Print Back to Calendar Return
  County Administrator's Report     11. 18.    
BCC Regular Meeting Budget & Finance Consent  
Meeting Date: 05/19/2016  
Issue:    PD 15-16.021 Contract Award for Design Services for Quietwater Beach Ferry Landing Site Project
From: Claudia Simmons
Department: Asst County Administrator  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning the Contract Award for Design Services for Quietwater Beach Ferry Landing Site Project - Claudia Simmons, Purchasing Manager, Office of Purchasing

That the Board approve and authorize the County Administrator to sign the Agreement between Escambia County and Hatch Mott MacDonald Florida, LLC, per the terms and conditions of PD 15-16.021, Design Services for Quietwater Beach Ferry Landing Site Project, for a lump sum for Phase I of $116,997, a not-to-exceed amount of $53,538 for Phase II, and a not-to-exceed amount of $86,545 for Phase III, with a combined total of $257,080, contingent on funding for Phases II and III.

[Funding:  LAP Quietwater Beach Landing, Cost Center 210115, Object Code 56301, Project Number 16EN3434 $116,997]
BACKGROUND:
The County has successfully secured Federal Land Access Program (FLAP) Grant funding in 2015, co-sponsored with the National Park Service (NPS), to prepare a master plan for the Quietwater Boardwalk area for the ferry landing site, and design of Phase 1 facilities necessary to provide passenger services and loading/unloading for NPS concessioner-operated ferry vessels during ferry service operations.  Upon completion of the design, the County will begin the construction phase which is anticipated to be complete in February of 2017.  Funding for construction is included in the same FLAP Grant.

Request for Letters of Interest,  PD 15-16.021, Design Services for Quietwater Beach Ferry Landing Site Project were publicly noticed on Tuesday, February 16, 2016, to 116 known firms.  Responses were received from three firms on Wednesday, March 16, 2016.  Discussions were held with the three firms on Wednesday, March 30, 2016.  The Selection Committee ranked in the following order:

1. Hatch Mott MacDonald Florida, LLC
2. Volkert, Inc.
3. Preble-Rish, Inc.

Hatch Mott MacDonald Florida, LLC, provided their initial fee proposal dated April 29, 2016, based on the scope of work in the solicitation at a total for Phases I, II & III of $263,785.  Negotiations were held on Tuesday, May 2, 2016, and Wednesday, May 3, 2016.  At the second meeting, negotiations established a total for Phase I, II, & III of $257,080.
BUDGETARY IMPACT:
Funding:  LAP Quietwater Beach Landing, Cost Center 210115, Object Code 56301, Project Number 16EN3434 $116,997
LEGAL CONSIDERATIONS/SIGN-OFF:
Attorney Standard Form of Contract Form G, Consulting Services for Stand-Alone Services.
PERSONNEL:
All work associated with this recommendation was done in-house and no additional staff was required.
POLICY/REQUIREMENT FOR BOARD ACTION:
The County has successfully secured Federal Land Access Program (FLAP) Grant funding in 2015, co-sponsored with the National Park Service (NPS), to prepare a master plan for the Quietwater Boardwalk area for the ferry landing site, and design of Phase 1 facilities necessary to provide passenger services and loading/unloading for NPS concessioner-operated ferry vessels during ferry service operations. Upon completion of the design the county will begin the construction phase which is anticipated to be complete in February of 2017. Funding for construction is included in the same FLAP grant.

Request for Letters of Interest, PD 15-16.021, Design Services for Quietwater Beach Ferry Landing Site Project were publicly noticed on Tuesday, February 16, 2016 to one hundred sixteen known firms.  Responses were received from three firms on Wednesday, March 16, 2016.  Discussions were held with the three firms on Wednesday, March 30, 2016.  The Selection Committee ranked in the following order:
1. Hatch Mott MacDonald Florida, LLC
2. Volkert, Inc.
3. Preble-Rish, Inc.

Hatch Mott MacDonald Florida, LLC provided their initial fee proposal dated April 29, 2016 based on the scope of work in the solicitation at a total for Phases I, II & III of $263,785.  Negotiations were held on Tuesday, May 2, 2016 and Wednesday, May 3, 2016.  At the second meeting, negotiations established a total for Phase I, II, & III of $257,080.
IMPLEMENTATION/COORDINATION:
The Office of Purchasing will issue the Attorney's Standard Form of Contract, G, Consulting Services for Stand-Alone Services and Purchase Order.

Attachments
Agreement

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