REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION. RFSOQ No.

Similar documents
REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION RFI /15 PROVISION OF NON-EMERGENCY TRANSPORTATION SERVICES

Mapped Facts and Figures Florida s Ocean and Coastal Economies

Statewide Medicaid Managed Care Re-Procurement Update

Florida s High School Cohort Graduation Rate

Statewide Medicaid Managed Care Long-term Care Program. Judy Jacobs Agency for Health Care Administration Area 7 Field Office Manager April 9, 2013

FDOT District Two Freight Movement Forums. Office of Agricultural Law Enforcement

Florida Managed Medical Assistance Program:

Post Award Forum for Florida s 1115 Managed Medical Assistance Waiver. Presented at the September 2014 Medical Care Advisory Committee Meeting

Choosing a Managed Care Plan for Medicaid Long-Term Care

Phase 0 Program Contacts By County

MASON-DIXON FLORIDA POLL

Out-of-Home Treatment Services for Children in Managed Care

Molina Healthcare of Florida Community Connector Program. Jeffrey T King, RN, MBA VP Healthcare Services

Florida Courts E-Filing Authority Board

Department of Highway Safety & Motor Vehicles Partnership with Clerk of Courts

A - Organization Information

Department of Health Design and Construction Department PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

CAPITAL PROJECTS PLAN for FISCAL YEAR Based upon Chapter , Laws of Florida

CAPITAL PROJECTS PLAN for Fiscal Year Based upon Chapter , Laws of Florida

Developing a Best Practice Model for Clinical Integration

Enhanced Utilization Management Model

Medicare Fee-For-Service (FFS) Hospital Readmissions: Q Q2 2014

Florida Department of Health Design and Construction Department

Improving the quality of life for long-term care residents

Statewide Medicaid Managed Care Long-term Care Program

CAPITAL PROJECTS PLAN for FISCAL YEAR Based upon Chapters and , Laws of Florida

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

The Talent Equation: Finding, Developing and Keeping Talent with CareerSource Solutions

2011 REPORT. Hospice Demographic and Outcome Measures

RFA Page 1 of 6

Florida s Medicaid 1115 Managed Medical Assistance Waiver Post Award Forum

Providing leadership in advancing the nursing profession so that Floridians can access safe, high quality healthcare.

2. Operational Period (Date/Time): 0700 EDT 03/28/2018 to 0700 EDT 04/04/2018

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

2. Operational Period (Date/Time): 0700 EDT 05/09/2018 to 0700 EDT 05/16/2018

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

Unified School Improvement Grant (UniSIG)

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

CURRENT ISSUES IN RECOVERY

Florida s Solid Waste Management Facility Operator & Spotter Training Requirements Guide

Florida Department of Community Affairs. Action Plan Amendment for the Use of 2008 Disaster Recovery Funds

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Florida s October Employment Figures Released

CONTACT: Chris Cate March 7, 2008, 10:00AM (850) ~ Annual job growth continues in educational and health services, but declines overall~

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

2. Operational Period (Date/Time): 0700 EST 02/14/2018 to 0700 EST 02/21/2018

Florida s December Employment Figures Released

Florida s September Employment Figures Released ~ Developing workforce talent is a cornerstone to reinvigorating the economy ~

CAPITAL PROJECTS PLAN FISCAL YEAR

REQUEST FOR APPLICATIONS FINANCING TO BUILD OR REHABILITATE SMALLER PERMANENT SUPPORTIVE HOUSING PROPERTIES FOR

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

Florida s February Employment Figures Released

Florida s May Employment Figures Released

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

1 Revised 1/1/2017 PLEASE RETURN TO: Coastal Care Services, Inc. - Network Management Department 7875 NW 12 Street, Suite 200Miami, FL 33126

Florida s Medicaid 1115 Managed Medical Assistance Waiver Extension Request. Agency for Health Care Administration October 18, 2016 Public Meeting

A. INTRODUCTION Architects and engineers are selected to provide services under the following types of contracts:

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

Florida s April Employment Figures Released

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

APPLICATION FOR CERTIFICATION AS A CONSULTANT TO PROVIDE PROFESSIONAL SERVICES IN ACCORDANCE WITH THE CONSULTANTS COMPETITIVE NEGOTIATIONS ACT

Florida s March Employment Figures Released

SECOND REQUEST FOR PROPOSALS. for

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Millage Rate *Ad valorem revenues reflect a 4.5% reduction in taxable values per Property Appraiser's June 1st Estimates

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

AUTHORITY: Sections (3)(p), , F. S. Rules 6C , 6C , and 6C , F.A.C.

Department of Children and Families Office on Homelessness

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida

LIBRARY COOPERATIVE GRANT GUIDELINES

Hurricane Irma Disaster Relief Information and Efforts--Citrus County

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

RURAL COMMUNITY ASSETS FUND

FLORIDA DEPARTMENT OF EDUCATION. Request for Application (RFA)

Request for Qualifications. Parking Garage 50, Structural Repair - A/E RFQ-REDM17/ ADDENDUM #1

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Justification Review

Technical Documentation for Licensure and Workforce Survey Data Analysis

General Procurement Requirements

Exhibit A. Purchasing Department School District of Osceola County, Florida

Dataworks Plus is pleased to provide the following proposal for FDLE FALCON RapidID Edge Device (RID) Software and fingerprint scanners.

Florida School for the Deaf & the Blind

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

A MESSAGE FROM THE SECRETARY

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR QUALIFICATIONS

Request for Qualifications. Gadsden Correctional Facility Renovations, Quincy, Florida, Architecture-Engineering RFQ-REDM17/ ADDENDUM #1

County Pretrial Release Programs: Calendar Year 2013

Dakota County Technical College. Pod 6 AHU Replacement

DEPARTMENT OF THE TREASURY

KAREN E. RUSHING. Audit of the Vendor Selection Process

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION RFSOQ No. FWC 16/17-71 The Florida Fish and Wildlife Conservation Commission (FWC) soliciting Statements of Qualifications (SOQ) from qualified design, surveying and mapping, engineering, landscape architecture and architectural firms in accordance with Section 287.055, Florida Statutes, for a wide range of projects. Statements of Qualifications are to be sent to: Florida Fish and Wildlife Conservation Commission Purchasing Office 2590 Executive Center Circle, Suite 100 Tallahassee, Florida 32301 Phone: (850) 488-6551 The application shall be plainly marked on the outside with: Project Number and the response due Date and Time. Project Number: FWC 16/17-71 Project Name: Public Access Services Office Continuing Services Contract Questions Deadline: 5:00PM EST, February 10, 2017 Response Due Date: February 22, 2017 at 2:00 PM ET 1. Project Information 1.1. Project Location: Northern Area counties: Columbia, Union, Bradford, Clay, Duval, Nassau, Baker Lafayette, Suwannee, Hamilton, Madison, Taylor, Jefferson, Leon, Wakulla, Gadsden, Liberty, Franklin, Gulf, Calhoun, Jackson, Bay, Washington, Holmes, Walton, Okaloosa, Santa Rosa, Escambia. Central Area counties: Dixie, Gilchrist, Levy, Alachua, Putnam, St. Johns, Flagler, Marion, Citrus, Hernando, Pasco, Hillsborough, Pinellas, Sumter, Lake, Volusia, Seminole, Orange, Polk, Osceola, Brevard, Indian River. Southern Area counties: Manatee, Hardee, Highlands, Okeechobee, St. Lucie, Sarasota, DeSoto, Charlotte, Glades, Martin, Palm Beach, Hendry, Lee, Collier, Broward, Monroe, Miami-Dade. FWC 16/17-71, Page 1 of 19

2. Term 1.2. Contact Person: Direct all questions/inquiries to: Florida Fish & Wildlife Conservation Commission Tallahassee Purchasing Office Attn: Bryan Tucker, Interim Procurement Manager 2590 Executive Center Circle East, Suite 100 Tallahassee, Florida 32301 Phone: (850) 488-6551 bryan.tucker@myfwc.com 2.1 The contract(s) will be valid for the period of three years from the date of execution. 2.2 The contracts may be renewed for one three-year term at the discretion of the Commission. 3. Description of Work Being Procured: 3.1. The FWC is requesting Statements of Qualifications from professionals to provide services on a task assignment basis for architectural, landscape architectural, planning, surveying and mapping, geotechnical engineering, structural, mechanical/electrical/plumbing (MEP), environmental and civil engineering services. Firms that can provide multi-disciplinary professional services will also be considered. Firms must have specific expertise in the planning, design, permitting, and construction administration of projects including, but not limited to, trailheads and wildlife viewing structures such as observation towers and platforms, roads, parking lots, restrooms, utility structures, utilities, offices, minor bridges, minor commercial and residential structures, boardwalks, and blinds. Projects will be located on FWC managed areas and may occur in a variety of sensitive environments including, but not limited to: wetlands, floodplains with threatened or endangered species. Work may be conducted in rugged, remote locations that will require innovative approaches to avoid impacts to the natural systems present. Services shall be for design work, in accordance with Section 287.055(2)(g), Florida Statutes. Services for continuing construction projects in FWC management areas will vary in cost up to $2,000,000 and studies will vary in cost up to $200,000. The majority of the project costs will range between $20,000 and $300,000.00 3.2. Services will be provided in three different areas of the State (Northern, Central, Southern) as listed on page 1. In order for a respondent to be considered for a contract award for a particular area, the response must identify the geographic FWC 16/17-71, Page 2 of 19

area(s) and category(ies) of services (disciplines) for which the respondent desires to be considered. The professionals within the firm must be licensed in the State of Florida for the category of work to be performed. 3.3. Due to the wide range of locations throughout the state in generally sensitive locations, proficiency in permitting through a broad range of regulatory agencies, including but not limited to Water Management Districts, US Army Corp of Engineers, State Fire Marshal, Florida Department of Environmental Protection, local counties within the designated area is a plus. 3.4. Most work products will be required to be delivered in an electronic format consistent with current FWC Public Access Services Office (PASO) software standards. PASO is currently using AutoCad and Civil 3D 2016. 4. General Instructions for Preparation of the Response: 4.1. Number of Copies to be Submitted: One (1) original signed copy and one (1) electronic copy of the response must be submitted for review by FWC. The electronic copy in pdf and must be submitted on a disk or thumb drive. 4.2. Acknowledgement Form: The Request for Statements of Qualifications Contractual Services Acknowledgement Form (provided in the solicitation package as Attachment-A) shall be completed as instructed. One (1) original signed copy must be submitted. Failure to submit a fully completed, originally signed RFSOQ Contractual Services Acknowledgement Form shall result in the response being deemed non-responsive and therefore, rejected. In the event that respondents submit a response as a joint venture, each member of the joint venture must complete and sign a separate Acknowledgement Form. 4.3. Identification of Proposed Areas and Disciplines Respondents must identify the geographic area(s) and category(ies) of services (disciplines) for which the respondent desires to be considered. 4.4. Ownership of the Materials: All materials submitted by prospective consultants responding to this RFSOQ will become the property of the Commission and be subject to the provisions of Chapter 119, Florida Statutes. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK FWC 16/17-71, Page 3 of 19

5. Standard Qualifying Data And Forms: 5.1. Architect-Engineer Qualifications (Standard Form 330): These forms may be acquired from the: U.S. Superintendent of Documents Government Printing Office Washington, DC 20401 or online at: http://www.gsa.gov. 5.2. Professional Qualifications Supplement (PQS): The PQS form is provided in the solicitation package as Attachment B. 5.3. Certifications: A reproduction of the firm s current professional registration certificate(s) is required for the services offered and must be in the name of the firm offering said services. Firms must be properly registered at the time of application to practice their profession in the State of Florida and with the appropriate State Board governing the services offered. A verification of the current status with the appropriate State Board is made before the recommendation and approval of a firm s selection is finalized. If the firm offering services is a corporation, the corporation must be properly chartered with the Department of State to operate in Florida. A copy of the firm s current Florida Corporate Charter must be provided. 5.4. Subconsultants: All Respondents utilizing subconsultants shall supply written proof of subconsultant arrangements for this solicitation. Documentation shall be supplied for each subconsultant which the respondent intends to utilize and for which the Respondent has identified the qualifications and experience of in their response. The written documentation shall be a one (1) page letter supplied by the subconsultant on its letterhead stationery, clearly identifying FWC Solicitation No. FWC 16/17-71, the project title, and the prime contractor with whom the firm intends to subcontract. Failure to submit a letter of commitment from an intended subconsultant identified in the response shall result in the disallowance of the qualifications and experience of that subconsultant from consideration in the evaluation process. 5.5 References: References shall be provided in accordance with Attachment C 5.6 Statement of Communication Philosophy: All Respondents shall include a statement outlining their communication philosophy that will be used between the consultant and FWC s designated Project Manager. FWC 16/17-71, Page 4 of 19

6. Selection Procedures The selection of the Professional Services firms will be accomplished in accordance with Section 287.055, Florida Statutes (Consultant s Competitive Negotiation Act). 6.1. Selection Committee: The Selection Committee, made up of a minimum of three (3) FWC employees will assess each complete application. Each SOQ will be evaluated and ranked, by discipline, in accordance with the evaluation factors outlined below. 6.2. Evaluation: The Selection Committee shall evaluate qualifications, interest and availability by reviewing all written responses received that express an interest in performing the services, and when deemed necessary, by conducting formal interviews of selected responses that are determined to be best qualified based upon the Selection Committee s evaluation of written responses. The evaluations shall be based upon the following criteria, and Respondents are requested to provide, as a minimum, the information listed under each criterion. Failure to provide adequate information on any criterion may result in rejection of proposal as non-responsive. Respondents are encouraged to arrange their responses in a format that will offer ready review and evaluation of each criterion. The criteria to be used by the Selection Committee to evaluate the proposals are: Past Performance with FWC: - 10 points The past performance with the Florida Fish and Wildlife Conservation Commission of each applicant will be evaluated and relative rating assigned utilizing the Past Performance Index, if available. Past Performance data on file will be considered only for the past five years as of July 1st of the current year, except in cases where no performance data are on file for the applicant s firm for the past five year period. Past performance as a subconsultant to a prime will be considered under this review category. Members of the Selection Committee may take into consideration their own personal knowledge of a firm s past performance, but this must be documented in the selection file. Applicants whose past performance with FWC cannot be determined shall be given an average index rating determined by the Selection Committee. 6.2.2 Past Performance for Others: - 20 points References provided by organizations outside of FWC in accordance with Attachment C 6.2.3 Experience and Ability: - 70 points The relative experience of all professionals proposed for use on the team in planning, design, permitting and administration of the proposed projects (see Description of Work Being Procured, Page 2). Ability to meet tight project deadlines and budgets needs to be highlighted. Creativity and out of the box thinking should be showcased to demonstrate simple cost FWC 16/17-71, Page 5 of 19

effective solutions and non- traditional design or applications. Experience with low impact development design principles, materials and blending into the natural environment is desirable. The relative experience and qualification of each applicant s proposed team, with respect to the proposed projects, and communications philosophy with the client, will be judged and a relative rating assigned by the FWC selection committee. 6.3. Selection of Short List: The Selection Committee shall rate and determine a short list of the firms for each discipline under consideration, based on the above factors, and select a minimum of three (3) firms per discipline with the highest scores for oral interviews. 6.4. Notification: Tabulation of Results, with the recommended short list, will be posted for review by interested parties at the location where responses were received and on the Vendor Bid System (VBS) web site and will remain posted for a period of seventytwo (72) hours, which does not include weekends or State observed holidays. Any Respondent who desires to protest the recommended award must file a notice of protest and formal protest with FWC Purchasing Office, 2590 Executive Center Circle, Suite 100, Tallahassee, Florida 32301, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address. 6.5. Protests: See Attachment A, General Conditions, Item 7, Disputes. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time frame allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Written notices, formal protests and proceedings must conform to the requirements set forth in Chapter 28-110, Florida Administrative Code. Protests must be filed with FWC Purchasing Office, 2590 Executive Center Circle, Suite 100, Tallahassee, Florida 32301, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address Any person who files an action protesting a decision or intended decision pertaining to contracts administered by FWC pursuant to Section 120.57(3), F.S. shall post with FWC at the time of filing the formal written protest a bond payable to FWC in an amount equal to one percent (1%) of FWC s estimate of the total volume of the contract, which bond shall be conditioned upon the payment of all costs which may be adjudged against him in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, FWC may accept a cashier's check or money order in the amount of the bond. FAILURE FWC 16/17-71, Page 6 of 19

TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A DENIAL OF THE PROTEST. 6.6. Request for Interview: At the end of the short list posting period, a formal letter of Request for Interview will be prepared by the Selection Committee Chairman. The Chairman or his designee will advise each of the short listed firms of the interview schedule. The letter will stipulate the date/time and place (if applicable) for oral interviews as well as the topics to be covered. Oral Interviews: Oral Interviews may be conducted in person or via telephone. The Selection Committee Chairman will convene the interview. The Selection Committee will evaluate and rate each firm in the following categories: 6.6.1.1 Understanding of the Project Requirements: - 50 points The understanding that the Respondent and his consultants demonstrate as to the requirements of the types of projects anticipated by Public Access Services, including an evaluation of the thoroughness demonstrated in analyzing and investigating the scope of the projects and in preparing for the interviews. 6.6.1.2 Approach and Method: - 50 points How the Respondent and his consultants will approach the projects and the methods they will use to plan, design and administer the projects. 6.6.2 Informal Discussion: The Selection Committee may conduct discussions with the firms on the categories listed in item 7.6.1.1 and 7.6.1.2, and any other pertinent topics as related to the anticipated projects with the highest scoring firms prior to establishing the selection priority of the short listed firms. 6.6.3 Determination of Most Qualified Firm: Based on the oral interviews and informal discussions, the Selection Committee will total the points. This totaled scoring will not be cumulative of the shortlist scores and the oral interview scores. Respondents may be recommended for award for multiple disciplines. 7. Contract Negotiation A formal letter of Request For Pricing will be prepared by the Chairman of the Selection Committee. The Chairman of the Selection Committee will negotiate a contract with the Most Qualified Firm(s) for professional services at rates which FWC representative(s) determine is fair, competitive, and reasonable. For any lump-sum or cost-plus-a-fixed-fee professional services contract over $50,000.00, FWC Purchasing Office shall require the firm receiving the award to execute a Truth-In-Negotiation Certificate as required in Subsection 5(a) of Section 287.055, Florida Statutes. FWC 16/17-71, Page 7 of 19

7.1. Personnel rates for labor categories anticipated to be utilized for task assignments under the contract shall be submitted. A spreadsheet format may be provided by FWC for completion by the Respondent. 7.2. Overhead/G&A and Fringe Benefit Rates shall be audited rates; the maximum allowable profit margin is 10%; and the total multiplier may not exceed 3.0. 7.3. The Negotiation: 7.3.1. The negotiation may be scheduled as face-to-face meeting at a place selected by FWC, or as a telephone negotiation. The Project Manager should attend along with any key consultants. 8. Task Assignments 7.3.2. The Most Qualified Firm s rates will be reviewed, discussed and modified as necessary during the negotiation. FWC will prepare a contract and mail multiple copies to the Most Qualified Firm to sign, seal and return. 7.3.3. Should FWC representative(s) be unable to negotiate a satisfactory contract with the Most Qualified Firm at rates FWC representative(s) determine to be fair, competitive, and reasonable; negotiations with that firm shall be formally terminated. FWC will then undertake negotiation with the Second Most Qualified Firm. Failing accord with the Second Most Qualified Firm, FWC will then undertake negotiations with the Third Most Qualified Firm. 7.3.4. Should FWC be unable to negotiate a satisfactory contract with any of the selected firms, FWC will select additional Firms in the order of their competence and qualifications and continue negotiations in accordance with this Section until an agreement is reached. 8.1. Preparation of Proposal: 8.1.1. When a specific project to be completed is identified, FWC will use its internal process to select a Firm under contract for the disciplines needed for that project. FWC will request that the Firm submit a detailed proposal for professional services. This proposal should give the step-by-step tasks required to accomplish the project objectives, the hours and discipline of each individual for each task, a summation of the hours for each individual for each phase (schematic design phase, design development phase, etc.), each individual s hourly rate (which do not exceed the negotiated rates in the contract) times the number of hours spent by the individual on each phase, a summation of all personnel cost per phase, the personnel cost per phase times the overhead multiplier negotiated for the Firm, and the total times the profit multiplier negotiated for the Firm. 8.1.2. The Firm shall provide with its proposal the project design phases proposed, a proposed project schedule, any proposed additional services, and the FWC 16/17-71, Page 8 of 19

frequency or proposed number of construction site visits during construction. The names of the prime personnel and those of the consultants shall be listed for each phase, including those providing construction visits. 8.1.3. It is recommended that the Project Manager of the Firm should discuss the project scope and proposed services with FWC prior to submission of the proposal to assure a common understanding. A scope meeting will be held with the Project Manager and Consultants at the site or at a place selected by FWC to further discuss and agree upon the scope of services for the Project Manager and Consultants, and the approach to be used. This meeting can also be used to preliminarily discuss fees, use of special consultants, etc. Basic service should be segregated from additional services in the Firm s proposal. 8.2 Negotiation Negotiation of the proposal shall be conducted according to the process outlined in Section 7.3 above with the following addition: FWC representative(s) will conduct a detailed analysis of the proposed budget, phases, the schedule, assigned personnel and cost of the professional services required in addition to considering their scope and complexity. 9. Conflict of Interest: The Respondent covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of the services required to be performed under the contract. The selected engineering firm shall be required to provide written notification to FWC within five (5) working days of the discovery of a potential conflict-of-interest; FWC shall determine whether or not a conflict-of-interest exists. 10. MYFLORIDAMARKETPLACE (MFMP) Registration: In accordance with Rule 60A-1.030 of the Florida Administrative Code (F.A.C.), each Contractor doing business with the State for the sale of commodities or contractual services as defined in Section 287.012, F.S., shall register in the MFMP system, unless exempted under Rule 60A-1.030(3), F.A.C. Information about the registration process is available, and registration may be completed, at the MFMP website (link under Business on the State portal at www.myflorida.com). Interested persons lacking Internet access may request assistance from the MFMP Customer Service at (866-352-3776) or from State Purchasing, 4050 Esplanade Way, Suite 300, Tallahassee, Florida 32399. 11. General: 11.1. FWC reserves the right to accept or reject any or all responses received. Therefore, response should be submitted initially in the most favorable manner. 11.2. A non-responsive SOQ shall include, but not be limited to, those that: a) are irregular or are not in conformance with the requirements and instructions contained herein; b) fail to utilize or complete prescribed forms; or c) have improper FWC 16/17-71, Page 9 of 19

or undated signatures. CONSIDERED. A NON-RESPONSIVE SOQ WILL NOT BE 11.3. FWC may waive minor irregularities in the responses received where such are merely a matter of form and not substance, and the corrections of which ARE NOT PREJUDICIAL to other respondents. REMAINDER OF PAGE INTENTIONALLY LEFDT BLANK FWC 16/17-71, Page 10 of 19

ATTACHMENT A SUBMIT SOQ TO: FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 2590 EXECUTIVE CENTER CIRCLE EAST TALLAHASSEE, FLORIDA 32301 PHONE: (850) 488-6551 REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSOQ) CONTRACTUAL SERVICES ACKNOWLEDGEMENT FORM SOQs MUST BE RECEIVED NO LATER THAN 2:00 P.M. ET ON February --, 2017 AND MAY NOT BE WITHDRAWN WITHIN 90 DAYS AFTER SUCH DATE AND TIME. SOLICITATION NO. FWC 16/17-71 AGENCY MAILING DATE: January, 2017 CONSULTANT NAME: RFSOQ TITLE: Regional Professional Services Continuing Contracts REASON FOR NOT SUBMITTING SOQ: CONSULTANT MAILING ADDRESS: CITY STATE ZIP CODE: AREA CODE/TELEPHONE NUMBER: AREA CODE/FAX NUMBER: FEID NUMBER: I certify that this SOQ is submitted without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same professional services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this SOQ and certify that I am authorized to sign this acknowledgement for the respondent. AUTHORIZED SIGNATURE (MANUAL) AUTHORIZED SIGNATURE (TYPED) TITLE A Request for Statements of Qualifications (RFSOQ) is the first step in the process for selecting a contractor(s) for a specific project or group of similar projects. Following determination and ranking of the best qualified firms, no less than the top three firms may be requested to submit proposals for the specific project(s) and/or will be requested to participate in oral discussions. GENERAL CONDITIONS SEALED RESPONSE: All SOQ sheets and this form must be executed and submitted in a sealed envelope. The face of the envelope shall contain, in addition to the address, the date and time of the opening and the solicitation number. All SOQs are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 1. EXECUTION OF SOQ: SOQs must contain a manual signature of the authorized representative in the space provided above. The SOQ must be typed. 2. NO RESPONSE SUBMITTED: If not submitting a response, return only this acknowledgement form, and explain the reason in the space provided above. Failure to respond three times in succession without justification shall be cause for removal of the firm's name from the mailing list without further notice. FWC 16/17-71, Attachment A, Page 1 of 2

3. SOQ OPENING: The opening shall be public, on the date, location and the time specified on the acknowledgement form. It's the responder's responsibility to assure that his SOQ is delivered at the proper time and place of opening. SOQs which for any reason are not so delivered, will not be considered. Offers by telegram, telephone or facsimile are not acceptable. A SOQ may not be altered after opening. 4. INTERPRETATIONS: Any questions concerning conditions and specifications shall be directed in writing to this office for receipt no later than ten (10) days prior to the opening. Inquiries must reference the date of opening and the solicitation number. No interpretation shall be considered binding unless provided in writing by the Department of Environmental Protection Contracts Office. 5. CONFLICT OF INTEREST: This process is subject to the provisions of Chapter 112, Florida Statutes. Responders must disclose with their SOQ the name of any officer, director, or agent who is also an employee of the State of Florida, or any of its agencies. Further, all responders must disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the proposer's firm or any of its branches. In accordance with Chapter 287, Florida Statutes, no person or firm receiving a contract that has not been procured pursuant to Section 287.057(1), (2) or (3) to perform a feasibility study of the potential implementation of a subsequent contract, participating in the drafting of an invitation to bid or request for proposals, or developing a program for future implementation shall be eligible to contract with the agency for any other contracts dealing with the specific subject matter; nor shall any firm in which such person has any interest be eligible to receive such a contract. Responders must disclose with their response any such conflict of interest. 6. AWARDS: See special conditions contained in the RFSOQ. 7. DISPUTES: Any actual or prospective responder who disputes the reasonableness, necessity or competitiveness of the terms and conditions of this RFSOQ, selections, or award recommendation shall file such protest in accordance with Section 120.57(3), Florida Statutes, and applicable agency rules. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings. 8. LEGAL REQUIREMENTS: Applicable provisions of all federal, state, county or local laws, and of all ordinances, rules and regulations shall govern development, submittal and evaluation of all SOQs received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting an SOQ hereto and the State of Florida, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise, and lack of knowledge by any proposer shall not constitute a cognizable defense against the legal effect thereof. 9. PUBLIC ENTITY CRIMES: 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 bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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, F.S., for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. DISCRIMINATORY VENDOR LIST: 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 bid on a contract with a public entity for the construction or repair of a public building or public work, many not submit bids 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. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at 850/487-0915. NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. FWC FORM RFSOQ-A (Rev. 9/01) FWC 16/17-71, Attachment A, Page 2 of 2

RFSOQ 16/17-83 ATTACHMENT C FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS) INSTRUCTIONS: Type accurately; instruction numbers correspond to the numbers on the form; additional pages corresponding to any of the numbered items may be attached. For the APPLICANT ONLY: attach a copy of the current Florida Department of Professional Regulation License(s) with the appropriate Board(s) for each of the license numbers listed in Number 3. 1. Complete the project number and name as it appears in the Public Announcement for Professional Services advertised in the Florida Administrative Weekly. 2. Provide the complete Firm Name of the applicant as it appears on the Corporate Seal (if your firm is incorporated), the address and the telephone number of the office where the work is to be done. 3. For the APPLICANT and the PROPOSED CONSULTANTS, place an X by the service(s) to be provided on the project. Enter the firm s appropriate Department of Professional Regulation license number*. If the firm is a corporation, enter the Florida Corporate Charter Number as issued by the Division of Corporations, Department of State. * Use the license number in accordance with the name of the firm as presented on the firm s letterhead. Use individual license numbers only when applicable. 4. List, for the APPLICANT firm only, each project currently under contract including con- tracts as a consultant to another firm. For projects on hold for twelve (12) months or longer, enter the amount of fees remaining (unearned) in the Fees on Hold column. Attach a letter from the owner stating how long the project has been on hold and how much longer it is expected to remain on hold. For all of the other projects, enter the fees (unearned) in the Fees Remaining column. Fees for additional services are to be included. Do not include fees to consultants. Projects shown as On Hold, but for which a letter from the owner is not submitted, will be added to the Fees Remaining column. Divide the sum of these fees by the number of licensed personnel, graduate design professionals, lead draftsmen, specification writers and designers. Exclude portions of fees paid to consultants. Also, exclude draftsmen and CADD operators from the number of technical staff. 3

5. List projects comparable to this specific project and related experience accomplished by the applicant. Indicate name of project, completion date, its location, construction cost and phase of project at this time, if applicable. 6. Designate the proposed project team key personnel for the applicant and consultants. For each individual listed, show their discipline(s) of licensure/training and their residence. 7. Sign and date the form; type the name and title of the individual signing. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 4

1. PROJECT NUMBER PROJECT NAME 2. FIRM NAME (as shown on corporate seal) ADDRESS OF PROPOSED OFFICE IN CHARGE PHONE NO. FAX NO: 3. INDICATE SERVICES TO BE PROVIDED ON THE PROJECT: APPLICANT PROPOSED CONSULTANTS Service(s) Offered FL State License No. Corporate Charter No. Name of Consultan t FL State License No. Corporate Charter No. Architectural Landscape Architecture Civil Engineering Electrical Engineering Mechanical Engineering Structural Engineering Land Surveying Geotechnical Planning 5

Environmental Other 4. WORKLOAD FOR APPLICANT FIRM ONLY: Define each project the APPLICANT is handling as of the deadline for the submittal on this project (exclude portions of fees paid to Consultants). Specify number of all principals and technical staff in the firm (excluding staff drafting/cadd operators personnel and Consultants). FEES FOR CURRENT PROJECTS Projects Fees on Hold Fees Remaining TOTALS $ $ Total Persons (Principals & Technical Staff): Total divided by Total Persons = $ 6

5. SPECIFIC RELATED EXPERIENCE (projects of comparable type, size and complexity): PROJECT COMPLETION DATE LOCATION CONSTRUCTION COST PHASE 6

6. KEY PERSONNEL OF PROPOSED TEAM TO BE USED ON THE PROJECT: APPLICANT'S Principal(s)-in-charge Professional/Technical Staff CONSULTANT(S) Principal(s)-in-charge Professional/Technical Staff 7. Signature Type Name and Title of Signer Date 7

FWC 16/17-71 ATTACHMENT C REFERENCES A minimum of three (3) references from persons or firms for whom the bidder has performed similar jobs as per the specifications in this bid must be supplied with the bid. The firms and/or contact persons should be available between the hours of 8:00 AM and 5:00 PM, Eastern Time, Monday through Friday. Provide a description (scope of work) of each job. NAME OF COMPANY: CONTACT PERSON: ADDRESS: CITY/STATE/Z1P: TELEPHONE NUMBER: E-MAIL ADDRESS: JOB DATE: DESCRIPTION (SCOPE OF WORK): *********************************************************************************************************** NAME OF COMPANY: CONTACT PERSON: ADDRESS: CITY/STATE/Z1P: TELEPHONE NUMBER: E-MAIL ADDRESS: JOB DATE: DESCRIPTION (SCOPE OF WORK): *********************************************************************************************************** NAME OF COMPANY: CONTACT PERSON: ADDRESS: CITY/STATE/Z1P: TELEPHONE NUMBER: E-MAIL ADDRESS: JOB DATE: DESCRIPTION (SCOPE OF WORK): CONTRACTOR NAME AUTHORIZED SIGNATURE FWC 16/17-71, Attachment D, Page 1 of 1