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