Loading...
HomeMy Public PortalAboutContinuing Services Contract SEAS-2023 with Exhibit ACITY OF CRESTVIEW CONTINUING SERVICES CONTRACT On May 3, 2021, the City Council of the City of Crestview, Florida, herein referred to as the City, accepted the bid from Seaside Engineering and Surveying, LLC (SEAS), herein referred to as the Contractor, to supply Engineering services for the City projects. The Contractor's Cost schedule for the terms of their engagement is included in their entirety by reference at Exhibit "A" and as completely as if incorporated herein. TERMS AND CONDITIONS OF CONTRACT FOR THE SERVICES CONTRACT: 1. Entire Contract: This Contract represents the entire and integrated Contract between the City and Contractor and supersedes all prior negotiations, representations, or contracts, either written or oral. Provisions of this Contract may be amended only by written instrument approved by the Crestview City Council and signed by the Mayor. 2. Intent of Contract: This contract is for supplying the City with all applicable engineering work for the City projects. The Scope of Work, is referenced in the original contract to as the Work, descriptive work components described within "Exhibit A." 3. Term of Contract and Time Extensions: This contract is a renewal for one year beginning May 1, 2022, through April 30, 2023, for providing engineering services. 4. Time for Performance: The Contractor agrees to provide Engineering services as required for the satisfactory approval and acceptance by the City. 5. Compensation: All payments upon contract are contingent upon the Contactor's Work being acceptable to the City. For satisfactory completion and acceptance of the Work, the City agrees to pay the Contractor in accordance with the terms of this Contract and the Contractor's Cost Schedule as identified in the Bid/Proposal form submitted by the Contractor, as may have been adjusted at the time of contract approval and incorporated herein. 6. Changes in the Work: The City shall have at the right at any time during the progress of the Work to increase or decrease the Work. Promptly after having been notified of a change, the Contractor shall submit an itemized estimate of any costs and/or time increases or savings it foresees as a result of the change. No additions or changes to the Work shall be made except upon written order of the City and the City shall not be liable to Contractor for any increased compensation without such written order. 7. Insurance: Contractor shall, during the performance of the contract, maintain Worker's Compensation Insurance sufficient to secure benefits of the Florida Workmen's Compensation Law for all employees and any of the work sublet to any vendor or subcontractor, Comprehensive General Liability Insurance as outlined in the Bid Documents, Auto Liability Insurance, Builder's Risk Insurance, all with companies and in the form and amounts acceptable to the City. Said certificates of insurance of contractor are attached hereto and made part hereof by reference. If any part of the Work is sublet, similar insurance shall be provided by and on behalf of any subcontractors. Evidence of Insurance: Contractor shall provide the City Certificates of Insurance naming the City as an additional insured. All binders, policies or certificates of insurance shall provide for at least ten days' notice from insurers to the City of any cancellation or amendment to any of the insurance policies. 8. Indemnification: Contractor shall indemnity, defend and save, and hold the City, its agents, officers and employees, harmless of and from any losses, fines, penalties, costs, damages, claims, demands, suits, and liabilities of any nature, including reasonable attorney's fees (including regulatory and appellate fees), arising out of, because of, or due to any accidents arising in any manner on account of the exercise or attempted exercise of Contractor's rights hereunder whether the same regards person or property of any nature whatsoever, regardless of the apportionment of negligence, unless due to the sole negligence of the City. 9. Licensing: The Contractor shall obtain all permits and maintain at his expense all professional and business certificates and licenses required by law and as necessary to perform services under this Contract. If Contractor performs any Work without obtaining, or contrary to, permits and licenses, Contractor shall bear all costs arising therefrom. The City may waive fees for City controlled permits, but in no instance can the City waive permit requirements or fees beyond their control. 10. Cancellation: This contract may be canceled by the City with a 30 -day written notice or by the Contractor with a 90 - day written notice and is contingent upon the annual appropriation by the City of legally available funds. The City's obligation to pay the amount due hereunder in any fiscal year is contingent upon the appropriation by the City Council of legally available funds for the purpose set forth in this contract. 11. Performance of Work/Responsibilities: For each task, the Contractor will be issued a work order by the City's Public Services Director or designee. The Public Services Director or designee will issue verbal work orders only in emergency situations. The Contractor shall commence work in a reasonable length of time and shall complete the work in an expeditious manner. In emergency situations, the Contractor shall endeavor to commence work immediately. All work shall be done under the supervision of the City's Public Works Director or designated representative. The performance of Work and responsibilities hereto are outlined and made a part hereof in Exhibit "A". 12. Termination for Default The Contract will remain in force for the full period specified and until the City's Public Works Director or his designee determines that all requirements and conditions have been satisfactorily met and the City's Public Works Director or his designee has accepted the work under the Contract Documents following the initial contract terms and all subsequent contract terms, including warranty and guarantee periods. However, the City's Public Works Director will have the right to terminate this Contract sooner if the Contractor has failed to perform satisfactorily the work required or comply with the other requirements of the Contract. In the event the City's Public Works Director decides to terminate this Contract for the Contractor's failure to perform satisfactorily or meet its other responsibilities under the Contract, the City's Public Works Director will give the Contractor five (5) days' notice, whereupon the Contract will terminate, unless during the notice period the Contractor cures the failure to perform or meets its other responsibilities under the Contract to the satisfaction of the City's Public Works Director. Upon Contract termination for the Contractor's failure to provide satisfactory contract performance, the Contractor will be entitled to receive compensation for Contract service satisfactorily performed by the Contractor and allocable to the Contract and accepted by the City's Public Works Director or his designee prior to such termination. However, an amount equal to all additional costs required to the expended by the City to complete the Work covered by the Contract, including costs of delay in completing the project, shall be either subtracted from any amount due or amount charged to the Contractor in the event the City's Public Works Director terminates the Contract. Except as otherwise directed by the City's Public Works Director, in the case of termination for default (in which event the Contractor may be entitled to cure, at the option of the City's Public Works Director), the Contractor shall stop work on the date of receipt of the notice or other date specified in the notice, place no further orders or subcontract for materials, services or facilities except as are necessary for the completion of such portion of the work not terminated, and terminate all contractor and subcontracts and settle all outstanding liabilities and claims. In the event that any termination for default shall be found to be improper or invalid by any court of competent jurisdiction, then such termination shall be deemed to be a termination for convenience. 13. Termination for Convenience: The performance of work under this Contract may be terminated by the City's Public Services Director in whole or in part whenever the City's Public Works Director, in his discretion, determines that the termination is in the City's best interest. Any such termination shall be affected by the City's Public Services Director giving at least five (5) days' notice to the Contractor, specifying the extent to which performance of the work under this Contract is terminated and the date upon which termination becomes effective. As to termination for convenience, after receipt of the date of termination, the Contractor shall stop all work as specified in the notice; place no further orders or subcontract for materials, services, or facilities except as are necessary for the completion of such portion of the Work not terminated; immediately transfer all documentation and paperwork for terminated work to the City; and terminate all contractors and subcontracts and settle all outstanding liabilities and claims. 14. Disclosure: Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Contract. 15. Miscellaneous 15.1 Governing Law The parties intend that this Contract and the relationship of the parties shall be governed by the laws of the State of Florida. Venue for any action arising out of this contract shall be in Okaloosa County, Florida, and nowhere else. The Contractor shall indemnify and save harmless the City against all liens and claims of mechanics and materialman furnishing labor and materials in the performance of this Contract. 15.2 Severability If any section, subsection, term or provision of this Contract or the application thereof to any party or circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Contract or the application of same to parties or circumstances other than those to which it was held invalid or unenforceable, shall not be affected and thereby each remaining section, subsection, term or provision of this Contract shall be valid or enforceable to the fullest extent permitted by law. 15.3 Sovereign Immunity The parties further agree, nothing contained herein is intended nor shall be construed to waiver the City of Crestview's rights and immunities under the Florida Constitution, common law, or Florida Statutes 768.28, as amended from time to time. 15.4 Construction The Parties have participated jointly in the negotiation and drafting of this Contract. In the event an ambiguity or question of intent or interpretation arises, this Contract shall be construed as if drafted jointly by the Parties and no presumption or burden of proof shall arise favoring or disfavoring any Party by virtue of the authorship of any provision of this Contract. 15.5 Attorney's Fees In any dispute relating to this Contract, each party shall be responsible for their respective attorney's fees and costs. 15.6 Venue and Waiver of Jury Trial The location for settlement of any and all claims, controversies, disputes, arising out of or relating to any part of this Agreement, or any breach hereof, shall be exclusively in Okaloosa County, Florida and nowhere else. The parties further agree that any controversy which may arise under this agreement would involve complicated and difficult factual and legal issues. Therefore, any action brought by one party against the other party, brought by one party, alone or in combination with others against the other party, whether arising out of this agreement or otherwise, shall be determined by a judge sitting without a jury. 15.7 Public Records Contractor shall comply with Florida Public Records Laws, specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Crestview in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the City of Crestview would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Crestview all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City of Crestview in a format that is compatible with the information technology systems of the City of Crestview. 15.8 Notices All notices under the Contract shall be in writing and shall be effective when mailed by certified mail, return receipt requested, or when delivered personally, as provided hereafter, or to such other addresses as may be designated by notice: As to the City: Maryanne Schrader City Clerk 198 Wilson Street North Crestview, Florida 32536 As to the Contractor: Seaside Engineering And Surveying, LLC Timothy D. Bowden, PE, PSM (Manager) 6575 Hwy 189 N Baker, Florida 32531 IN WITNESS THEREOF, The City hereunto c used these presents to be subscribed and the Contractor has affixed their name and seal, this the 1 I-‘' day of A CITY OF CRESTVIEW .--9.1"441-;)JB Whitten Mayor ATTEST: Maryanne Sc City Clerk By: . • APPROVED AS TO LEGAL FORM: Seaside Engineering And Surveying, LLC CONTRACTOR By: Timothy D. Bowden, PE, PSM (Manager) _ifAx) C 6(45 T-6,41 ,1 V ) Witness (Prince LN ame) j2t...._ C -_ Page 1 of 16 City of Crestview, Florida PROFESSIONAL ENGINEERING CONTINUING SERVICES CONTRACT THIS AGREEMENT is made this 3rd day of May, 2021, between CITY OF CRESTVIEW, FLORIDA, a municipal corporation, whose address is P.O. Drawer 1209, Crestview, Florida 32536, the "City", and Seaside Engineering and Surveying, LLC (SEAS) , (“ Consultant “) whose address is 6575 Highway 189 N, Baker, FL 32531. WHEREAS, the City desires to engage Consultant to provide professional Engineering services on an as-needed basis; and WHEREAS, Consultant desires to render professional Engineering services as described in the Scope of Services, and has the qualifications, experience, staff and resources to perform those services; and WHEREAS, the City, through a selection process conducted in accordance with the requirements of Florida law and City policy, has determined that it would be in the best interest of the City to award a contract to Consultant for the rendering of those services described in the Scope of Services. NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained, the parties hereto agree as follows: Page 2 of 16 SECTION 1: EMPLOYMENT OF CONSULTANT. The City hereby agrees to engage Consultant and Consultant hereby agrees to perform the services set forth in the Scope of Services. SECTION 2: SCOPE OF SERVICES. Consultant shall provide, on an as-needed basis, the professional Engineering services in accordance with the Scope of Services attached hereto as Exhibit A. Services will be awarded on a project-by-project basis that may include any or all of the services listed in Exhibit A, or services not specifically mentioned but directly related to the specific discipline of the Consultant. There is no guarantee of any minimum volume of work during the contract period, and the City reserves the right to award work based on factors determined to be in the best interest of the City. Consultant may hire sub-consultants to be used for portions of the required services; however, the primary Consultant must be responsible for all the work performed. The contract amount for services on any single project or task order will not exceed the limit set forth by current Florida Statute. Assignments are to be carried out only after a description of the work to be accomplished has been agreed-to in writing, a written estimate of the cost for the assignment has been found acceptable to the City, and a written task order has been issued by the City. SECTION 3: THE CITY'S RESPONSIBILITY. Except as provided in the Scope of Services, the City's responsibilities are as follows: A. To provide, within a reasonable time from the request of Consultant, existing data, plans, reports, and other information in the City's possession or under the City's control which are necessary for the performance of the duties of Consultant as described in the Scope of Services; and to provide full information regarding requirements of the Scope of Services, including objectives, budget constraints, criteria, and other requirements that exist at the time of signing of this Agreement or which may develop during the performance of this Agreement. B. To give prompt written notice to Consultant if the City observes or otherwise becomes aware of any fault or defect in the Scope of Services or non-conformance with the documents which comprise this Agreement. Page 3 of 16 C. To furnish required information and services and render approvals and decisions as necessary for the orderly progress of the Consultant's services. D. The City hereby designates the Director of Public Services or his designee to act on the City's behalf with respect to the Scope of Services. The Director of Public Services or his designee shall have complete authority to transmit instructions, receive information, and interpret and define City's policies and decisions with respect to materials, elements, and systems pertinent to Consultant’s services. SECTION 4: CONTRACT TIME. A. The term of this contract shall be for ONE (1) year beginning on the date of its complete execution, with option to renew for 4 additional terms of ONE (1) year at the sole discretion of the City, unless earlier terminated by the Crestview City Council. B. Consultant agrees to commence work in accordance with the time specified in each task order and complete the work within the time specified in the task order. The Consultant shall work on each task order continuously and expeditiously from the time the task order is issued. In the event that Consultant is delayed by acts of God, changes in the Project, extras to the task order, or failure of the City to make timely and proper payments, then Consultant shall, within forty-eight (48) hours of start of the delay, give written notice and request for an extension of time from the City. C. If Consultant fails, through its own fault, to complete the performance required in a task order within the time set forth, as duly adjusted, then City shall be entitled, as its sole remedy, to the recovery of direct damages, if any, resulting from such failure. D. No Damages for Delay/Cumulative Impact; Consultant shall not be entitled to any recovery for loss, expense, or damage due to delay. The Consultant shall not be entitled to any recovery for loss, expense, or damage as a result of cumulative impact due to change orders. SECTION 5: COMPENSATION. Compensation for the Scope of Services performed by the Consultant shall be payable as follows: A. The compensation basis shall be as set forth in the approved written task order for each assignment. Page 4 of 16 B. Compensation for travel expenses shall be as set forth in Section 112.061 Florida Statutes. C. Consultant shall prepare and submit to the City Council for approval monthly invoices for the services rendered under this Agreement. Invoices for services shall be paid in accordance with the Florida Prompt Payment Act. All invoices shall be accompanied by a report identifying the nature and progress of the work performed. The statement shall show a summary of fees with an accrual of the total fees billed and credits for portions paid previously. The City reserves the right to withhold payment to Consultant for failure to perform the work in accordance with the provisions of this Agreement, and the City shall promptly notify Consultant if any invoice or report is found to be unacceptable and shall specify the reasons therefor. D. All representations, indemnifications, warranties and guaranties made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in this Agreement, will survive final payment and termination or completion of this Agreement. SECTION 6: DOCUMENTS. The documents which comprise this Agreement between the City and the Consultant are attached hereto and made a part hereof and consist of the following: A. This Agreement. B. Any written amendments, modifications or Addenda to this Agreement. C. Any task order and attachments thereto issued pursuant to this Agreement. D. Notice of Award issued by City of Crestview. E. City of Crestview Request for Proposal (RFP) for Professional Engineering Services, including any Addenda thereto. F. Items submitted by Consultant in response to the RFP. Copies of the RFP and submitted proposal are maintained and available in the Office of the City Clerk of the City of Crestview. In the event of a conflict between any documents comprising this Agreement, the documents shall be construed in the following order of priority: 1) the terms of this Agreement; Page 5 of 16 2) the provisions of the Request for Proposal; and 3) the Consultant’s submittal provided in response to the City’s Request for Proposal. SECTION 7: GENERAL CONSIDERATIONS. A. Ownership and Use of Documents; The documents prepared by the Consultant pursuant to this Agreement are instruments of the Consultant’s service for use solely with respect to this Agreement. All reports, documents and materials prepared relating to services rendered hereunder shall be the property of the City, provided payment for applicable fees for their production has been made to the Consultant in accordance with the terms of this Agreement. The City shall retain and use the Consultant’s documents for public record, information and reference and make use in connection with the City’s compliance with any federal, state, county or city laws, codes, requirements, permits or any other mandate whatsoever. B. Equal Opportunity Employment; In connection with the work to be performed under this Agreement, Consultant agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity statutes and regulations. C. Standard of Performance; Consultant shall perform and complete the Scope of Services in a timely manner and in accordance with the standard of care, skill, and diligence customarily provided by an experienced professional in his or her field of expertise when rendering the same services, and in accordance with sound principles and practices generally acknowledged by professionals in his or her field of expertise. SECTION 8: DISCLOSURE REGARDING SECURING CONTRACT. Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee, working solely for Consultant, to solicit or secure this Agreement and that Consultant has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate this Agreement without liability, and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, Page 6 of 16 gift, or consideration. SECTION 9: TRUTH-IN-NEGOTIATIONS/PUBLIC ENTITY CRIMES AFFIDAVIT. Consultant certifies that wage rates and other factual unit costs supporting the compensation submitted are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. Consultant represents that it has furnished a Public Entity Crimes Affidavit pursuant to Section 287.133, Florida Statutes, to the City. SECTION 10: INSURANCE. A. The Consultant shall purchase and maintain such commercial (occurrence form) or comprehensive general liability, professional liability, workers compensation, and other insurance as is appropriate for the services being performed hereunder by Consultant, its employees or agents. The amounts and types of insurance shall conform to the following minimum requirements: 1. Worker's Compensation Coverage must apply for all employees and statutory limits in compliance with the applicable state and federal laws. In addition, the policy must include the following: a. Employer's Liability with a minimum limit per accident in accordance with statutory requirements. b. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days’ written notice of cancellation and/or restriction. 2. Comprehensive General Liability Coverage must include: a. $1,000,000 combined limit per occurrence for bodily injury, personal injury, and property damage. b. Contractual coverage applicable to this specific contract, including any hold harmless and/or indemnification agreement. c. Additional Insured. City is to be specifically included as an additional insured. Page 7 of 16 d. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days’ written notice of cancellation and/or restriction. 3. Comprehensive Automobile Liability Coverage must be afforded on a form no more restricted than the latest edition of the Comprehensive Automobile Liability Policy filed by the Insurance Services Office and must include: a. $1,000,000 combined single limit per accident for bodily injury and property damage. b. Owned Vehicles. c. Hired and Non-Owned Vehicles. d. Employee Non-Ownership. e. Additional Insured. City is to be specifically included as an additional insured. f. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days’ written notice of cancellation and/or restriction. 4. Professional Liability Coverage must include: a. Minimum limits of $5,000,000 per occurrence and in the aggregate for claims of malpractice, negligence, errors, and omissions. b. Notice of Cancellation and/or Restriction. The Policy must be endorsed to provide City with ten (10) days’ prior notice of cancellation and/or restriction of coverage by changed exclusion. B. Certificates of Insurance evidencing the insurance coverage specified in this Section shall be filed with the City. The Certificates of Insurance shall be filed with the City before this Agreement is deemed approved by the City. The required Certificates of Insurance not only shall name types of policies provided, but also shall refer specifically to this Agreement. All the policies of insurance so required of Consultant, except professional liability and workers’ compensation insurance, shall be endorsed to include as additional insured: the City, its officers, employees, and agents. If the initial insurance expires prior to completion of the work, renewal Certificates of Insurance shall be furnished thirty (30) days prior to the date of their expiration. Page 8 of 16 C. Insurance coverage shall be placed with insurers or self-insurance funds, satisfactory to the City, licensed to do business in the State of Florida and with a resident agent designated for the service of process. All insurers shall have an "A" policyholder's rating and a financial rating of at least Class IX in accordance with the most current Best's rating. Consultant shall provide the City with financial information concerning any self insurance fund insuring Consultant. At the City's option, a Best's rating or Self-Insurance Fund financial information may be waived. D. The City reserves the right to modify its insurance requirements with 60 days notice to Consultant. SECTION 11: LICENSING. The Consultant shall obtain all permits and maintain at its expense all professional and business certificates and licenses required by law and as necessary to perform services under this Contract. If Consultant performs any work without obtaining, or contrary to, permits and licenses, Consultant shall bear all costs arising therefrom. The City may waive fees for City controlled permits, but in no instance can the City waive permit requirements or fees beyond its control. SECTION 12: PERFORMANCE OF WORK/RESPONSIBILITIES. For each task, the Consultant will be issued a task order by the City's Public Services Director or designee. The Public Services Director or designee will issue verbal work orders only in emergency situations. The Consultant shall commence work in a reasonable length of time and shall complete the work in a expeditious manner. In emergency situations, the Consultant shall endeavor to commence work immediately. All work shall be done under the supervision of the City's Public Services Director or designated representative. The performance of work and responsibilities hereto are outlined and made a part hereof in the Task Order attached. SECTION 13: TERMINATION FOR DEFAULT. The Contract will remain in force for the full period specified and until the City's Public Services Director or his designee determines that all requirements and conditions have been satisfactorily met and the City's Public Services Director or his designee has accepted the work under the Contract Documents following the initial contract terms and all subsequent contract terms, including warranty and guarantee periods. However, the City's Public Services Director will have the Page 9 of 16 right to terminate this Contract sooner if the Consultant has failed to perform satisfactorily the work required or comply with the other requirements of the Contract. In the event the City's Public Services Director decides to terminate this Contract for the Consultant's failure to perform satisfactorily or meet its other responsibilities under the Contract, the City's Public Services Director will give the Consultant five (5) days notice, whereupon the Contract will terminate, unless during the notice period the Consultant cures the failure to perform or meets its other responsibilities under the Contract to the satisfaction of the City's Public Services Director. Upon Contract termination for the Consultant's failure to provide satisfactory contract performance, the Consultant will be entitled to receive compensation for Contract service satisfactorily performed by the Consultant and allocable to the Contract and accepted by the City's Public Services Director or his designee prior to such termination. However, an amount equal to all additional costs required to the expended by the City to complete the work covered by the Contract, including costs of delay in completing the project, shall be either subtracted from any amount due or amount charged to the Consultant in the event the City's Public Services Director terminates the Contract. Except as otherwise directed by the City's Public Services Director, in the case of termination for default (in which event the Consultant may be entitled to cure, at the option of the City's Public Services Director), the Consultant shall stop work on the date of receipt of the notice or other date specified in the notice, place no further orders or subcontract for materials, services or facilities except as are necessary for the completion of such portion of the work not terminated, and terminate all contractor and subcontracts and settle all outstanding liabilities and claims. In the event that any termination for default shall be found to be improper or invalid by any court of competent jurisdiction, then such termination shall be deemed to be a termination for convenience. SECTION 14: TERMINATION FOR CONVENIENCE. The performance of work under this Contract may be terminated by the City's Public Services Director in whole or in part whenever the City's Public Services Director, in his discretion, determines that the Page 10 of 16 termination is in the City's best interest. Any such termination shall be effected by the City's Public Services Director giving at least five (5) days' notice to the Consultant, specifying the extent to which performance of the work under this Contract is terminated and the date upon which termination becomes effective. As to termination for convenience, after receipt of the date of termination, the Consultant shall stop all work as specified in the notice; place no further orders or subcontract for materials, services, or facilities except as are necessary for the completion of such portion of the Work not terminated; immediately transfer all documentation and paperwork for terminated work to the City; and terminate all contractors and subcontracts and settle all outstanding liabilities and claims. SECTION 15: GOVERNING LAW. The parties intend that this Contract and the relationship of the parties shall be governed by the laws of the State of Florida. Venue for any action arising out of this contract shall be in Okaloosa County, Florida, and nowhere else. SECTION 16: ATTORNEY'S FEES. In any dispute relating to this Contract, each party shall be responsible for their respective attorney's fees and costs. SECTION 17: SUCCESSORS AND ASSIGNS. The City and Consultant bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of this Agreement. Neither the City nor Consultant shall assign or transfer any interest in this Agreement without the written consent of the other. SECTION 18: PUBLIC RECORDS. Consultant, shall comply with the requirements of Florida’s Public Records law. In accordance with Section 119.0701, Florida Statutes, Consultant shall: a. Keep and maintain public records required by the public agency in order to perform the service. Page 11 of 16 b. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided under Florida’s Public Records Law or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if Consultant does not transfer the records to the public agency: and d. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of Consultant or keep and maintain public records required by the public agency to perform the service. If Consultant transfers all public records to the public agency upon completion of the contract, Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Consultant keeps and maintains public records upon completion of this contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e. If Consultant has questions regarding the application of Chapter 119, Florida Statutes, to Consultant’s duty to provide public records relating to this Agreement, Consultant shall contact the Custodian of Public Records at: City Clerk, City of Crestview 198 North Wilson Street P.O. Box 1209 Crestview, Florida 32536 (850) 682-1560 Extension 250 cityclerk@cityofcrestview.org f. In the event the public agency must initiate litigation against Consultant in order to enforce compliance with Chapter 119, Florida Statutes, or in the event of litigation filed against the public agency because Consultant failed to provide access to public records responsive to a public record request, the public agency shall be entitled to recover all costs, including but not limited to reasonable attorneys’ fees, costs of suit, witness, fees, and expert witness fees extended as part of said litigation and any subsequent appeals. Page 12 of 16 SECTION 19: EXTENT OF AGREEMENT. A. This Agreement represents the entire and integrated agreement between the City and Consultant and supersedes all prior negotiations, representations, or agreement, either written or oral. B. This Agreement may only be amended, supplemented, modified, changed, or canceled by a duly executed written instrument. C. This is a non-exclusive contract. The City has the right to enter into contracts with other consultants for the providing of Engineering consulting services. SECTION 20: INDEMNIFICATION OF THE CITY. A. Consultant shall indemnify and hold the City, its officers and employees, harmless from and against any losses, damages, costs, and liabilities, including attorney's fees (including regulatory and appellate fees), or causes of action of whatsoever kind or nature, including, but not limited to, bodily injury, sickness, disease or death, infringement of copyright or patent, or injury to or destruction of property, which arise out of or are related to or in any way connected with this Agreement, but only to the extent caused by negligent act, error, or omission of Consultant, its agents, servants, or employees in the performance of services under this Agreement. B. The Consultant shall indemnify and hold harmless the City against all liens and claims of mechanics and materialmen furnishing labor and materials arising out of the performance of Consultant's professional services. SECTION 21: INDEPENDENT CONTRACTOR. Neither the City nor any of its employees shall have any control over the conduct of Consultant or any of Consultant's employees, except as herein set forth, and Consultant expressly warrants not to represent at any time or in any manner that Consultant or any of Consultant's agents, servants or employees are in any manner agents, servants, or employees of the City. It is understood and agreed that Consultant is, and shall at all times remain, as to the City, a wholly independent contractor and that Consultant's obligations to the City are solely as prescribed by this Agreement. Page 13 of 16 SECTION 22: CONSTRUCTION. The parties have participated jointly in the negotiation and drafting of this Contract. In the event of an ambiguity or if a question of intent or interpretation arises, this Contract shall be construed as if drafted jointly by the parties and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any provision of this Contract. SECTION 23: HEADINGS. The headings of sections are for convenient reference only and shall not be deemed to limit, construe, affect, modify, or alter the meaning of such sections or subsections. SECTION 24: SEVERABILITY. If any section, subsection, term or provision of this Contract or the application thereof to any party or circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Contract or the application of same to parties or circumstances other than those to which it was held invalid or unenforceable, shall not be affected and thereby each remaining section, subsection, term or provision of this Contract shall be valid or enforceable to the fullest extent permitted by law. SECTION 25: SOVEREIGN IMMUNITY. The parties further agree, nothing contained herein is intended nor shall be construed to waiver the City of Crestview's rights and immunities under the Florida Constitution, common law, or Florida Statutes 768.28, as amended from time to time. SECTION 26: NOTICES. All notices under the Contract shall be in writing and shall be effective when mailed by certified mail, return receipt requested, or when delivered personally, as provided hereafter, or to such other addresses as may be designated by notice. Consultant Contact: ! 0 +e-eN City Contact: Ci t IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. ATTEST: Eliza' eth M.�E ?!O ,�.,, City Clerk 9 ii((..."'""'" .5 q o.0= APPROVED''A Td ,‘,.ft AND AND LEGAL Sl rf9V€NC'\'' Jo How City ttorney STATE OF FLORIDA COUNTY OF OKALOOSA CITY OF CRESTVIEW, FLORIDA By: B Whitten Mayor Date: <�1�.Y1Z-/ Seaside Engineering And Surveying, LLC By: /--�—� Timothy D. Bowden, PE, PSM Manager Date: 5/7/2021 Pe..iSDPN Acknowledged and subscribed before me the undersigned notary on M � , 2021, by Timothy D. Bowden, PE, PSM , the Manager (insert title) of Seaside Engineering And Surveying, LLC , with legal corporate authority, and who is known to me or has produced identification of: ?4,4;3noa ty {LAwwr . MICHAL WARD `r;_ Notary Public - State of Florida Commission # HH 088993 "q'orc.. ' My Comm. Expires Feb 3, 2025 Bonded through National Notary Assn. immiwormimmimmmom 1/-)-t-, RAJ Notary Public Page 14 of 16 Page 15 of 16 CITY OF CRESTVIEW TASK ORDER ____ This task order amendment is issued pursuit to____________________________________________________ dated _______ __. 2021 between __________________. ("________") and The City of Crestview, Florida ("CLIENT") for services performed for the CLIENT on a Task Order basis. ARTICLE A: PURPOSE Introduction ARTICLE B: SCOPE OF WORK Task 1 Task 2 Assumptions ARTICLE C: COMPENSATION PROVISIONS ARTICLE D: PERIOD OF SERVICE ARTICLE E: AUTHORIZED REPRESENTATIVES The Authorized Representatives designated below are authorized to act with respect to ________ Task Order __. Communications between the parties and between _________ subcontractors shall be through the Authorized Representatives: For the City of Crestview: Name Title Address Phone Email For the Company Name Title Address Phone Email Page 16 of 16 ARTICLE F: AUTHORIZATION Accepted for Client by Signature Name Title For the Company Signature Name Title CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES City of Crestview, Florida March 2021 _____________________________ Elizabeth M. Roy City Clerk Phone (850) 682-1560 Facsimile (850) 682-8077 PO Box 1209/198 N. Wilson Street Crestview, Florida 32536 Page | 2 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ NOTICE TO PROPOSERS The City of Crestview, Florida (City), is excepting sealed competitive submittals for Proposal for Continuing Contract Professional Engineering Services. It is the intent of the City to select not less than three and not more than five firms to have on a continual contract basis. Of the selected firms, it is the desire of the City to select not less than one firm that qualifies as a local small business according to the following qualifications; employees not more than 10 employees with a physical commercial business location in Okaloosa County. The City is seeking to select firms that can provide the following professional services. • Structural Engineering Services • Traffic Engineering Services • Water & Sewer Engineering Services • Stormwater Engineering Services • Surveying Services • Geotechnical Services • Environmental Engineering Services • Architectural and Building Design Services • Planning Services Including Urban Planning & Design Selected firms will be required to supply the City with copies of a current City of Crestview Business Tax Receipt, Liability Insurance and Workmen's Compensation coverage. The work to be performed may include, but is not limited to, detailed studies, all aspects of transportation engineering and design, all aspects of water sewer and stormwater engineering and design, field survey, geotechnical investigations and all aspects of environmental engineering. Selected firms may also be tasked with the preparation of contract documents permit documents for various state and federal agencies and bid/specification documents. During the term of this agreement, the City expect to award task orders for the following projects; • Design and construction of a new Public Services facility. • Design and construction of road, sidewalk and street improvements enacting the recommendations of the 2021 Downtown Mobility Study. • Design and construction of an expansion to the City of Crestview Sewer Plant. • Design and construction of at least one new water well. • Design and construction of at least one elevated storage tank. • Design and construction of an infiltration wetland. • Design and construction of reclaim/ reuse system improvements and expansion. Proposals must be received by the City Clerk's Office at the City of Crestview, 198 N. Wilson St./PO Box 1209, Crestview, Florida 32536, in a sealed envelope clearly marked “RFP No. 21-0325a, “PROPOSAL FOR CONTINUAL PROFESSIONAL ENGINEERING SERVICES FOR A CONTINUING SERVICES CONTRACT”, along with the name, return address and telephone number of the firm submitting the proposal, no later than 2:00 p.m. Central Time, on Thursday, March 25, 2021 at which time they will be opened and identified aloud. Page | 3 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSALS (RFP) NO. 21-0325a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES I. PURPOSE: The purpose of RFP No. 21-0325a is to secure sealed proposals for “PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES. II. SCOPE OF WORK: The work to be performed may include, but is not limited to, detailed studies, all aspects of transportation engineering and design, all aspects of water sewer and stormwater engineering and design, field survey, geotechnical investigations and all aspects of environmental engineering. Selected firms may also be tasked with the preparation of contract documents permit documents for various state and federal agencies and bid/specification documents. During the term of this agreement, the City expect to award task orders for the following projects; • Design and construction of a new Public Services facility. • Design and construction of road, sidewalk and street improvements enacting the recommendations of the 2021 Downtown Mobility Study. • Design and construction of an expansion to the City of Crestview Sewer Plant. • Design and construction of at least one new water well. • Design and construction of at least one elevated storage tank. • Design and construction of an infiltration wetland. • Design and construction of reclaim/ reuse system improvements and expansion. The City of Crestview under the provisions of Section 287.055, Florida Statutes and procedures of the City of Crestview Purchasing Manual, is currently soliciting sealed Proposals for qualifications (RFP) from professional consulting firms to provide professional consulting services for public infrastructure projects. The intent of this RFP is to acquire a broad range of professional services for The City of Crestview based on the definition of “Continuing Contract” in FS 287.055: (a) "Professional services" means those services within the scope of the practice of architecture, professional engineering, landscape architecture, or registered surveying and mapping, as defined by the laws of the state, or those performed by any architect, professional engineer, landscape architect, or registered surveyor and mapper in connection with his or her professional employment or practice. (g) A "continuing contract" is a contract for professional services entered into in accordance with all the procedures of this act between an agency (City) and a firm (Consultant) whereby the firm provides professional services to the agency for projects in which construction costs do not exceed $4,000,000, for study activity when the fee for such professional service does not exceed $500,000, or for work of a specified nature as outlined in the contract required by Page | 4 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ the agency, with no time limitation except that the contract must provide a termination clause. The services sought may include, but are not limited to: • Grant Writing Assistance • Landscape Architect • Engineering Services • Civil • Computer Consulting (cabling, RCDD, etc.) • Electrical • Environmental • Geotechnical • Hazardous Waste • Hydrogeological • Structural • Surveying • Transportation/Traffic • Mapping/GIS Services • Planning Services • Permitting Document Preparation Services • Architectural and Building Design Services • Construction Management Services Examples including but not limited to: Studies; surveys; design; preparation of plans, specifications and contract documents; conducting public information meetings, preparation of cost estimates; obtaining necessary federal, state and local governmental agency permits (fees to be provided by City); construction inspections; construction management; contract administration; project completion certifications and as-built surveys as may be required; presentations to the City Council and the general public; right-of-way identification, appraisal and assistance in acquisition; assistance in identifying and acquiring grants and loans from state and/or federal agencies or other applicable sources of funding or as directed by the City Engineer. Potential projects may include: roadway; access ways; airports; signalization; traffic studies; storm water management; erosion control; coastal management; environmental investigations; solid waste management; water and wastewater; parks and recreation; facilities management; and any other type of project which may be under the purview of the City of Crestview. Services of the consultant shall be under the general direction of the Public Services Director initiating the work, or designee, who shall act as the City’s representative during the performance of the scope of services. III. TERMS AND CONDITIONS The resulting “continuing contract” shall provide for issuance of individual Task Orders based Page | 5 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ on specific scopes of work. Task Orders will be individually negotiated based on a “Fee Schedule” and any additional negotiated services required within the scope of work. These negotiations will conform to the Florida Consultants Competitive Negotiation Act (CCNA) Chapter 287.057, Florida Statutes and City policy. Once these fixed hourly costs are negotiated and the contracts signed, each project will be negotiated relative to the number of hours required by each position to accomplish the scope of services. The consulting services costs will be based on time and expenses with a not to exceed limit based on the negotiated hours and expenses or a fixed lump sum fee. The results of this negotiation will result in a Task Order for the miscellaneous project. The City’s standard form of consulting agreement will be utilized. This contract will be continuing. A cancellation clause will allow either the City or the Consultant to cancel with proper notice. The selected consultant shall be required to assume responsibility for all services offered in his proposal. The selected consultant will be the sole point of contact concerning contractual matters including payments of any charges resulting from the contract. Payment schedule and basis for payment will be negotiated but will be based upon documented work completed satisfactorily. IV. SUBMITTAL FORMAT The Submitted proposals SHALL be submitted in the format described below: 1. Letter of interest: a. An individual authorized to legally bind the firm shall sign the transmittal letter. The letter shall include the firm’s mailing address, electronic mail address, fax number, and telephone number. Any request for confidential treatment of information shall be included in the transmittal letter in addition to the specific statutory basis supporting the request and an explanation why disclosure of the information is not in the best interest of the public. The transmittal letter shall also contain the name, address and telephone number of the individual authorized to respond to the City about the confidential nature of the information. b. Specific Professional services to be offered - delineate each service your firm offers. 2. Table of Contents. 3. Joint Ventures, Background Information & Business Credentials – Provide a synopsis of the consultant’s qualifications, to include specific capabilities of the firm: Page | 6 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ a. Name, address, telephone number, fax number and e-mail address of the firm including all d/b/a’s or assumed names or other operating names of the firm. b. Identify and specify the location(s) and telephone numbers of the major offices and other facilities that relate to the firm’s performance under the terms of this RFP. c. Local office address and phone number (if any). d. Employment personnel profile. e. Joint venture information/previous experience. Firms submitting proposals as a joint venture shall submit to the City, as part of proposals, a copy of any joint venture agreement. f. Registration – State the State of Florida licensing/registration qualifications of the consultant’s personnel and business office. Provide copies of same. 4. The firm shall prepare an executive summary and overview of the services it is offering, including all of the following information: a. Statements that demonstrate that the firm understands and agrees with the terms and conditions of the RFP and the proposed contract. b. Statement through which the firm certifies that the contents of the proposal are true and accurate. c. An overview of the firm’s plans for providing the necessary services to the City. d. An explanation as to why the firm should be awarded this engagement. 5. Areas of Expertise – Provide list of your company’s area of expertise. Include listing of projects verifying same. Firms will not have to have expertise in all areas to be considered. The firm must provide the following information regarding its experience: a. Number of years in business. b. Number of years experience with providing the types of services sought by the RFP to include the number of professionals specializing in project planning, grant experience, design and implementation. c. Describe the level of technical experience in providing the types of services sought by the RFP. Page | 7 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ d. Describe any significant changes in your firm’s organization, focus or leadership for the past 10 years, and whether any changes are anticipated in the near future. e. Describe any investigative, disciplinary or enforcement actions pending against your firm, and information on any such investigations which concluded with enforcement or disciplinary action against your firm since January 2005. 6. Specific Accomplishments – Provide a listing of completed projects with a description of the work performed by the consultant representative of the type of work proposed under this Request for Proposal/Qualifications. The list should include only projects that had significant input from individuals who will be assigned to work on City projects. 7. Firm(s) projects (List as many projects as necessary to adequately describe firm’s experience) Include the name and telephone number of the Owner’s Representative or Contact. Be especially careful to provide current names, current contact information of owner’s representatives to be contacted by the City. 8. Project Management Organization – Provide information for all key personnel who will be involved in providing the services contemplated by this RFP. Include only those who will likely be assigned to this account and indicate the day-to-day contact person or persons. The following information must be included: a. Full name. b. Education, licenses, registrations. c. Years of experience and employment history particularly as it relates to the scope of services specified herein. d. Expected role in the City’s transactions. 9. References – List five (5) references representative of related past experience to include, as a minimum, a contact person, company name, phone number, and a brief description of the project. 10. Additional Information & Comments – The contents under this heading are to be left to the discretion of the consultant. Material must be pertinent to the proposal but not be otherwise requested in the Request for Proposal/Qualifications. 11. Conflict of Interest Disclosure Form – The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose with their proposal the name of any officer, director, or agent who is also a public officer or an employee of the City of Crestview, or any of its agencies. (Attachment #3) Furthermore, all respondents must disclose the name of any City officer or employee who owns, Page | 8 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ directly or indirectly, an interest of five percent (5%) or more in the firm or any of its branches. Furthermore, the official, prior to or at the time of submission of the proposal, must file a statement with the City Clerk of the City of Crestview, if he is an officer or employee of the City, disclosing his or spouse’s or child’s interest and the nature of the intended business. NOTE: FOR PROPOSER’S CONVENIENCE, THIS CERTIFICATION FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. 12. Public Entity Crime Form Each Bid shall contain a completed Public Entity Crime Form (Attachment #1) pursuant to Florida Statutes, Section 287.132-133, providing that no public entity shall accept any Bid from or award any contract to, or transact any business in excess of the threshold amount for Category Two ($25,000) for a period of thirty-six months from the date placed on the convicted vendor list. NOTE: FOR PROPOSER’S CONVENIENCE, THIS CERTIFICATION FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. 13. Drug Free Workplace Certification – Preference shall be given to businesses with drug-free workplace programs included as Attachment No. 2. Whenever two or more proposals that are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. NOTE: FOR PROPOSER’S CONVENIENCE, THIS CERTIFICATION FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. 14. Liability & Indemnification Form – To the fullest extent permitted by law, CONSULTANT shall indemnify and hold harmless the CITY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by negligence, recklessness, or intentional wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this Agreement included as Attachment No. 4. NOTE: FOR PROPOSER’S CONVENIENCE, THIS CERTIFICATION FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. 15. Insurance Requirements - During the performance of services under this agreement, CONSULTANT shall maintain Commercial General Liability, Business Automobile Liability (including hired and non-owned coverage), Professional Liability and Workers’ Compensation insurance. Such coverage shall adequately protect the interest of the CITY with regard to all exposures including design defects and subsequent costs and lost revenue to loss associated with this agreement. In no circumstance shall the limit of liability be written with limits less than $5,000,000. Page | 9 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ CONSULTANT shall furnish the CITY certificates of insurance which shall include a provision that such insurance shall not be cancelled, or coverage reduced without at least 30 days written notice to the CITY. All coverage shall be with carriers admitted doing business in the State of Florida. Carriers shall be A+ rated by A M Best Company and have a financial size of X or higher. The Commercial General Liability and Business Automobile polices shall name City of Crestview, Florida as an Additional Insured. Further, the Workers’ Compensation policy shall contain a waiver of subrogation in favor of the CITY. City of Crestview, Florida shall be listed as the Certificate Holder on all certificates. CITY reserves the right to modify its insurance requirements with 60 day notice to CONSULTANT. 16. Acceptance of Terms and Conditions - The firm shall specifically agree that the proposal is predicated upon the acceptance of all terms and conditions stated in the RFP. If the firm objects to any term or condition, the firm must specifically refer to the RFP page, and section. Objections or responses that materially alter the RFP may be deemed non-responsive and disqualify the firm. 17. Certification of Independence and No Conflict of Interest - The firm shall sign and submit with the proposal the document included as Attachment No. 5 in which the firm shall certify that it developed the proposal independently. The firm shall also certify that no relationship exists or will exist during the contract period between the firm and the City that interferes with fair competition or is a conflict of interest. The City reserves the right to reject a proposal or cancel the award if, in their discretion, any relationship exists that could interfere with fair competition or conflict with the interests of the City. NOTE: FOR PROPOSER’S CONVENIENCE, THIS CERTIFICATION FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. 18. Authorization to Release Information - The firm shall sign and submit with the proposal the document included authorizing the release of information to the City. 19. Firm Proposal Terms - The firm shall guarantee in writing the availability of the services offered and that all proposal terms, will remain firm a minimum of 90 days following the deadline for submitting proposals. 20. Proposal Form. The Proposal Form contained within this RFP shall precede the mandatory information required in this section. Any additional information submitted in support of the Bid shall follow the required information. Public Access: The selected firm will be required to have on file with the City a Public Access form for the maintaining of public records. NOTE: FOR PROPOSER’S CONVENIENCE, THIS FORM IS ENCLOSED AND IS MADE A PART OF THE PROPOSAL PACKAGE. Sealed Submittal Packages. All Proposals to be considered must be in the possession of the City Clerk no later than 2:00 p.m. Central Time, on March 25, 2021 at which time shall be opened publicly and identified aloud in the City of Crestview, City Hall Council Chambers, PO Box 1209/198 N. Wilson St., Crestview, Florida. Proposals may be mailed or delivered to the Office of Page | 10 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ the City Clerk at the address above. An original and one (1) digital copy of the Proposals shall be submitted in a sealed envelope clearly marked “RFP No. 21-0325a, PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES along with the name, return address and telephone number of the proposer, and note the time and date of the opening. All copies, including the digital, must be in the sealed envelope. Emailed copies will not be accepted. Each proposer shall be responsible for their Proposal being delivered on time. Proposals offered or received after the time set for the Proposal Opening shall be rejected and returned unopened to the proposer. The City of Crestview Selection Committee will then review all Proposals and forward their recommendation to the City Council for award. MAILING AND HAND-DELIVERY ADDRESS: City of Crestview ATTN: City Clerk PO Box 1209/198 N. Wilson Street Crestview, Florida 32536 21. Notification. Questions or requests for Proposal documents, regarding RFP No. 21-0325a may be directed to the individuals below: Elizabeth M. Roy City Clerk, City of Crestview PO Box 1209/198 N. Wilson St. Crestview, Florida 32536 Voice: (850) 682-1560 Fax: (850) 682-8077 Email: elizabethroy@cityofcrestview.org 22. Responsive Proposals. Only those Proposals fulfilling all requirements outlined in this RFP will be considered. V. EVALUATION CRITERIA The City intends to conduct a comprehensive, fair and impartial evaluation of proposals received in response to this RFP. The City will use a Bid Selection Committee to review and evaluate the proposals for compliance with the RFP. The Bid Committee will evaluate and rank all proposals meeting the minimum submission requirements based on professional qualifications and experience. The following considerations will be used as a guide to rank Firm’s as having best applicable professional qualifications and experience: The Bid Committee will provide the rankings to the City Council accompanied with recommendations. The evaluation will be based on the criteria bellow. Each submittal will be eligible for a total of 100 points weighted in accordance with the percentages provided. Each committee member will score each section 0 to 5 with 5 being the highest score. The provided score account for the assigned percentage of the total score. The scoring sheet to be used by the committee is provided herein. Page | 11 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ 15% Responsiveness • Responsiveness of the proposal • Understanding of the work to be performed for the City. • Current workload statement 25% Qualifications • Qualifications of the firm and individual team members to perform current and anticipated City public infrastructure projects • Financial responsibility • Qualifications of personnel to be assigned to the program - Technical education of members - Training - Certifications 30% Experience • Background experience and technical expertise of the firm and individual team members. • Past record of professional accomplishments. • Previous experience with the City of Crestview. • Extent of experience and past performance working with DEP, EPA, DOT, FAA, NWFLWMD, SRF, EDA and other Grant Loan Programs. • Experience with programs similar in size and scope to those herein proposed. • Project related experience outlined in the RFP. • Demonstrated expertise and experience in utilizing various design software. 20% Recommendations • Ability to observe and advise whether plans and specifications are being complied with. • Reputation • Competence • Firm’s capability to meet schedules. • Ability to meet time and budget requirements. 5% Local – Primary Offices in: • Santa Rosa/Walton/or Escambia Counties (1pt) • Okaloosa County (3pts) • City of Crestview (5pts) 5% Women/Minority Owned Business • Yes (5pts) • No (0pt) Page | 12 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ VI. SELECTION OF PROPOSALS This section describes the evaluation & ranking process that will be used to determine which proposal provides the greatest benefits to the City. The evaluation & ranking process is designed to award the contract to the firm or firms with the best combination of attributes to perform the required services. A. The Bid Committee will evaluate all proposals received as follows: a. Prepare an alphabetical listing of those proposers determined to be interested, responsive and available. b. Evaluate the proposals meeting minimum submission criteria based upon the six criteria provided above. Each committee member will review the provided material and score each submittal independently. Committee members may not speak to each other or any firm which has submitted a proposal except at the committee meeting or during firm presentations. B. At the designated time, the committee members will independently submit their evaluation form to the City Clerk. C. The City Clerk will combine the scores for review by the committee at the scheduled meeting. D. During the committee meeting the members will discuss the scores and determine final rankings. At this time, the committee will determine if presentations are necessary and which firms will be invited. It is advised that the committee discuss any questions they would like respondents to be prepared to answer. E. Proposers selected for the short list may be required to make a brief (30-45 minute) oral presentation to the City Council in open session(s) followed by questions from the committee. Proposers selected to make presentations will be notified in writing in advance of the presentation date. At the conclusion of the presentations the committee will rank each firm’s presentation. Which will be added to the original score accounting for 50% of the total score. F. The City of Crestview intends to select not less than three and not more than five firms to have on a continual contract basis. Of the selected firms, it is the desire of the City to select not less than one firm that qualifies as a local small business according to the following qualifications; employees not more than 10 employees with a physical commercial business location in Okaloosa County. G. Upon approval of the agreement by the City Council, the parties shall execute a formal written agreement prior to commencement of the work associated with the contract. VII. RIGHT TO WAIVE AND REJECT Page | 13 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ A. The City of Crestview, in its absolute discretion, may reject any proposal of a proposer that has failed, in the opinion of the Bid Committee, to complete or perform a City contracted project in a timely fashion or has failed in any other way to perform a prior contract in a satisfactory manner, and has directed the City Clerk to emphasize this condition to potential proposers. B. The City reserves the right to award the proposal to proposer submitting a responsive proposal with a resulting negotiated agreement which is most advantageous and in the best interest of City of Crestview, and to reject any and all proposals or to waive any irregularity or technicality in proposals received. City of Crestview shall be the sole judge of the proposal and the resulting negotiated agreement that is in its best interest and its decision shall be final. C. The City Council reserves the right to waive any informalities or reject any and all proposals, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this proposal and to accept the proposal that in its judgment will best serve the interest of the City. D. The City Council specifically reserves the right to reject any conditional proposal and will normally reject those which made it impossible to determine the true amount of the proposal. Each item must be proposed separately, and no attempt is to be made to tie any item or items to any other item or items. E. The City Council specifically reserves the right to reject any conditional proposal and will normally reject those which made it impossible to determine the true amount of the proposal. Each item must be proposed separately, and no attempt is to be made to tie any item or items to any other item or items. VIII. DISQUALIFICATION OF PROPOSERS Any of the following reasons may be considered as sufficient for the disqualification of a proposer and the rejection of his proposal or proposals: A. More than one proposal for the same work from an individual, firm or corporation under the same or different name. B. Evidence that the proposer has a financial interest in the firm of another proposer for the same work. C. Evidence of collusion among proposers. Participants in such collusion will receive no recognition as proposers for any future work of the City until such participant shall have been reinstated as a qualified proposer. D. Uncompleted work which in the judgment of the City might hinder or prevent the prompt completion of additional work if awarded. E. Failure to pay or satisfactorily settle all bills due for labor and material on former contracts in force at the time of advertisement of proposals. Page | 14 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ F. Default under previous contract. G. The Bid Committee, in its absolute discretion, may reject any proposal of a proposer that has failed, in the opinion of the Board, to complete or perform an City of Crestview contracted project in a timely fashion or has failed in any other way, to perform a prior contract in a satisfactory manner, and has directed the City of Clerk to emphasize this condition to potential proposers. H. The engagement of certain professional services, including those required by this Request for Proposals, is exempt from the provisions of the Administrative Procedure Act, Chapter 120, Florida Statutes, as amended, and therefore are not to be subject to the appeal process therein described at any time during the solicitation period. I. Public Entity Crime Information - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposal on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. J. Discrimination - An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. Page | 15 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #1 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-3025a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES 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 Bid, Proposal or Contract 2. This sworn statement is submitted by whose business address is and (if applicable) Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is and my relationship to the entity named above is 4. I understand that a "public entity crime" as defined in Paragraph 287.133(a)(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 or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a)(b), Florida Statutes, means 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 records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury 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 of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case Page | 16 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ that one person controls another person. A person who was knowingly 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 the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active n 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 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. (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 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.) (Signature) Date: STATE OF FLORIDA COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this day of_____________, _________, and is personally known to me, or has provided as identification. Notary Public My Commission expires: Page | 17 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #2 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-3025a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES DRUG-FREE WORKPLACE CERTIFICATION The below signed Bidder certifies that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 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's policy of maintaining a drug-free workplace, any available drug counseling rehabilitation and 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 that are under bid a copy of the statement specified in subsection 1. 4. In the statement specified in subsection 1., notify the employees that, as a condition of working on the commodities or contractual services that are under bid, 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 occurring in the workplace no later than five (5) working days after such conviction. 5. Impose a sanction on or require the satisfactory participation in drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign this statement, I certify that this firm complies fully with the above drug- free workplace requirements. COMPANY: ADDRESS: CITY: STATE: ZIP CODE: TELEPHONE NUMBER: SIGNATURE: DATE: NAME (TYPED OR PRINTED): TITLE: Page | 18 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #3 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES CONFLICT OF INTEREST DISCLOSURE FORM Does any City employee acting as a purchasing agent, or City public officer acting in official or private capacity or his/her spouse, or child own more that 5% of the bidder/proposer’s interest? YES______________ NO______________ Does any City employee acting as a purchasing agent, or City public officer acting in official or private capacity hold any employment or contract with the bidder/proposer? YES______________ NO______________ If either question number 1 or 2 above has been answered YES, does the bidder/proposer assert any exemptions related to prohibited employment & business relationships? YES______________ NO______________ If YES, please describe: FIRM NAME: _____________________________________ BY (PRINTED): _____________________________________ BY (SIGNATURE): _____________________________________ TITLE: _____________________________________ ADDRESS: _____________________________________ _____________________________________ PHONE NO. _____________________________________ E-MAIL _____________________________________ Page | 19 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #4 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES LIABILITY & INDEMNIFICATION FORM To the fullest extent permitted by law, CONSULTANT shall indemnify and hold harmless CITY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this Agreement. ____________________________ __________________________ CONSULTANT’s Company Name Authorized Signature – Manual ____________________________ __________________________ Physical Address Authorized Signature – Typed ____________________________ __________________________ Mailing Address Title ____________________________ __________________________ Phone Number FAX Number ____________________________ __________________________ Cellular Number After-Hours Number(s) ____________________________ __________________________ Email address DATE Page | 20 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #5 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES CERTIFICATION OF INDEPENDENCE AND NO CONFLICT OF INTEREST By submitting a proposal in response to the Request for Proposals for RFP No. 21-0325a - PROPOSAL FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR A CONTINUING SERVICES CONTRACT FOR THE CITY OF CRESTVIEW, the undersigned certifies the following: 1. The proposal has been developed independently, without consultation, communication or agreement with any employee or consultant to the City who has worked on the development of this RFP, or with any person serving as a member of the evaluation committee. 2. The proposal has been developed independently, without consultation, communication or agreement with any other firm or parties for the purpose of restricting competition. 3. Unless otherwise required by law, the information found in the proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the award of the contract, directly or indirectly, to any other firm. 4. No attempt has been made or will be made by (Name of Firm) to induce any other firm to submit or not to submit a proposal for the purpose of restricting competition. 5. No relationship exists or will exist during the contract period between (Name of Firm) and the City that interferes with fair competition or is a conflict of interest. Sincerely, ____________________________________ Name and Title Page | 21 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ ATTACHMENT #5 CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a PUBLIC ACCESS FORM ____________, as Proposer, shall comply with the requirements of Florida’s Public Records law. In accordance with Section 119.0701, Florida Statutes, Contractor shall: a. Keep and maintain public records required by the public agency in order to perform the service. b. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided under Florida’s Public Records Law or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if Contractor does not transfer the records to the public agency: and d. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of Contractor or keep and maintain public records required by the public agency to perform the service. If Contractor transfers all public records to the public agency upon completion of the contract, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon completion of this contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e. If Proposer has questions regarding the application of Chapter 119, Florida Statutes, to Contractor’s duty to provide public records relating to this Agreement, Contractor shall contact the Custodian of Public Records at: City Clerk, City of Crestview 198 North Wilson Street P.O. Box 1209 Crestview, Florida 32536 (850) 682-1560 Extension 250 cityclerk@cityofcrestview.org Page | 22 City of Crestview, Florida RFP No. 21-0325a, Proposal for Continuing Contract Professional Engineering Services ______ __ f. In the event the public agency must initiate litigation against Contractor in order to enforce compliance with Chapter 119, Florida Statutes, or in the event of litigation filed against the public agency because Contractor failed to provide access to public records responsive to a public record request, the public agency shall be entitled to recover all costs, including but not limited to reasonable attorneys’ fees, costs of suit, witness, fees, and expert witness fees extended as part of said litigation and any subsequent appeals. _____________________________ Signature Consulting Services RFP 21-0325 Reviewer Date: Each category for review should receive a score between 1-5 based on the reviewer assesment of the provided proposal. The scores will be weighted based on the percentages. The company with the highest score will be the recommended vendor. Company Name Qu a l i f i c a t i o n s Qu a l i f i c a t i o n s We i g h t e d S c o r e Res p o n s i v e n e s s Res p o n s i v e n e s s we i g h t e d S c o r e Exp e r i e n c e Exp e r i e n c e W e i g h t e d Rec o m m e n d a t i o n s Rec o m m e n d a t i o n s We i g h t e d Loc a l P r e f e r e n c e * 1, 3 , o r 5 Loc a l P r e f e r e n c e we i g h t e d Wo m e n / M i n o r i t y Ow n e d * * 1 o r 5 Wo m e n / M i n o r i t y Ow n e d w e i g h t e d Tot a l W Company xyz 5.00 25.00 2.00 6.00 2.50 15.00 5.00 20.00 4.50 4.50 5.00 5.00 75.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 * Local Preference (1) Santa Rosa, Walton or Escambia County (3) Okaloosa County (5) City of Crestview ** Women/Minority Owned (1) no (5) yes Page 1 of 2 ADDENDUM 1 TO THE REQUEST FOR QUALIFICATIONS RFP NO 21-0325A PROPOSAL FOR CONTINUING CONTRACT PROFESSIONAL ENGINEERING SERVICES Issued By: Office of the City Clerk 198 Wilson Street North Crestview, Florida 32536 (850) 682-1560 Fax (850) 682-8077 Website: http: //www.cityofcrestview.org Date of Issue: 2/22/2021 Responses Due: March 25, 2021 2:00 PM Page 2 of 2 ADDENDUM 1 List of Services, Page 4 and 6 Respondent should include all services they intend to provide as a result of this contract. Page 6 Item 4a 4. The firm shall prepare an executive summary and overview of the services it is offering, including all of the following information: a. Statements that demonstrate that the firm understands and agrees with the terms and conditions of the RFP and the proposed contract. Page 9, Item 20 20. Proposal Form. The Proposal Form contained within this RFP shall precede the mandatory information required in this section. Any additional information submitted in support of the Bid shall follow the required information. 1. A specific form is not required, respondents need to ensure all information is included with their submittal. The data contained in this document is confidential proprietary company information pertaining specifically to the proposal listed above and shall not be used, disclosed, duplicated or distributed for any other purposes. CITY OF CRESTVIEW, FLORIDA RFP – No. 21-0325a PROPOSAL FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR A CONTINUING SERVICES CONTRACT 25 MARCH 2021 Submitted By: Seaside Engineering And Surveying, LLC (SEAS) 6575 Highway 189 N. Baker, FL 32531 March 25, 2021 City of Crestview 198 N. Wilson St Crestview, Florida 32536 Attn: Ms. Elizabeth M. Roy City Clerk, City of Crestview Re: RFP No. 21-0325a Dear Ms. Roy: Seaside Engineering & Surveying (SEAS) is pleased to submit the following Statement of Qualifications for Professional Consulting Services for a Continuing Services Contract in response to RFP No. 21-0325a. As validated by the attached documents, SEAS has both the knowledge and experience to provide Stormwater Engineering and Surveying Services. SEAS has previously held a contract with the City of Crestview the last two contract periods. SEAS is a local surveying and engineering firm located in Baker, FL. SEAS has maintained a very strong presence in Crestview since 2006. SEAS has maintained a close working relationship with the City of Crestview as a result of numerous residential and commercial land development projects being completed and approved over the years as well as providing professional services directly to the city. In addition to being known locally for providing excellent service, SEAS is known by U.S. Army Corps of Engineer (USACE) Districts throughout the northeast and southeast United States for exceptional work and for having innovative ideas and using the most advance equipment and software. In fact, SEAS has received EXCEPTIONAL and VERY GOOD ACASS (Architect- Engineer Contract Administration Support System) ratings for all task orders performed for the USACE. Using the latest surveying and engineering technology, also provides SEAS an advantage in meeting both tight budget and time restraints. Although SEAS is fortunate to have continuing contracts with the USACE, company capacity is available to undertake additional work. We appreciate the opportunity to submit this Statement of Qualifications and look forward to working with the City on the project. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 1 of 38 Professional Services to be offered: Seaside Engineering And Surveying, LLC ............. Civil Engineering Surveying Mapping / GIS Sincerely, Timothy D. Bowden, P.E., P.S.M. Principal / Manager tim.bowden@seasllc.net Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 2 of 38 TABLE OF CONTENTS SECTION 1 – Letter of Interest 1-2 SECTION 2 – Table of Contents 3 SECTION 3 – Joint Ventures, Background Information & Business Credentials 4-8 SECTION 4 – Executive Summary 9 SECTION 5 – Areas of Expertise 10-12 SECTIONS 6&7 – Specific Accomplishments & Project Experience 13-15 SECTION 8 – Project Management Organization 16-19 SECTION 9 – References 20 SECTION 10 – Additional Information & Comments 21 SECTION 11 – Conflict of Interest Disclosure Form 22-23 SECTION 12 – Public Entity Crime Form 24-26 SECTION 13 – Drug Free Workplace Certification 27-28 SECTION 14 – Liability & Indemnification Form 29-30 SECTION 15 – Insurance Requirements 31 SECTION 16 – Acceptance of Terms and Conditions 32 SECTION 17 – Certification of Independence and No Conflict of Interest 33-34 SECTION 18 – Authorization to Release Information 35-37 SECTION 19 – Firm Proposal Terms 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 3 of 38 3. Joint Ventures, Background Information & Business Credentials: Seaside Engineering And Surveying, LLC (Prime) 6575 Highway 189 N. Baker, FL 32531 (850) 650-9563 Phone (850) 398-6812 Fax Tim.Bowden@SEASLLC.net Registrations: State and Local Licensing/Registrations: The following are the Prime Consultants licenses and registrations. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 4 of 38 Engineering Licenses for Businesses do not expire currently. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 5 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 6 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 7 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 8 of 38 4.EXECUTIVE SUMMARY: SEAS COMPANY BACKGROUND: Seaside Engineering & Surveying (SEAS) was established in April of 2002 by four professionals with over 90 years of combined civil engineering & surveying experience and has an office in Baker. Since 2002 SEAS has added additional professionals and has grown over five hundred percent. Currently SEAS fields 15 fully equipped survey crews (10 Conventional & 5 Hydrographic/Mobile LiDAR). In addition, SEAS has two licensed Professional Engineers, one of which is also a licensed Professional Surveyor, seven additional licensed Professional Surveyors and one Engineering Intern. SEAS has the latest equipment and software technology as well as innovative ideas and years of experience. SEAS work is known throughout the northeast and southeast United States. Our business was founded on the relationships we have made over the past 30 years. As a service organization in a business where accuracy and attention to detail is the measure of a superior product our clients have come to trust and depend on the people they know at SEAS. Key personnel include: Timothy D. Bowden, PE, PSM, John C. Gustin, IV, PSM, Kent E. Stewart PSM, PLS, Leonard Gordon Jr. PSM, GISP, Chris Gray, PSM, and Michael C. Granger, PE. SEAS COMPANY PHILOSOPHY: A few simple principles govern the way SEAS works: We acknowledge Jesus Christ, our Creator and Sustainer, as the head of our firm. We will deal fairly and honestly in all of our business practices. We will value our clients and respect their opinions and desires. We will treat our client’s property/project as if it were our own, looking for cost effective solutions. SEAS COMPANY MISSION STATEMENT: Seaside Engineering and Surveying (SEAS) is a corporation comprised of professionals in Civil Engineering and Surveying. Our corporate objective is to set the standard for excellence in the fields of Surveying and Engineering. In the pursuit of our corporate objective, the SEAS principals and staff are committed to the following operating principles: Always striving to produce a superior product; Providing a product which exceeds the expectations of our client; Serving our clients and the public with humility and gentleness, putting the interest of others above our own personal interest, (Phil. 2:1-5); Conducting every aspect of our business with INTEGRITY and HONESTY. EXECUTIVE SUMMARY: Seaside Engineering & Surveying, LLC. (SEAS) has reviewed the Request for Proposal (RFP) No. 21-0325a and understands and agrees with the terms and conditions of the RFP and the proposed contract. SEAS understands the qualifications, experience and resources required for this contract. Based on that understanding SEAS has specialized experience in the types of work specified in the RFP in order to best meet the needs and demands of the City of Crestview. The Organizational Flow Chart included in this submittal contains the team’s structure and how each firm will participate. Due to the broad range of professional services, the human resources of this team could not be fully represented. The SEAS team will provide a depth of resources to meet the most demanding project requirements for emergency response and critical needs. Seaside Engineering & Surveying, LLC. (SEAS) is pleased to offer the following brief summary of our qualifications, capabilities, experience and resources. You will find these listed below according to the topics outlined in the advertised RFP. The contents of this proposal are true and accurate to the best of SEAS personnel’s knowledge and belief. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 9 of 38 5. AREAS OF EXPERTISE: Seaside Engineering & Surveying (SEAS) Seaside Engineering & Surveying (SEAS) has been in business for 19 years. SEAS was founded in 2002 as Seaside Engineering & Surveying, Inc. In November of 2012, SEAS reorganized as a Limited Liability Company. There have been no significant changes in leadership, and none are expected in the near future. i. Civil Engineering/Planning Services SEAS has Professional Engineers with licenses in Florida, Alabama, Georgia, Tennessee, Kentucky, Texas, West Virginia, and Mississippi, and has extensive experience in civil engineering from public works and government projects to commercial shopping centers, condominiums and residential subdivisions. In addition to numerous residential and commercial development projects in Okaloosa County and Walton County, Florida, Construction Plans & Specifications have been developed for the US Army Corps of Engineers (USACE), Eglin Air Force Base (AFB), and Hurlburt Field. Construction Plans typically include Demolition Plans, Site Layout Plans, Grading & Drainage Plans, Utility Plans, Roadway Profiles, Roadway Cross Sections and Details and are developed using AutoCAD Civil 3D software. Private development projects are designed in accordance with the Land Development Code of the governing authority, while projects that include lane additions and roadway widening within FDOT rights-of-way are designed in accordance with the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook), where applicable. Project development also typically includes the preparation of Construction Cost Estimates and Stormwater Calculations and the preparation and submittal of the environmental resource permit applications to the appropriate regulatory agencies. ii. Surveying Services Conventional Seaside Engineering & Surveying (SEAS) has Professional Surveyors with licenses in Florida, Alabama, Georgia, Texas, Arkansas, Tennessee, Mississippi, Kentucky and Oklahoma. SEAS has extensive experience in Surveying including Boundary, Topographic, GPS, and Construction Stakeout. SEAS has performed numerous boundary and topographic surveys of large commercial and residential land areas in Okaloosa and Walton Counties mostly in support of civil engineering or land planning projects. Each of these projects contain elements of roadway design and construction. SEAS personnel have performed hundreds of boundary surveys varying in size and complexity. Our experience includes section retracement/breakdown, surveys of Government Subdivision lots, ALTA surveys, Right-of-Way surveys, Subdivision Layout, and Roadway Stakeout. SEAS established centerline stationing and took cross-section in preparation for pavement overlay of 8 miles of existing roadway and 3 miles of new roadway at the Atlantic Undersea Test and Evaluation Center (AUTEC) located on Andros Island, Bahamas. This work also included the location of all sanitary/communication manholes, storm inlets, water valves and utility lines within the area of construction and the elevation of manhole tops and inverts. In addition horizontal and vertical control was established for 6 acres of concrete marina area at the Base. Similarly, SEAS established vertical and horizontal control, centerline stationing and took cross section at 50-foot intervals in preparation for the design of approximately 2.5 miles of new roadway at Gunter Hill Campground located at Mile 272.8 on the Alabama River System near Montgomery, Alabama. All of SEAS’ survey crews use Robotic Total Stations with reflectorless capabilities together with Real- time Kinematic (RTK) GPS with On-The-Fly (OTF) initialization to perform land surveys. Where terrain Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 10 of 38 and satellite visibility permit, the RTK Rover unit can be mounted on a vehicle to expedite the data collection process. Hydrographic Seaside Engineering & Surveying (SEAS) has extensive experience performing hydrographic surveys and is recognized nationally as a leader in Hydrographic Surveying. SEAS personnel have completed numerous hydrographic surveys both multibeam and singlebeam on inland and coastal waterways. SEAS has completed projects for Mobile, Pittsburgh, Louisville, Jacksonville, Chicago, Nashville, Vicksburg, St. Louis, Rock Island, Little Rock and St. Paul US Army Corps of Engineers (USACE) Districts. SEAS has performed multibeam surveys and side scan sonar data collection for scour evaluation of more than 30 locks and dams for USACE and has surveyed over 10,000 bank to bank singlebeam cross sections in the past five years on inland waterways. SEAS currently fields four (4) Hydrographic Survey crews with multibeam, singlebeam and sidescan sonar data collection and data processing experience. SEAS hydrographic survey crew personnel are also experienced in Static and Kinematic GPS Control Surveys and processing using Topcon’s Magnet, Trimble Business Center, and NGS OPUS. This experience enables SEAS to provide a quality product quickly, efficiently and economically. SEAS utilizes three different sources for Differential Global Positioning System (DGPS) correction. All of these DGPS correction methods have been used by SEAS hydrographic survey crews and provide real- time sub-meter horizontal survey accuracies. SEAS can also broadcast RTK corrections from local control at or near the project site. SEAS GPS receivers and Radio/Wireless modems are capable of Extended Range RTK positioning in real-time. Mobile LiDAR Seaside Engineering & Surveying (SEAS) personnel have experience with both Marine and Terrestrial Mobile LiDAR Surveying. SEAS has completed Marine Mobile LiDAR Surveys of over 100 bridges and for over 2000 miles of navigable waterways for the US Army Corps of Engineers (USACE). LiDAR data from these surveys has been used to determine low steel elevation of bridge decks, to extract bridge features for Inland Electronic Navigational Chart (IENC) mapping, and to assess riverwall and lock and dam condition. SEAS personnel completed Terrestrial Mobile LiDAR surveying for approximately 30 miles of I- 395 for the Virginia Department of Transportation. In both applications an Optech Lynx high definition mobile LiDAR system equipped with camera was utilized. This platform allows for the collection of a LiDAR dataset at a rate of 1,200,000 points per second in a full 360° field of view and georeferenced 5 MP images at the rate of 5 images per second. This type of data collection lends itself to surveying large structures such as bridges, locks and dams, and roadway corridors where the data is used to create 3D CAD models. Position and attitude correction is handled by an Applanix PosLV System. The data is collected with the Optech Lynx Survey software and post processed with the Optech LMS Pro, Applanix POSPac, TerraScan, TerraMatch and TerraPhoto. iii. Mapping/GIS Services SEAS GIS Data Collection, Design and Implementation Experience: SEAS is an industry leader in GIS surveys of Inland Waterways and has provided Inland Electronic Navigational Charts (IENC) GIS base mapping product, for over 2500 miles of navigable waterway, to numerous USACE Districts. SEAS is at the forefront of IENC GIS data collection through innovative integration and development of survey technology, software and data collection procedures. In the course of performing inland waterway mapping SEAS developed a real-time survey system that operates from a vehicle or survey vessel. The SEAS Moving Asset Collection System (SMACS) has been used to map and verify IENCs on the Mississippi, Alabama, Missouri, White, Arkansas, Ohio, Black Warrior and Tombigbee, Mobile, Chicago Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 11 of 38 Sanitary and Ship Canal, Monongahela, Allegheny, St. Croix and several other Rivers. These data sets are Delivered in Geodatabases and shapefiles which are SDSFIE and or IENC Encoding Guide compliant. SEAS has also performed GIS data collection for projects at Military Installations including Eglin AFB, Florida and AUTEC Navy Base, Andros Island Bahamas. ■ The AUTEC Naval Facility is a self-contained city, with its own primary power plant, water desalination plant, medical and fire departments, public works center, housing and food services. The Task Order was to update the Base General Development Maps (GDM) by field surveying all of the improvements, facilities and surface/subsurface utilities, producing Computer Aided Design (CAD) drawings in AutoCAD and Shape Files in ESRI ArcMap compliant with CADD/GIS Technology Center’s Spatial Data Standards (SDSFIE) Release 2.3 or current Release. ■ SEAS performed GIS Mapping Historical Sites at Eglin, AFB consisted of 16 historical sites (some located on live firing ranges). These sites include areas such as “New Little Tokyo”, “Cross Bow”, “German Factory”, “German Submarine Pens” and “Doolittle Field”. Each site was unique and required detailed mapping of runways, buildings, trenches, berms, concrete pads, woods lines, utilities, various ruins, etc… The mapping was performed with RTK GPS and robotic total stations. ■ SEAS has completed several GIS projects for the Huntington District requiring GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS). SEAS used ESRI ArcGIS Desktop – ArcInfo, AutoCAD and custom software development tools. (1) Muskingum Area of West Virginia five reservoir sites: 287 Mylar (30”x42”) Orthophoto sheets (2) Dillon Lake: 91 Mylar (30”x42”) Orthophoto sheets (3) Clendening/Leesville/Mohawk: 130 Mylar (30”x42”) Orthophoto sheets Sheets Contained: Fee Boundary Lines, Flowage Easement Contour Lines, Fee Boundary Monuments, Flowage Easement Pins and Horizontal/Vertical Control. ● Services provided: ● Scanning, ● Georeferencing, ● Rectifying and ● Clipping all 287 sheets; ● Digitizing/Transcribing and Attributing required features; ● Creating SDSFIE compliant Personal Geodatabase files; ● Creating Control Station and Boundary Monument Cards, ● QA/QC all work, ● Preparing Engineering Report iv. CONTRACT CONSULTANTS: SEAS will seek out duly licensed professionals to perform any additional services required for the completion of this contract that are not specified in our response. SEAS has professional relationships with many small and large businesses alike to perform any service required. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 12 of 38 6&7. Specific Accomplishments & Project Experience Seaside Engineering & Surveying, LLC (SEAS) - Surveying 2019-2021 Boundary Refurbishment Survey for – Jim Woodruff Lock and Dam, Lake Seminole Project, AL, GA, FL – POC: Vernon Bell (251) 694-4188 SEAS was contracted by the USACE to perform a boundary retracement and refurbishment at Lake Seminole. Task order 19F0439 consisted of 101 miles and Task order 20F0085 consisted of 108 miles. The survey effort consisted of the following tasks: Establish/set horizontal and vertical control points from a control network/GPS campaign, make horizontal ties to the property/commencement corners, blaze, hack, mark boundary lines, reset missing corners, and locate all features within 10’ of the line. SEAS provided right of entry notifications for all areas of the project in accordance with each state’s laws. 2018-2019 Eglin Air Force Base, Florida PowerSouth Energy Cooperative Transmission Line Route Survey – POC: Cam Smith (334) 427-3468 PowerSouth Energy Cooperative contracted with Seaside Engineering, LLC to produce Plan and Profile sheets for a proposed Transmission Line on Eglin Air Force Base, Florida. The route survey was approximately 5.5 miles long connecting the Eglin Main Base Substation to an existing substation located just off the military installation. The route survey traversed through developed areas, undeveloped areas and spanned across water areas. SEAS utilized GNSS receivers, Robotic Total Stations, Mobile and Terrestrial LiDAR to collect the survey data. 2019-2020 Topographic Survey for FY20 Zone 1 – Flight Line F35 Zone, Tyndall Air Force Base, Florida – POC: David Pratt (210) 805-2286 Parsons Government Services, Inc., under its contract with the Mobile District Army Corps of Engineers, subcontracted Seaside Engineering and Surveying, LLC (SEAS) to produce a topographic survey of approximately 145 acres of Tyndall Air Force Base in Florida. SEAS performed the data collection using a combination of conventional GPS/total station and mobile LiDAR. SEAS performed the accompanying data processing, analysis, and creation of the contract deliverables pertinent to the topographic survey. SEAS engaged subconsultants to perform the Sub-surface Utility locations (SUE levels A and B) and the Geotechnical Exploration & Report. SEAS added the SUE data to the CAD file deliverables once the data was received from the subconsultant. 2006 Roadway Overlay and Construction, Atlantic Undersea Test and Evaluation Center (AUTEC), Andros Island, Bahamas – POC: John Zamarron (561) 872-8566 This project involved establishing the centerline stationing and taking cross-section at 50’ intervals in preparation for pavement overlay of 8 miles of existing roadway and 3 miles of new roadway at the Atlantic Undersea Test and Evaluation Center (AUTEC) located on Andros Island, Bahamas. The work also included the location of all sanitary/communication manholes, storm inlets, water valves and utility lines within the area of construction and the elevation of manhole tops and inverts along with the preparation of Plan & Profile drawings at a scale of 1”=50’. Horizontal and vertical control was also established on a 15’ grid for 6 acres of concrete marina area at the Base. Final construction stakeout for the roadways and marina area in accordance with the Construction Plans was also completed. 2007 Gunter Hill Campground, Montgomery, AL – USACE Mobile District, Tuscaloosa Site office; POC: Mark Goddard (205) 752-3571 Project included establishing vertical and horizontal control, centerline stationing and taking cross section at 50’ intervals in preparation for the design of approximately 2.5 miles of new roadway and parking areas at Gunter Hill Campground located at Mile 272.8 on the Alabama River System near Montgomery, Alabama. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 13 of 38 Utilizing the above data, SEAS prepared Construction Drawings, which included Site Plans, Roadway Plan & Profiles, Roadway Cross Sections, Grading and Drainage Plans, and Utility Plans, for the project using AutoCAD Civil 3D software. Final survey work included staking clearing limits, re-establishing centerline stationing, and setting grades for construction in accordance with the developed plans. 2007 Marine Corps Logistics Base, Albany, GA – J2 Engineering, Inc.; POC: Jose Morales (813) 888-8861 This project involved establishing vertical and horizontal control, centerline stationing and taking cross section at 50’ intervals in preparation for the design of approximately 6.0 miles of roadway resurfacing. The work also included the location of all sanitary/communication manholes, storm inlets, water valves and utility lines within the area of construction and the elevation of manhole tops and inverts, and the location and verification of any drainage structures and drainage swales pertinent to the road drainage system. Plan & Profile drawings were prepared using AutoCAD Civil 3D. Seaside Engineering & Surveying, LLC (SEAS) – Surveying/Civil Engineering 2018 Memans Tobacco Shop – POC: Alvira Meman (817) 929-2864 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and preparing the Site Civil Construction Plans with associated Stormwater Design. The development consisted of a 920 s.f. Tobacco Shop with an associated asphalt parking facility. The Site Civil Construction Plans included the Building and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. Post construction SEAS was responsible for performing and preparing the final As-Built Survey and Drawings. The Site Civil Construction Plans and As-Built Plans were developed using AutoCAD Civil 3D software. 2018 Cassady Industrial Project– POC: Paul Cassady (850) 582-1310 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and preparing the Site Civil Construction Plans with associated Stormwater Design. The development consisted of improving approximately 3.11 acres for the use as an RV and boat storage facility. The Site Civil Construction Plans included the site layout of 13 Warehouses and the Drive/Parking Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. Post construction SEAS was responsible for performing and preparing the final As-Built Survey and Drawings. The Site Civil Construction Plans and As-Built Plans were developed using AutoCAD Civil 3D software. 2019-2021 Crestview Corners Parking Lot Resurfacing – POC: Andrew Prescott (251) 380-7240 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and Preparing the Site Civil Construction Plans. The development consisted of updating and revising an existing asphalt parking facility for a shopping complex. The Site Civil Construction Plans included the Parking Site and Landscape Island Layout, Grading and Drainage Plans, Utility Plans, and Details. The Site Civil Construction Plans were developed using AutoCAD Civil 3D software. 2020 Amos Street Apartments – POC: Gordon Wuthrich (850) 353-2857 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and Preparing the Site Civil Construction Plans with associated Stormwater Design. The development consisted of a 10-unit apartment Complex with an associated asphalt parking facility. The Site Civil Construction Plans included the Building and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. SEAS was Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 14 of 38 responsible for the Construction Layout and Drawings. The Site Civil Construction Plans were developed using AutoCAD Civil 3D software. 2020 Wayne Yo-Ag Commercial Building – POC: Wayne Yo-Ag (850) 217-3973 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and Preparing the Site Civil Construction Plans with associated Stormwater Design. The development consisted of a 2,250 s.f. Industrial/Commercial facility with associated gravel parking facility. The Site Civil Construction Plans included the Building and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. The Site Civil Construction Plans were developed using AutoCAD Civil 3D software. 2015 Crestview Courthouse, City of Crestview – BCC Okaloosa County.; POC: Jason Autrey (850) 689-5772 This project included performing the boundary, topographic and Utility surveys and preparing the Site Civil Construction Plans with associated Stormwater design and calculations. The Site Civil Plans Included Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. Construction Plans were developed using AutoCAD Civil 3D software. 2015 David’s Catfish House – Spurlin and Spurlin, LLC.; POC: Bill Spurlin (334) 804-7425 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and preparing the Site Civil Construction Plans with associated Stormwater Design. The Site Civil Construction Plans included the Restaurant and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. Post construction SEAS was responsible for performing and preparing the final As-Built Survey and Drawings. Construction and As-Built Plans were developed using AutoCAD Civil 3D software. 2017 Crestview Open MRI – POC: Rhett Cadenhead (850) 585-5140 SEAS was responsible performing the boundary, topographic and Utility surveys of the pre-development conditions. SEAS also prepared the Site Civil Construction Plans with associated Stormwater Design. The Site Civil Construction Plans included the office addition and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. Construction Plans were developed using AutoCAD Civil 3D software. 2014 Katie Manor – Katie Manor, Ltd.; POC: Steve Frick (904) 288-7770 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and Preparing the Site Civil Construction Plans with associated Stormwater Design. The Site Civil Construction Plans included the building and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. SEAS was responsible for the construction layout and the As-Built Survey and Drawings. Construction and As-Built Plans were developed using AutoCAD Civil 3D software. 2017 Wendy’s North Crestview – The Wendco Group.; POC: Ivan Blackmon (850) 433-5425 This was a complete project development, which consisted of SEAS performing the boundary, topographic and Utility surveys of the pre-development conditions and Preparing the Site Civil Construction Plans with associated Stormwater Design. The Site Civil Construction Plans included the building and Parking Site Layout, Grading and Drainage Plans, Utility Plans, Cross Sections, Details and Specifications. SEAS was responsible for the As-Built Survey and Drawings. Construction and As-Built Plans were developed using AutoCAD Civil 3D software. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 15 of 38 SEAS Team Organization Chart Mapping/GIS Prime Contractor Seaside Engineering And Surveying, LLC Services Contract Management Project Management Civil Engineering Planning Surveying CITY OF CRESTVIEW, FLORIDA REQUEST FOR PROPOSAL (RFP) NO. 21-0325a “PROPOSAL FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR A CONTINUING SERVICES CONTRACT Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 16 of 38 Name: Timothy D. Bowden, P.E./P.S.M. Project Assignment: Contract Administrator/ Project Engineer/ Project Surveyor Years of Experience: Total: 18 With Firm: 17 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: University of Florida: 2003 – BS Civil Engineering Current Professional Registration: 2008 / PE, FL # 68275 ; 2012 / PSM, FL # 6928 Additional PE: AL, GA, MS, KY, TN, TX, WV; PLS: GA, TX Experience: Mr. Bowden has over a decade of experience in surveying. During this time, as a Rod Man, Instrument Operator, Party Chief, CAD/GIS Technician, Project Manager and Licensed Surveyor, Mr. Bowden has performed Horizontal & Vertical Control, Boundary, Topographic, Construction Layout, Route, GIS, Hydrographic, and Mobile LiDAR surveys. Mr. Bowden has experience utilizing both GNSS and conventional surveying methods as well as processing the collected data. He is also skilled in processing GPS control networks for Mobile LiDAR surveys. Mr. Bowden has extensive experience performing GIS mapping data collection and data processing of GIS surveys for multiple clients. Mr. Bowden regularly uses AutoCAD Civil 3D and ArcGIS for mapping products. Mr. Bowden has extensive experience in all aspects of Civil Engineering, including design, construction inspection, post-construction engineering inspection and certification of completion. As well as project administration experience on general civil, sanitary and utility projects and has managed multiple engineering projects for government and private-sector clients. Mr. Bowden has been responsible for developing Civil Site Designs and Layouts and Specifications, Designing and Permitting Stormwater Systems and Designing Utility Systems for numerous government projects, commercial and residential developments. Mr. Bowden offers unique qualifications and experience to serve as the contract administrator and project Engineer, which include but are not limited to Permitting, Bidding, Estimating and proposals. Mr. Bowden is extremely proficient in the use of AutoCAD Civil 3D software and is experienced in working with and merging LiDAR and conventional survey data within the AutoCAD Civil 3D framework for Civil Site Design. Name: John C. Gustin, IV, P.S.M. Project Assignment: Project Surveyor Years of Experience: Total: 38 With Firm: 21 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: Shasta College: 1980-1981 – General Studies Current Professional Registration: 2000 / PSM, FL # 6192 Experience: Mr. Gustin has vast experience in all phases of Surveying, including Boundary, Topographic and Location surveys, Construction Stakeout, and Geodetic Control, automated Hydrographic, and Mobile LiDAR surveys, and GIS mapping. As Project Manager, Mr. Gustin has supervised field activities, office computations and computer aided drafting on numerous Federal, State, and Local project. As Contract Administrator, he has negotiated and managed contracts with Mobile, Pittsburgh, Louisville, Jacksonville, Chicago, Nashville, Vicksburg, St. Louis, Rock Island, Little Rock and St. Paul US Army Corps of Engineers (USACE) Districts. In addition to his extensive knowledge of a vast array of surveying equipment, he is experienced with ESRI ArcGIS, HYPACK, AutoCAD Civil 3D, and MicroStation software. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 17 of 38 Name: Kent Stewart, PSM, PLS Project Assignment: Project Surveyor / (Terrestrial Mobile LiDAR) Years of Experience: Total: 33 With Firm: 9 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: Northeastern Oklahoma A&M: 1983-1985 – Engineering Northeastern State University: 1985-1986 – Engineering Current Professional Registration: 1995 / PLS, OK # 1415 2006 / PSM, FL # 6531 2007 / PLS, AL # 28582 2007 / PLS, MS # 3148 Experience: Mr. Stewart is experienced in all manners of surveying, including Boundary, Topographic and Location surveys, Construction Stakeout, and Geodetic Control, but specializes in remote sensing with an emphasis on Mobile LiDAR. Mr. Stewart has 20 years of experience on remote sensing projects and 6 years with mobile mapping. Mr. Stewart’s expertise includes development of procedures, managing projects, training personnel, and research and development as it pertains to mobile mapping. Mr. Stewart leads the SEAS mobile mapping team for Terrestrial and Marine based Mobile LiDAR projects. Projects have been completed under his directive for various Cities, State Departments of Transportation and USCAE Districts. Mr. Stewart also leads the SEAS Application Development team. The team focuses on creating custom applications for internal and external use. Most applications written are for remote sensing projects, but other programs are written if a client requests a software need as a part of their project. Name: Leonard Gordon Jr, PSM, GISP Project Assignment: Project Surveyor / GIS Manager Years of Experience: Total: 11 With Firm: 10 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: Okaloosa Walton Collect – AA Degree Univ. of Central Florida – BS Civil Eng. Current Professional Registration: 2021 / PSM #7300 2015 / GISP #90946 Experience: Mr. Gordon is experienced in surveying, mapping, and GIS including boundary, topographic, geodetic control, construction layout / as-builts / quantity surveys, hydrographic, GIS collection, and mobile / terrestrial LIDAR. He is proficient in the use of GNSS receivers, conventional survey methods, and LiDAR for data collection, processing, and integration to various software platforms for creation of final drawings and maps. Mr. Gordon currently manages 7 construction task orders for the USACE Jacksonville District that require quick turnaround for surveying services and as built drawings. Mr. Gordon is proficient the use of surveying software such as Topcon Magnet, Trimble Business Center, MicroStation with InRoads, Civil 3D, ARCGIS, Terrasolid LiDAR processing suite, and SCENE terrestrial LiDAR Suite. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 18 of 38 Name: Chris Gray, PSM Project Assignment: Project Surveyor Years of Experience: Total: 10 With Firm: 9 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: Univ. of West Florida– B.S. Engineering Technology / Construction Management Current Professional Registration: 2021 / PSM #7298 Experience: Mr. Gray is experienced in hydrographic, geodetic control, boundary, topographic, quantity and condition surveys for dredge payment, and construction surveys. He is experienced in the use of both GNSS and conventional survey methods and processing the collected data. He is also experienced with various positioning systems for hydrographic surveys for both piloted and remote vessels and the required hardware integration for various hydrographic collection methods and data processing of the collected data. He is a Hypack certified Hydrographer. Mr. Gray is proficient in the use of Topcon Magnet, Hypack, MicroStation, Civil 3D, and various other hydrographic survey software suites. Name: Michael Cole Granger, PE Project Assignment: Project Engineer Years of Experience: Total: 13 With Firm: 4 Firm Name and Location: Seaside Engineering & Surveying, LLC (SEAS), Baker, FL Education: Florida State University: 2007 – BS Civil Engineering Current Professional Registration: 2021 / FL PE #90987 Experience: Mr. Granger has wide-ranging experience in all types of Civil Engineering projects. He has valued experience as a former engineer for the Northwest Florida Water Management District reviewing and approving a wide arrange of Civil Site Designs projects for Environmental Resources Permits. He has been responsible for developing Site Construction Plans and Specifications for numerous commercial and residential developments within several municipalities and county governments throughout Northwest Florida. Construction Plans typically included the development of Site Plans, Roadway Plan & Profiles, Roadway Cross Sections, Grading and Drainage Plans, Utility Plans, Typical Sections, Details and Specifications. Mr. Granger is also adept at preparing Stormwater Management Plans and supervising the preparation of environmental resource permit applications and submittals. He is also experienced with Construction Inspection. Mr. Granger is proficient in the use of AutoCAD Civil 3D software. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 19 of 38 9. LIST OF REFERENCES: Bill Spurlin Spurlin and Spurlin, LLC. 202 Sanford Road Andalusia, AL 36420 (334) 804-7425 whsfish@gmail.com Craig M. Thomas, President Utility Solution Group, LLC 1667 Hwy 83 N. DeFuniak Springs, FL 32433 (850) 951-2670 craig@utilitysolutionsgroup.com Earnest M. Maccarty, Jr. P.L.S. USACE – Huntington District 502 Eighth Street Huntington, WV 25701-2070 (304) 399-5957 Earnest.M.Mccarty@usace.army.mil Brooke McLean Air Force Enlisted Village 92 Sunset Lane Shalimar, FL 32579 (850) 651-3766 Mclean@afev.us John M. Zamarron Naval Undersea Warfare Center Detachment AUTEC 801 Clematis Street West Palm Beach, FL 33401 (561) 832-8566 ext 7277 John.Zamarron@autec.navy.mil Richard Wheeler, P.E. J2 Engineering, Inc. 25401 NW 8th Place Newberry, FL 32669 (352) 333-9644 rwheeler@j2-eng.com Jimmy McKinney NWF Contractors, Inc. 203 Pelham Rd Fort Walton Beach, FL 32547 (850) 862-5376 jmckinney@nwfcontractors.com LaVerne Young, President Young's Contracting 315 Kelly Road Valparaiso, FL 32580 (850) 729-1321 youngs@valp.net Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 20 of 38 10. ADDITIONAL INFORMATION & COMMENTS: Seaside Engineering & Surveying (SEAS) is pleased to offer this proposal and we look forward to working with the City of Crestview in the future. SEAS’ primary office is located in Baker, which provides for quick access to any and all City of Crestview projects and meetings. SEAS will always be available and responsive, and we will make the needs of the City of Crestview our priority. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 21 of 38 11. CONFLICT OF INTEREST DISCLOSURE FORM Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 22 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 23 of 38 12. PUBLIC ENTITY CRIME FORM Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 24 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 25 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 26 of 38 13. DRUG FREE WORKPLACE CERTIFICATION Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 27 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 28 of 38 14. LIABILITY & INDEMNIFICATION FORM Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 29 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 30 of 38 15. INSURANCE REQUIREMENTS: During the performance of services under this agreement, CONSULTANT shall maintain Commercial General Liability, Business Automobile Liability (including hired and non-owned coverage), Professional Liability and Workers’ Compensation insurance. Such coverage shall adequately protect the interest of the CITY with regard to all exposures including design defects and subsequent costs and lost revenue to loss associated with this agreement. In no circumstance shall the limit of liability be written with limits less than $5,000,000. CONSULTANT shall furnish the CITY certificates of insurance which shall include a provision that such insurance shall not be cancelled or coverage reduced without at least 30 days written notice to the CITY. All coverage shall be with carriers admitted to do business in the State of Florida. Carriers shall be A+ rated by A M Best Company and have a financial size of X or higher. The Commercial General Liability and Business Automobile polices shall name City of Crestview, Florida as an Additional Insured. Further, the Workers’ Compensation policy shall contain a waiver of subrogation in favor of the CITY. City of Crestview, Florida shall be listed as the Certificate Holder on all certificates. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 31 of 38 16. ACCEPTANCE OF TERMS AND CONDITIONS: Seaside Engineering & Surveying (SEAS) understands and agrees that the proposal is predicated upon the acceptance of all terms and conditions stated in the RFP. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 32 of 38 17. CERTIFICATION OF INDEPENDENCE AND NO CONFLICT OF INTEREST Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 33 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 34 of 38 18. AUTHORIZATION TO RELEASE INFORMATION Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 35 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 36 of 38 Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 37 of 38 19. FIRM PROPOSAL TERMS: Seaside Engineering & Surveying (SEAS) guarantees the availability of the services offered in this proposal. All proposal terms will remain firm until June 23, 2021. Seaside Engineering & Surveying, LLC (SEAS)RFP 21-0325a Page 38 of 38