above is exceeded
Existing Hourly Rates for each firm (based on an audited or auditable financial package)

Advanced Environmental Technologies, LLC
Alliance Design Group, P.A.
AMEC Environment & Infrastructure, Inc.
American Consulting Engineers of Florida, LLC
ARCADIS U.S., Inc.
Ascendant Solutions, LLC
Atkins North America, Inc.
Baskerville-Donovan, Inc.
Bay Design Associates Architects, PL
Bayside Consulting Group of Northwest Florida, LLC
Bellomo-Herbert and Company, Inc.
Berube Leonard, LLC
Biological Research Associates, LLC
Biome Consulting Group, LLC
Bosso-Imhof Environmental Services, Inc.
Broadway Engineering, P.A.
Buchart Horn, Inc.
Bullock Tice Associates, Inc.
Caldwell Associates Architects, Inc.
Cardno, Inc.
Choctaw Engineering, Inc.
Clemons, Rutherford & Associates, Inc.
Comprehensive Engineering Services, Inc.
Connely & Wicker, Inc.
CSA Group, Inc.
DAG Architects, Inc.
David W. Fitzpatrick, P.E., P.A.
Dell Consulting, LLC
Dyer, Riddle, Mills & Precourt, Inc.
Emerald Ocean Engineering
Engineering & Planning Resources, P.C.
EnSafe, Inc.
Environmental and Geotechnical Specialists, Inc.
Environmental Consulting & Technology, Inc.
Fabre Engineering, Inc., d/b/a Fabre Engineering & Surveying
Florida Bridge and Transportation, Inc.
Geci & Associates Engineers, Inc.
Geographic Technologies Group, Inc.
Geosyntec Consultants, Inc.
Goodwyn, Mills and Cawood, Inc.
Greenhorne & O'Mara, Inc.
Grimail Crawford, Inc.
Gulf Breeze Consulting, Inc.
Gulf Civil Engineering, Inc.
Gulf Coast Architectural Group, Inc.
Gulf States Engineering, Inc.
Hammond Engineering, Inc.
Handex Consulting and Remediation - Southeast, LLC
Harvard Jolly Clees Toppe Architects, P.A.
Hatch Mott MacDonald Florida, LLC
HDR Engineering, Inc.
Heffernan Holland Morgan Architecture, P.A.
Herbert-Halback, Inc.
Hernandez & Swift Associates, Inc.
Hernandez Calhoun Design International, P.A.
H.M. Yonge & Associates, Inc.
HSA Consulting Group, Inc.
Humber Garick Consulting Engineers, Inc.
Infrastructure Engineers, Inc.
Innovative Waste Consulting Services, LLC
Ivanco, Inc.
jehle-halstead, Inc.
JMA Engineering Services, Inc.
Joe DeReuil Associates, LLC
Jones Edmunds & Associates, Inc.
Kenneth Horne & Associates, Inc.
KHAFRA Engineering Consultants, Inc.
Kimley-Horn and Associates, Inc.
KJM Surveying, Inc.
Klocke & Associates, Inc.
LandMark Engineering and Land Planning, Inc.
Leidos, Inc.
Mehta and Associates, Inc.
MEP Engineering Solutions, Inc.
Merrill Parker Shaw, Inc.
Metric Engineering, Inc.
MRD Associates, Inc.
Municipal Engineering Services, Inc.
Neel-Schaffer, Inc.
Nobles Consulting Group, Inc.
NOVA Engineering and Environmental, LLC
Olsen Associates, Inc.
Peterson Engineering, Inc.
Preble-Rish, Inc.
Pittman, Glaze & Associates, Inc.
Premier Engineering Group, LLC
Professional Service Industries, Inc.
Quina Grundhoefer Architects, P.A.
Rebol-Battle & Associates, LLC
Reynolds, Smith and Hills, Inc.
RSW of NW FL, Inc., dba 360 Surveying Services
Sain Associates, Inc.
Sam Marshall Architects, P.A.
Schmidt Consulting Group, Inc.
Stearns, Conrad and Schmidt, Consulting Engineers, Inc., d/b/a SCS Engineers, Florida
Sigma Consulting Group, Inc.
Singhofen & Associates, Inc.
Southeastern Archaeological Research, Inc.
Southeastern Surveying and Mapping Corporation
Southern Site & Utility Design, Inc.
STOA International/Florida, Inc.
Strobel & Hunter, Inc.
Terracon Consultants, Inc.
The WIT Group, Inc.
Thompson Engineering, Inc.
TOWNES + architects, P.A.
URS Corporation Southern
VANUS, Inc.
Volkert, Inc.
Wetland Sciences, Inc.
WK Dickson & Co., Inc.
Wolf Riddle & Associates
Wood+Partners, Inc.
BACKGROUND:
The legal advertisement for this “Request for Letters of Interest” (RLI) was originally advertised in the Pensacola News Journal on Sunday, August 24, 2003, and has been open for additional firms on a continual basis. The purpose of the amendment to the agreement is to allow for extensions of time through written notification by the County for a change in schedule and to establish a method for keeping up with the changes in overhead rates over the life of the agreement  by following  the  Florida Department of Transportation guidelines.

Under the current contract, changes in scope or time extensions must be memorialized in a change order routed through the County's financial system even though there is no financial implication.  This change will allow modifications to scope and time to be granted through a written memorialized instrument, but it will not require a change order in the finance system unless there are financial implications.

In addition Exhibit A is amending the maximum allowable rates to mirror those of FDOT.  It should be noted that these are the maximum allowable rates and may be negotiated downward during each solicitation.
BUDGETARY IMPACT:
N/A
LEGAL CONSIDERATIONS/SIGN-OFF:
Contract Amendment prepared by Assistant County Attorney, Kristin Hual.
PERSONNEL:
N/A
POLICY/REQUIREMENT FOR BOARD ACTION:
This recommendation is in compliance with the provisions of the Code of Ordinances of Escambia County, Florida, 1999, Chapter 46, Finance, Article II Purchases and Contracts and F.S. 287.055 “Consultants’ Competitive Negotiation Act”.The purpose of the amendment to the agreement is to allow for extensions of time through written notification by the County for a change in schedule and to establish a method for keeping up with the changes in overhead rates over the life of the agreement  by following  the  Florida Department of Transportation.Under the current contract, changes in scope or time extensions must be memorialized in a change order routed through the County's financial system even though there is no financial implication.  This change will allow modifications to scope and time to be granted through a written memorialized instrument, but it will not require a change order in the finance system unless there are financial implications.

In addition Exhibit A is amending the maximum allowable rates to mirror those of FDOT.  It should be noted that these are the maximum allowable rates and may be negotiated downward during each solicitation.
IMPLEMENTATION/COORDINATION:
Upon Contract Amendment signature by each firm, the Office of Purchasing shall notify the Department(s).

Attachments
Amendment to Agreement
Excerpt FDOT Guideline

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