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

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

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

Statewide Medicaid Managed Care Re-Procurement Update

Mapped Facts and Figures Florida s Ocean and Coastal Economies

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

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 s High School Cohort Graduation Rate

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

MASON-DIXON FLORIDA POLL

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

Phase 0 Program Contacts By County

Choosing a Managed Care Plan for Medicaid Long-Term Care

Florida Managed Medical Assistance Program:

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

Florida Courts E-Filing Authority Board

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

Developing a Best Practice Model for Clinical Integration

A - Organization Information

Enhanced Utilization Management Model

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

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

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

Improving the quality of life for long-term care residents

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

Statewide Medicaid Managed Care Long-term Care Program

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

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

Florida s Medicaid 1115 Managed Medical Assistance Waiver Post Award Forum

RFA Page 1 of 6

2011 REPORT. Hospice Demographic and Outcome Measures

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

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

Unified School Improvement Grant (UniSIG)

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

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

CURRENT ISSUES IN RECOVERY

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

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~

Florida s December Employment Figures Released

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

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

Florida s May Employment Figures Released

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

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

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

CAPITAL PROJECTS PLAN FISCAL YEAR

Florida s February Employment Figures Released

Florida s April Employment Figures Released

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

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

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

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

Florida s March Employment Figures Released

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

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

County Pretrial Release Programs: Calendar Year 2013

DEPARTMENT OF THE TREASURY

LIBRARY COOPERATIVE GRANT GUIDELINES

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

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

Technical Documentation for Licensure and Workforce Survey Data Analysis

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

RURAL COMMUNITY ASSETS FUND

Hurricane Irma Disaster Relief Information and Efforts--Citrus County

A MESSAGE FROM THE SECRETARY

FLORIDA DEPARTMENT OF EDUCATION. Request for Application (RFA)

Request for Information RFI #V2036 Invest in Children Programs Preventing Juvenile Delinquency in the State of Florida

Justification Review

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

Sunshine Health Managed Medical Assistance (MMA) Program

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

Department of Children and Families Office on Homelessness

Special Report March 2004

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

DEPARTMENT OF ELDER AFFAIRS PROGRAMS AND SERVICES HANDBOOK Chapter 4: Older Americans Act CHAPTER 4

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

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

Division of Victim Services and Criminal Justice Programs Annual Report Office of Attorney General Pam Bondi Department of Legal Affairs

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

Legislative Wrap-Up 2016

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

Florida Health Care Social Workers Association

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

Diabetes Self-Management Education (DSME) Mini-Grant Funding Opportunity Announcement (FOA) FY Deadline for application: November 1, 2017

Statewide Medicaid Managed Care (SMMC) Managed Care Plan Report Guide

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Supplemental Nutrition Assistance Program. Employment and Training (E&T) Florida State Plan FEDERAL FISCAL YEAR 2014

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

Division of Victim Services and Criminal Justice Programs Annual Report Office of Attorney General Pam Bondi Department of Legal Affairs

TYPES OF LIBRARY SYSTEMS IN THE STATE. Receiving State Aid

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

Florida County & Municipal Economic Development Incentives Survey Results

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

DEPARTMENT OF ELDER AFFAIRS PROGRAMS AND SERVICES HANDBOOK. Chapter 4. Title III and Title VII of the Older Americans Act (OAA)

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION RFSOQ No. FWC 15/16-026 The Florida Fish and Wildlife Conservation Commission (FWC) is soliciting Statements of Qualifications from qualified design, surveying and mapping and engineering firms in accordance with Section 287.055, Florida Statutes for a wide range of projects. Expression of Interests applications are to be sent to: Florida Fish and Wildlife Conservation Commission Purchasing Office 2590 Executive Center Circle 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 15/16-026 Project Name: Regional Professional Services Continuing Contract Questions Deadline: November 19, 2015 at 5:00 PM EDT Response Due & Public Opening: November 30, 2015 at 3:00 PM EDT 1. Project Information 1.1. Project Location: 1.1.1. Northwest Region Counties: Escambia, Santa Rosa, Okaloosa, Walton, Washington, Bay, Holmes, Jackson, Calhoun, Gulf, Gadsden, Liberty, Franklin, Leon, Wakulla and Jefferson. 1.1.2. North Central Region Counties: Madison, Taylor, Hamilton, Suwannee, Lafayette, Dixie, Columbia, Gilchrist, Levy, Citrus, Baker, Union, Bradford, Alachua, Nassau, Duval and Clay. 1.1.3. Northeast Region Counties: Marion, Sumter, Putnam, Lake, St. Johns, Flagler, Volusia, Seminole, Orange, Osceola, Brevard and Indian River. 1.1.4. Southwest Region Counties: Pinellas, Hernando, Pasco, Hillsborough, Manatee, Sarasota, Polk, Hardee, De Soto, Charlotte, Lee and Highlands. FWC 1516-026, Page 1 of 13

1.1.5. South Region counties: Okeechobee, Glades, Hendry, Collier, Monroe, St. Lucie, Martin, Palm Beach, Broward and Miami-Dade. 1.2. Contact Person: Direct all questions/inquiries to: Ms. Gerri L. Faircloth, Procurement Manager Florida Fish & Wildlife Conservation Commission Tallahassee Purchasing Office 2590 Executive Center Circle East Tallahassee, Florida 32301 Phone: (850) 617-9603 gerri.faircloth@myfwc.com 2. Term The Short List will be effective for a period of three (3) years. 3. Description of Work Being Procured: 3.1. The FWC is requesting Statements of Qualifications from design professionals to provide services on a task assignment basis for comprehensive multi-disciplinary professional services (architectural, civil, mechanical, electrical, landscape architecture, surveying and mapping services). Firms must have broad expertise in the planning, design, permitting, and construction administration of projects including, but not limited to various types of structures, especially water control structures, office buildings, minor bridges, utility structure and all associated ancillary projects and facilities such as roads, parking lots, storm water management. Also, various types of hydrological, environmental and habitat enhancement projects such as lake, stream and wetland restoration. Projects will be located anywhere in the state of Florida and may occur in a variety of environmentally and archeologically sensitive areas that will require the design professional to be able to secure such supplementary services. Work may be conducted in rugged, remote locations that will require innovative approaches to avoid impacts to the natural systems present. 3.2. Services shall be for any of the above-mentioned different types of projects in which the estimated construction cost of each individual project does not exceed $2,000,000.00. For study activity if the fee for professional services for each individual study does not exceed $200,000.00. These limits are in accordance with the limits set in F.S 287.055 (g). If the limits set in F.S. 287.055 (g) change within the next three years, then the limits stated above will change accordingly. 3.3. Services will be provided in any of the five regions (Northwest, North Central, Northeast, Southwest and South) which each region consisting of the counties outlined previously. In order for a respondent to be considered for a contract award for a particular region, the respondent and all of his subconsultants, if any, must FWC 1516-026, Page 2 of 13

have an office and personnel located in the region the respondent proposes to provide services. 4. General Instructions for Preparation of the Response: 5. 4.1. Number of Copies to be Submitted: One (1) original signed copy and five (5) electronic copies of the response must be submitted for review by FWC. Each copy is to be submitted on separate disk or thumb drive. Use of legible reproductions of signed originals is authorized for all other copies of the response. 5.1. 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 and five (5) electronic copies of the response must be submitted for review by FWC. Each copy is to be submitted on separate disk or thumb drive. Use of legible reproductions of signed originals is authorized for all other copies of the response. 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. 5.2. 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. 6. Standard Qualifying Data And Forms: 6.1. 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 FWC 1516-026, Page 3 of 13

6.2. Professional Qualifications Supplement (PQS): The PQS form is provided in the solicitation package as Attachment-B. 6.3. Certifications: 6.3.1. 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. 6.3.2. 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. 6.4. 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 15/16-026, 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. 7. Selection Procedures The selection of the Design Professional, in connection with the planning, design and construction of this project, will be accomplished in accordance with Section 287.055, Florida Statutes, (Consultant s Competitive Negotiation Act). 7.1. Selection Committee: The selection committee, made up of a minimum of three (3) FWC employees, will then assess each complete application. Each SOQ will be evaluated and ranked in accordance with the evaluation factors outlined below. FWC 1516-026, Page 4 of 13

7.2. 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 criterion, and respondents are requested to provide, as a minimum, the information listed under the 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 criterion to be used by the Selection Committee to evaluate the proposals is: 7.2.1. Experience and Ability: - 100 points The relative experience of all professionals proposed for use on the team in planning, design and administration of the proposed projects (see Description of Work Being Procured, Page 2), and the abilities and qualifications of the applicant and proposed staff as related to the proposed projects and their ability to accomplish them. 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. The Selection Committee will take into consideration a firm s experience with other State and Federal agencies. Members of the Selection Committee may also take into consideration their own personal knowledge of a firm s past performance, but this must be documented in the selection file. 7.3. Selection of Short List: The Selection Committee shall rate and determine a short list of the firms under consideration for each area of the state based on the above factors and select three firms with the highest scores for each area. The selection committee will determine if oral discussions are needed before determining final ranking. 7.4. Notification: 7.4.1. 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, on or about October 29, 2015 and will remain posted for a period of seventy-two (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 East, 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. FWC 1516-026, Page 5 of 13

7.4.2. There is no work guaranteed to any consultant as a result of being selected. The Commission, at its discretion, will negotiate and assign task orders to the selected consultants. 7.4.3. The recommended short list will be valid for the period of three (3) years from the date of posting. 7.5. 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 East, 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 TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST, WILL RESULT IN A DENIAL OF THE PROTEST. 8. Contract Negotiation: A formal letter of Request For Proposal will be prepared by the Commission for each task assignment in a specific area of the state. The Commission will negotiate a contract with the Most Qualified Firm in that area of the state for professional services at compensation which the Commission representatives determine is fair, competitive, and reasonable. In making such determination, the Commission representatives will analyze the cost of the professional services required in addition to considering their scope and complexity. For any cost-plus-a-fixed-fee professional services contract over $195,000, 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 1516-026, Page 6 of 13

9. Preparation of Proposal: The Most Qualified Firm shall prepare a detailed proposal for professional services. This proposal should give the step-by-step tasks required to accomplish the project objectives. A spreadsheet format is recommended. A detailed breakdown of the reimbursable expenses for each phase (travel, per diem, reproduction, etc.), a summation of all costs per phase, and a summation of all costs should be provided. The maximum allowable overhead rate, including Facilities Cost of Capital is the lesser of the overhead rate approved by FDOT or 172.7272% and the maximum allowable profit margin is 10%. 10. The Negotiation: 10.1. The negotiation may be scheduled as face-to-face meeting in FWC Headquarters, or as a telephone negotiation. The negotiation will be conducted by the assigned FWC representative(s). 10.2. The Most Qualified Firm s fee proposal will be reviewed, discussed and modified as necessary during the negotiation. The budget, phases of submittal, the schedule and assigned personnel will be reviewed and agreed upon. Once an agreement has been reached, FWC will prepare a contract and will transmit a copy to the Design Professional. 10.3. Should FWC representatives be unable to negotiate a satisfactory contract with the Most Qualified Firm at a price FWC representatives 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 in the area of the state where the project is located. Failing accord with the Second Most Qualified Firm, FWC will then undertake negotiations with the Third Most Qualified Firm. 10.4. Should the Commission be unable to negotiate a satisfactory contract with any of the selected firms, the Commission reserves the right to task a selected consultant for one area to provide services in another area, upon mutual agreement of the consultant and the Commission. 11. 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. 12. Vendor Registration: Prior to entering into a contract with FWC, the selected contractor must be registered with the Florida Department of Management Services Vendor Registration System. A prospective contractor may contact DMS at telephone number (850) 487-4634 or register on the DMS Vendor Web Site at http://www.myflorida.com. FWC 1516-026, Page 7 of 13

13. General: 13.1. FWC reserves the right to accept or reject any or all responses received and reserves the right to make an award without further discussion of the responses submitted. Therefore, responses should be submitted initially in the most favorable manner. 13.2. 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 or undated signatures. A NON-RESPONSIVE SOQ WILL NOT BE CONSIDERED. 13.3. FWC may waive minor informalities or 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 LEFT BLANK FWC 1516-026, Page 8 of 13

ATTACHMENT A SUBMIT SOQ TO: FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 2590 EXECUTIVE CENTER CIRCLE EAST TALLAHASSEE, FLORIDA 32301 PHONE: (850) 488-3427 REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSOQ) CONTRACTUAL SERVICES ACKNOWLEDGEMENT FORM SOQs MUST BE RECEIVED NO LATER THAN 3:00 P.M. EDT ON November 30, 2015 AND MAY NOT BE WITHDRAWN WITHIN 90 DAYS AFTER SUCH DATE AND TIME. SOLICITATION NO. FWC 15/16-026 AGENCY MAILING DATE: CONSULTANT NAME: RFSOQ TITLE: Regional Professional Services Continuing Contract 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 1516-026, Page 9 of 13

ATTACHMENT A 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 1516-026, Page 10 of 13

ATTACHMENT B FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS) INSTRUCTIONS: Type accurately; instruction numbers correspond to the numbers on the form; additional corresponding to any of the numbered items may be attached. pages 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 additional Pages, if necessary. * 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. 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. Use additional Pages, if necessary. 5. Sign and date the form; type the name and title of the individual signing. FWC 1516-026, Page 11 of 13

ATTACHMENT B 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 Consultant FL State License No. Corporate Charter No. Architectural Landscape Architecture Civil Engineering Electrical Engineering Mechanical Engineering Structural Engineering Land Surveying Other FWC 1516-026, Page 12 of 13

4. 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 5. Signature Type Name and Title of Signer Date FWC 1516-026, Page 13 of 13