CITY OF TITUSVILLE, FLORIDA

Similar documents
CITY OF TITUSVILLE, FLORIDA

INVITATION TO BID U Directional Boring Utility Department

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

INVITATION TO BID-R Frieda Zamba Pool Renovations

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

City Of Titusville, Florida

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

CITY OF TITUSVILLE, FLORIDA

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES FOR ON-GOING LAND SURVEYING AND MAPPING SERVICES RFQ#

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

Glenwood/Bell Street Well Pump and Piping Construction

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

REQUEST FOR QUALIFICATIONS. ENGINEERING SERVICES FOR THE DESIGN & PERMITTING FOR THE PAVING OF 3 MILES OF OC HORNE RD (Existing unpaved road)

INVITATION TO BID (ITB)

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

Request for Proposal

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

CITY OF TITUSVILLE FORMAL INVITATION FOR SEALED BID. This is not an order! Critical Response Data

ITB Document and updates are on the College website:

REQUEST FOR PROPOSALS CONCESSION OPERATION/SERVICES

3B 72) 1.0 INTRODUCTION

OFFICIAL BID FORM & BID DOCUMENTS

THE CITY OF DAYTONA BEACH OFFICE OF THE PURCHASING AGENT

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

construction plans must be approved for construction by the City PBZ department.

Dedicated to Excellence... People Serving People

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

INVITATION TO BID. ITB WDSC-TV Cameras

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

Request for Proposals (RFP)

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

Bid #:15-B-046 Due Date: June 29, 3:00 PM Mail Date: June 15, 2015 Contract Respond: City of Titusville Specialist: Tom Flowers

City of St. Pete Beach Request for Qualifications Construction Management Services for St. Pete Beach Library Restoration

REQUEST FOR QUALIFICATIONS FOR HOOD ROAD MEMBRANE WATER TREATMENT PLANT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

INVITATION TO BID (ITB)

Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board.

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Proposal

Bid #:13-B-034 Due Date: July 2, 3:00 PM Mail Date: June 4, 2013 Wynn Greene Sr. Procurement Analyst II

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

PUBLIC NOTICE FOR EDUCATIONAL CONSULTANT RFQ # DUE DATE: APRIL 7, 2015 AT 2:00 P.M. EST

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

BIDDING AND CONTRACT DOCUMENTS ITB

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

City of Albany, New York Traffic Engineering

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY

INVITATION TO BID NATURAL GAS POWERED EMERGENCY GENERATOR ITB #

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

RFQu # Musical Instruments July 25, 2018

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

INVITATION TO BID (ITB)

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

Municipal Service Benefit District P.O. Box Doctors Inlet, FL 32030

CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-26

REQUEST FOR PROPOSALS (RFP) Audit Services

Transcription:

RFQ #: 12-Q-035 Due Date: May 25, 2012 @ 3:00 pm Mail Date: April 25, 2012 Buyer: Jesus M. Vieiro 321-383-5815 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806) RFQ Title/Name: Professional Engineering, Surveying and Architectural Services CITY OF TITUSVILLE, FLORIDA REQUEST FOR QUALIFICATIONS (RFQ) CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING, SURVEYING AND ARCHITECTURAL SERVICES April 2012 RFQ12-Q-035 Page 1 of 22

REQUEST FOR QUALIFICATIONS RFQ FLORIDA LICENSED ENGINEER (S), SURVEYOR (S) & ARCHITECT (S) PURSUANT TO THE CONSULTANTS COMPETITIVE NEGOTIATIONS ACT (CCNA), FLORIDA STATUTE 287.055, THE CITY OF TITUSVILLE HEREBY INVITES INTERESTED FLORIDA LICENSED PROFESSIONAL ENGINEERS, SURVEYORS AND ARCHITECTS TO PRESENT THEIR QUALIFICATIONS PERTAINING TO VARIOUS RELATED PROFESSIONAL CONSULTING SERVICES REQUIRED BY THE CITY FROM TIME TO TIME ON AN AS NEEDED BASIS. THE CONTRACTS WILL BE THREE YEARS, WITH TWO (2) OPTIONAL ONE (1) YEAR EXTENSIONS THEREOF UPON MUTUAL CONSENT OF THE PARTIES. QUALIFICATIONS WILL BE ACCEPTED AT CITY HALL BY THE PURCHASING AND CONTRACTING ADMINISTRATION DIVISION, 555 S. WASHINGTON AVENUE, TITUSVILLE, FLORIDA 32796, UNTIL 3PM ON MAY 25, 2012. SEALED ENVELOPES ARE TO BE MARKED AS FOLLOWS: RFQ:12-Q-035 TITLE: ENGINEERING & ARCHICTECTURAL SERVICES OPEN: MAY 25, 2012 @ 3:00 P.M. Qualified Firms interested in responding to this Request for Qualifications may request a general information package, which contains details relevant to this RFQ, from the Purchasing and Contracting Administration office 321-383-5815 located at the above indicated address in City Hall. Your attention is directed to F.S. Section 287.133 (2) (A) Public Entity Crime, which prohibits certain persons or affiliates who have been convicted of a public entity crime from responding to this solicitation. A form is included in the information package for your execution and submission. A Drug Free Workplace Form is included in the information package for your execution and submission. Failure to execute and submit the above forms will subject your response to disqualification. Firms interested in submitting a response to this RFQ agree not to contact (lobby) City Council Members or any employee or agent of the City at any time during the solicitation period and selection process. All oral or written inquires must be directed to the Purchasing and Contracting Administrator. Any other contact with the owner will be considered inappropriate and subject your response to rejection/disqualification. Questions concerning this RFQ should be directed to Jesus M. Vieiro, Purchasing and Contracting Administrator 321-383-5815. RFQ12-Q-035 Page 2 of 22

CITY OF TITUSVILLE Request For Qualifications (RFQ) Professional Engineering, Surveying & Architectural Services 1. GENERAL INFORMATION Pursuant to Consultants Competitive Negotiations Act (CCNA), F.S. 287.055, the City of Titusville hereby invites interested Florida Licensed Professional Engineers, Surveyors and Architects to present their qualifications pertaining to various engineering, surveying & architectural services required by the City from time to time on an as needed basis. The City intends to award Non-exclusive Continuing Services Contract(s), which will be referred to as Master Agreement(s), to multiple firms for a three (3) year term, with two (2) optional one (1) year extensions thereof upon written consent of the parties. Work, under the Master Agreement(s), shall be assigned by means of Work Orders, which have been duly authorized by the City and executed by the City and the Consultant. 2. SCOPE OF SERVICES The Scope of Services is anticipated to include, but not be limited to the planning, programming, engineering, design, inspection, project management, technical and survey/mapping services, public presentation and discussion, and general consulting regarding any technical issues and construction of various municipal projects requiring engineering and/or architectural services in the following areas: 1. Project work requiring Various Engineering/Architectural discipline qualifications and specializations such as: A. Civil Engineering including specialization areas such as: Water Resources. Water Production and Wastewater Plant Facilities improvements. Water Production and Wastewater Operating Systems improvements including Mechanical & Electrical Systems, Instrumentation & Controls, Systems Modeling, etc. Storm water & drainage improvements and management, Public utility systems (water, sanitary sewer and reclaimed water), Geotechnical Engineering, Road, bridge and parking facilities improvements, Traffic Engineering, Signalization, Signage, Traffic Studies, Land Surveying, Mapping and GIS services, Environmental Projects, Municipal Regulatory Reviews, Municipal Planning, Public buildings and facilities improvements, Structural, Marine Projects, RFQ12-Q-035 Page 3 of 22

B. Mechanical (including HVAC). C. Electrical Systems. D. Architectural specialization areas such as: Public buildings facilities space planning, analysis and studies. Public buildings facilities modifications and/or improvements. Public buildings envelope modifications and/or improvements Public parks improvements and landscaping. Community Development improvements. 2. The Engineering Services requirements shall include, but not be limited to: Field investigations, analysis, evaluations, assessments, appraisals, surveys, studies and reports. Water resource investigation and consumptive use permitting, Comprehensive municipal planning, including building and zoning. Site plan or development review. Varying degrees of project design from conceptual to final. Preparation of detailed construction bid specifications, drawings and plans. Assist as required in the procurement of construction services. Project Permitting with Agencies having jurisdiction. Assist the City as required in the acquisition of property(ies). Varying degrees of Project cost estimates from conceptual to detailed. Varying degrees of Project construction schedules from conceptual to detailed. Project management services including construction inspection, submittal reviews, quality control, cost control, review of as built drawings, etc. Ordinance preparation. Develop and /or prepare Project Manuals or Reports. Assisting the City in securing grants or project financing. Interpretation of Federal, State and Local regulation. Assist the City with Project Start-up. Provide other engineering or architectural services as directed by the City. NOTE: Each individual assignment would be the subject of a Work Order with a Negotiated Fee supplemental to the Master Agreement. 3. DEVELOPMENT COSTS The City of Titusville shall not be held liable for any expenses incurred in connection with the preparation of a response to this RFQ or cost associated with interview for same. 4. INQUIRIES Interested parties having questions regarding this RFQ shall address their questions in writing to the following: RFQ12-Q-035 Page 4 of 22

Jesus M. Vieiro Purchasing and Contracting Administrator City of Titusville 555 S. Washington Avenue Titusville, FL 32796 5. DELAYS The City reserves the right to delay or alter any date or time schedule if the City deems it is in its best interest to do so. 6. INSURANCE REQUIREMENTS A. General Before starting work, the Consultant shall procure and maintain minimum levels of insurance as specified by this section. B. Coverage Except as otherwise stated, the amounts and types of insurance shall conform to the following minimum requirements: 1) Worker s Compensation Coverage to apply to all employees for Statutory Limits in compliance with the applicable state and federal laws. In addition, the policy must include: a. Employer s liability with a limit of $1,000,000 each accident and disease. 2) Commercial General Liability Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, on an occurrence basis, filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Minimum limit of $2,000,000 General Aggregate (per project). b. Premises and Operations minimum limits of $1,000,000 per occurrence and $2,000,000 General Aggregate (per project). c. Independent Contractors d. Products and completed Operations Consultant shall maintain in force until at least three (3) years after completion of all services required under the Contract, coverage for products and completed operation. e. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. RFQ12-Q-035 Page 5 of 22

3) Business Auto Policy Coverage must be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. b. Owner Vehicles c. Hired and Non-Owned Vehicles. 4) Professional Liability The Consultant shall maintain a professional liability insurance policy in the amount $2,000,000 during the term of this Contract. Such coverage shall be maintained for a period of three (3) years following completion and acceptance of any work performed under this agreement. In the event the Consultant fails to secure and maintain such coverage, Consultant shall be deemed the insurer of such professional liability insurance and shall be responsible for all damages suffered by the City as a result thereof, including attorney s fees and costs. 5) Umbrella Liability The Consultant shall maintain umbrella liability insurance policy in the amount $2,000,000 per project during the term of this Contract. 6) Additional Insured The City is to be specifically included as an additional insured. Consultant s insurance including that applicable to the City as an Additional Insured shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute with Consultant s insurance. Consultant s insurance shall contain a severability of interest provision, providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. 7) Notice of Cancellation and/or Restriction Each policy must be endorsed to provide the City with a minimum of forty-five (45) days notice of cancellation and/or restriction. 8) Certificates of Insurance Certificates of insurance evidencing the Insurance coverage specified in this section shall be provided to the City before operations are begun. The required certificates of insurance shall name the types of policies provided. If the initial insurance expires prior to the completion of the work, renewal certificates of insurance and required copies of policies shall be furnished thirty (30) days prior to the date of their expiration. 7. CONTENTS OF THE FIRMS STATEMENT OF QUALIFICATIONS Each firm, which desires to apply for consideration, shall submit seven (7) copies of their Statement of Qualification. Firms responding to this RFQ are encouraged to review, in addition to the Scope of Services described in this document, the Type(s) of Work and details provided in Exhibit B, and determine the Type(s) of Work that they specialize in and are qualified to perform. RFQ12-Q-035 Page 6 of 22

The Statement of Qualifications shall include a letter of interest with a brief introduction of the firm (not to exceed two (2) pages) and also provide other details such as: the length in time and nature of business, size of firm, management team, technical and support staff, principals involved, etc. (flow chart may be provided, and the following: 0. Types of Work/ Areas of Specialization 0.1) Indicate the area(s) of specialization of the firm and its capabilities. 0.2) List the Type(s) of Work that the firm is qualified to perform and is (are) being offered for the City s consideration, preferably no more than three (3) types. Only the first three (3) types of work identified in submittal will be considered. Firms may be considered in one or two additional types of work for areas of specialization where less than three firms have applied for. 1. History details 1.1) List all terminated contracts providing reason for and date of termination, Owner and other pertinent details, 1.2) List of filed lawsuits providing details of the claim, Owner, the status of the case and resolution where applicable. 2. Firm s experience Describe the firm s experience for each Type of Work or area of specialization to be considered by the City. Provide the following details for each Type of Work requested by the Consultant. 2.1) Provide details of no more than three contracts or completed projects for each Type of Work, including services performed, project owner and contact, contract amount, 2.2) Provide details for both (a) the firm and (b) current staff relative to three local contracts or completed projects, similar to the ones described herein, including services performed, project owner and contact, contract amount, 2.3) List the qualifications of key personnel that can be assigned to projects under this RFQ and describe for each Type of Work what projects they worked on, their involvement or responsibility, project completion dates and details as to whether projects were completed within Budget and Schedule. 2.4) For the projects submitted under 2.1 and 2.2 above provide original and actual start and completion dates. 2.5) For the projects submitted under 2.1 and 2.2 above provide the original Engineering Estimate amount and the Final Contract amount for both Engineering Services and project construction. 2.6) For the projects submitted under 2.1 and 2.2 above indicate the number of change orders, the total cost for all the change orders and the percentage of project cost. RFQ12-Q-035 Page 7 of 22

3. Firm s capabilities Describe the Firm s ability and capacity to perform contract services in a timely manner. Provide for each Type of Work requested a list of qualified and experienced personnel that usually performs the work indicating area of responsibility and work or service activity(ies) capable to perform, current assignments and availability to undertake additional work. Provide the schedules of ongoing and other contracted projects indicating the present and future involvement of the qualified personnel listed for each Type of Work. Chart showing availability of resources may be helpful. 4. Identify firms special resources and capabilities such as computer-aided drafting and design systems, lab and/or testing facilities, etc. 5. Distance in miles from the City of Titusville of the firm s office. 6. Copies of certification as Minority Business Enterprise. 7. Volume of work in $ awarded by the City of Titusville over the last five (5) years. 8. Submit a copy of your firm s current professional registration certificate, a copy of your firms Florida Corporate Charter as required by the Department of State to operate in Florida, an executed Drug Free Work Place Form, and an executed Public Entity Crime Form. Both forms are supplied in this RFQ package. Firms may also submit any additional marketing data that is applicable and they feel will be helpful in this process. Please refer to the Professional Services Evaluation Form attached hereto as Exhibit A for details of evaluation factors. 8. NON-LOBBYING AGREEMENT Firms interested in submitting a response to this RFQ, agree not to contact City Council Members or any employee(s) or agent of the City at any time during the solicitation period and selection process. All oral or written inquires must be directed through the Purchasing and Contracting Administrator. Any other contact with the owner will be considered inappropriate and subject your response to rejection. 9. SELECTION AND EVALUATION PROCEDURES The City of Titusville will award multiple contracts for services described in this RFQ. Contracts will cover one or more Types of Work preferably no more than three (3). In addition, the City reserves the right to award multiple contracts for specific Type(s) of Work as determined only by the City. The Statements of Qualifications received will first be reviewed to identify the Type(s) of Work and services that each firm requests to be considered for, and then evaluations will made by the Consultant Evaluation/Selection Committee committee which will review all Statements of Qualifications received. Each evaluation committee member will review the statement of qualifications submitted by each firm and will evaluate each firms qualifications utilizing the Professional Services Evaluation Form attached hereto and marked Exhibit A containing the RFQ12-Q-035 Page 8 of 22

specific evaluation criteria established for this RFQ. The scores of all the committee members will be added to determine the ranking of the firms (first, second and third) for short-listing and/or for recommendation for Council action to approve the ranking of the firms for each Type(s) of Work and authorize contract negotiation. Interviews may be required to rank the firms. Short-listing may not be required at the discretion of the City. 10. PRICE & CONTRACT NEGOTIATION Price and Contract Negotiation may take place only subsequent to Council s approval of the ranking of the firms for each Type(s) of Work and authorizing contract negotiations. Negotiations will begin with the number one ranked firm. Upon successful negotiation, the City Council must approve and authorize any agreement negotiated, or disapprove. 11. CITY COUNCIL ACTION After successful negotiations have taken place, City Council will be asked to approve. City Council action is final. 12. SUBMITTAL / WITHDRAWAL Consultant shall send Statements of Qualifications to: City of Titusville Attn: Purchasing and Contracting Administrator 555 S. Washington Avenue Titusville, FL 32796 All envelopes shall be marked as indicated in the invitation, and further, all submittals shall be submitted in strict accordance with the conditions stated in the invitation as published. Withdrawal may be accomplished only when the City receives a writing request at the address indicated above prior to the opening date. The reason for withdrawal must be stated in order to be considered for future work. RFQ12-Q-035 Page 9 of 22

PUBLIC ENTITY CRIMES Any person submitting a bid, proposal or reply in response to this invitation or a contract, must execute the enclosed form PUR. 7069, sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting contract, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132-133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. A public entity may not accept any bid, proposal or reply from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into a contract (formal contract or purchase order in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO) to provide goods or services to THE CITY OF TITUSVILLE, a person shall file a sworn statement with the Purchasing and Contracting Administrator or its designee, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR BID, PROPOSAL OR REPLY DOCUMENTS. NON-INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE, PROPOSAL OR BID. RFQ12-Q-035 Page 10 of 22

SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with the Professional Engineering, Surveying and Architectural Services RFQ for THE CITY OF TITUSVILLE. 2. This sworn statement is submitted by, whose business address is and (if applicable) its Federal Employer Identification (FEIN) is. 3. My name is (please print name of individual signing) and my relationship to the entity named above is. 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public RFQ12-Q-035 Page 11 of 22

entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) STATE OF FLORIDA COUNTY OF (Signature) Date: The foregoing instrument was acknowledged before me this day of, 2012 by, (title) on behalf of. He/she is personally known to me or has produced as identification and did ( ) did not ( ) take an oath. (Notary Signature) Name: My Commission Expires: Commission Number: RFQ12-Q-035 Page 12 of 22

DRUG-FREE WORKPLACE FORM The undersigned Consultant, in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: Consultant RFQ12-Q-035 Page 13 of 22

EXHIBIT A PROFESSIONAL SERVICES EVALUATION FORM FIRM S NAME: RFQ: TITLE: FACTORS TO BE RATED POINT RANGE TOTAL 1 Firm history Details of terminated contracts (for cause or other) 1-5 Details of filed lawsuits closed and pending 1-5 2 Firm s experience 2.1 Prior projects experience 1-15 2.2 Local knowledge and experience. 1-10 2.3 Qualified personnel and experience 1-15 2.4 Projects completed within original schedule. 1-10 2.5 Projects completed within original Engineers estimate. 1-10 2.6 Details of change orders, and related costs by project 1-10 3 Capability to handle more work. 1-10 4 Special resources or capabilities (computer-aided 1-3 drafting and design systems, in house laboratory, etc.,). 5 Proximity of the firm to the City of Titusville in miles. 1-5 6 Firm is a minority enterprise as certified by the State of Florida. 2 Total COMMENTS: List strengths, weaknesses and deficiencies to justify scores EVALUATOR SIGNATURE DATE: RFQ12-Q-035 Page 14 of 22

SCORING PROXIMITY TO THE CITY 1. WITHIN CITY LIMITS 5 POINTS 2. OUTSIDE CITY LIMITS TO 50 MILES 4 POINTS 3. OVER 50 MILES TO 100 MILES 3 POINTS 4. OVER 100 MILES TO 150 MILES 2 POINTS 5. OVER 150 MILES 1 POINT RFQ12-Q-035 Page 15 of 22

EXHIBIT B TYPES OF WORK The following is a list of the Types of Work the City of Titusville may require. Each Type of Work states the minimum service requirements by the City. Code Type of Work 100 Civil Engineering Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services in connection with Civil Engineering Projects as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in this general area. 101 Water Resource/Water Supply, Water Production, Wastewater Treatment, Water Distribution, Sewer Collection System, and Force Main and Lift and Pump Station Design Requires engineering and hydro-geological expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with Water Resources, including but not limited to water resource investigation, consumptive use permit-applications, water and wastewater treatment, water distribution, sewer collection, force mains and lift and pump station design as well as knowledge of current rules and regulations of local, state and federal agencies protecting the environment, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Water Resources. 102 Stormwater Management Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services for Stormwater Management Projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the RFQ12-Q-035 Page 16 of 22

EXHIBIT B Code Type of Work environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Stormwater Management. 103 Environmental Assessments Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services for Environmental Assessments, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Environmental Assessments. 104 Environmental Analysis of Fuel Storage Tanks Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services related to Environmental Analysis, Improvements and Relocation of Aboveground and/or Underground Fuel Storage Tanks, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code, the National Fire Protection Agency, the Uniform Fire Code, the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Underground and Aboveground Fuel Storage Tanks. 105 Geotechnical Engineering and Analysis Requires engineering expertise in connection with Geotechnical Engineering and Analysis. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the activities normally associated with this work. The Consultant must demonstrate the availability of proper equipment to perform the work as well as sufficient qualified staff to undertake the requirements normally associated with this type of work. RFQ12-Q-035 Page 17 of 22

EXHIBIT B Code Type of Work 106 Surveying Services Requires surveying expertise in the preparation of Boundary, Topographic and Right of Way Surveys and Sketches, Mapping and GIS services, and Legal Descriptions in conformance with the Florida Minimum Technical Standards. The firm must employ at least one land surveyor, registered with the Florida State Board of Land Surveyors, having at least one year of land surveying experience acting as responsible in charge. The consultant must employ and list sufficient staff to undertake the requirements normally associated with this type of work and must document the availability of proper equipment to perform this work. 107 Road & Bridge Design Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services for Road, Bridge and Parking Facilities Improvement Projects, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Road and Bridge design. 108 Traffic Engineering Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services for Traffic Engineering, Signalization, Signage, Traffic Studies, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Traffic Engineering. RFQ12-Q-035 Page 18 of 22

EXHIBIT B Code Type of Work 109 Marine Projects Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services in connection with Civil Engineering Projects for the Municipal Marina and other Marine Projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry, including the Department of Environmental Protection, the St. Johns River Water Management District, Florida Fish and Wildlife, Florida Inland Navigation, the United States Environmental Protection Agency and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in this general area. 110 Architectural Design Requires architectural expertise in planning, budget estimating, designing, permitting, preparing construction project management services related to Building Renovations, Modifications and Improvements. The firm must employ at least one architect, registered with the Florida State Board of Architecture and Interior Design. Additionally, the firm must have knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, City of Titusville Building Code and the United States Army Corps of Engineers. 111 Building Envelope Requires architectural expertise in planning, budget estimating, designing, permitting, preparing construction project management services related to Building envelope consulting services, consisting of evaluation, investigation, leak testing, remediation design, peer review, engineering, construction documentation, bid phase assistance, and construction period services. Building envelope systems consist of roofing, wall assemblies, masonry, windows, exterior doors, glazed curtain walls, cladding and waterproofing membranes. Related services may include facility surveys, development of design standards, vapor drive analysis, thermal and moisture scans, and envelope commissioning. The firm must employ at least one architect, registered with the Florida State Board of Architecture. Additionally, the firm must have knowledge of current rules and regulations of local, state and federal agencies regulating the environment and building code provisions, including DEP, SJRWMD, USEPA, City of Titusville Building Code and the United States Army Corps of Engineers. RFQ12-Q-035 Page 19 of 22

EXHIBIT B Code Type of Work 112 Structural Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services in connection with structural design improvement projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Structural Systems. 113 Mechanical Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management services in connection with mechanical system modifications and improvements, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Mechanical Systems. 114 Electrical Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing construction project management construction services in connection with electrical systems modifications and improvements, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Electrical Systems. 115 Landscape Architect Requires expertise in planning, budget estimating, permitting, designing, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services for Landscape Improvements. The firm must employ at least one landscape architect, registered with the Florida State Board of Landscape Architecture. Additionally, the firm must employ sufficient personnel to provide services normally associated with this type of work. RFQ12-Q-035 Page 20 of 22

EXHIBIT B Code Type of Work 116 Community Park Requires engineering or architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management in connection with construction of or improvement to community parks, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers or at least on professional architect, registered with the Florida State Board of Professional Architects having training and experience in the area of Community Parks. 117 Neighborhood Improvements Requires engineering, architectural or landscape architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management for various neighborhood improvements, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers or at least one professional architect, registered with the Florida State Board of Professional Architects and Interior Design or at least one professional Landscape Architect, registered with the Florida State Board of Landscape Architecture, having training and experience in the area of Community Projects. 118 Municipal Regulatory Reviews Requires engineering expertise in the development review process in regulating outside submittals presented to the City of Titusville for site plan permitting. The firm must possess a working knowledge of, but not limited to, the Titusville Land Development Regulations (LDR), City Standards and Specifications, Florida Department of Transportation Standards and Specifications, Manual on Uniform Traffic Control Devices, American s with Disability Act, Fair Housing Act, Florida Department of Environmental Projection requirements, US Army Corp of Engineers requirements, National Fire Protection Association requirement, and other State and Federal guidelines and regulations as well as sound engineering practices and methods. The reviews may include, but not limited to, potable water systems, sanitary sewer systems, reuse water systems, stormwater management systems, road design, parking, traffic studies, landscaping, grading, flood plain protection, well protection, bike trails and paths, pedestrian ways, environmental impacts, etc. Review time frames may vary depending on complexity of project but will require timely written responses. The firm must employ at least one professional RFQ12-Q-035 Page 21 of 22

engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the disciplines listed above. End of Types of Work RFQ12-Q-035 Page 22 of 22