Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
CITY OF BILOXI MISSISSIPPI
REQUEST FOR QUALIFICATIONS
for
BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES
(Revised May 9, 2008)
SUBMITTAL DEADLINE Thursday, May 15th, 2:00 P.M.
Introduction On August 29, 2005, the storm surge from Hurricane Katrina inundated the City of Biloxi (City), damaging the city’s water distribution, sewage collection and storm drainage systems along with water wells and sewer lift stations. Since that time, the City has worked with FEMA and MEMA in an effort to develop projects to repair these facilities. This collection of projects makes up the Program detailed herein. The Program Manager will provide oversight for all phases of the various projects, including design, bidding, construction and closeout. Program Description The Program Manager/Team (Program Manager) will be required to provide program administration, management and other engineering services for the necessary repairs to water mains, sewer mains, storm drainage facilities, water wells, sewage lift stations, and roadways as a result of damages resulting from Hurricane Katrina. This contract will be for program administration, which may include, but is not limited to, coordination with the City of Biloxi, the Mississippi Emergency Management Agency (MEMA), the Federal Emergency Management Agency (FEMA), Mississippi Department of Transportation (MDOT), Federal Highway Association (FHWA), Mississippi Department of Environmental Quality (MDEQ), Mississippi Department of Health (MDoH), selected Design Consultants, Harrison County Utility Authority, and local residents and businesses. Administration under this contract will also include program fiscal monitoring and the establishment of program/project controls to match proposed repairs detailed in applicable FEMA Project Worksheets. Management services are to include Design Consultant management, design review, tracking of all cost for design and construction, reporting to City, and providing construction project resident project representative (RPR) services necessary for the repair of approximately 426,000 linear feet of sewer main, 485,000 linear feet of water main, 48 lift stations, 22 water wells, 320,000 linear feet of storm drainage and 100 miles of street paving. This work is detailed in 17 separate project worksheets (PWs) prepared by the City and submitted to FEMA. Two of the PWs include repairs to water wells and sewer lift stations; one includes design surveying and preparation of a preliminary geotechnical report, while the remaining 14 include repairs to water distribution mains, sewer collection mains, storm drainage systems and associated street repairs. The Program Manager will be expected to develop individual projects based on these PWs. Scope and fees for this project will be in compliance with FEMA’s Public Assistance Guide (FEMA 322) and obligated Project Worksheets. See Appendix A for maps of the respective project areas. See Appendix B for a listing of pump station and water well facilities included for repair, as well as a map of these facilities. See Appendix C for a breakdown of requested funds for
each project area, pump station and water well, as well as an example PW for Area 8. Scope of Services The selected Program Manager will provide the Program Administration and Management, and RPR services for the design and construction of the repair of approximately 426,000 linear feet of sewer main, 485,000 linear feet of water main, 48 lift stations, 22 water wells, 320,000 linear feet of storm drainage and 100 miles of paving. The Program Manager selected to provide Program Administration and Management will be expected to provide consulting services to the City required for the timely and successful delivery of the FEMA funded program. The Program Manager will be expected to work closely with City personnel and other engineering firms responsible for the development of the Program’s associated PWs during all phases of design. A listing of the facilities to be repaired is included as Appendix B to this packet. Design Consultants will be selected for individual projects. The City will select and enter into contracts with selected Design Consultants, but the Program Manager will assist the City in developing individual project scopes, including project area, and Design Consultant responsibilities. The Program Manager will be responsible for the management of all Design Consultant contracts. The services are also to include the following: 1. Development of a Program Strategy Program Manager will be required to develop an overall strategy for execution and completion of the Program. The strategy must include phases for design, bidding, construction and closeout. The strategy must include input from the City, MDOT, FEMA, and MEMA, as well as a system for project prioritization. The strategy will also address issues related to preconstruction and construction activities including developing repair strategies, design standards, coordination between contract Design Consultants, record keeping, public relations, and all items that influence project delivery schedules and costs. Procedures will be developed to address and remediate unexpected program issues in a timely manner.
2. Develop the Program Schedule: Program Manager will develop a preliminary program schedule and establish schedule milestone dates for all events necessary to advance each project to construction in accordance with the Program Strategy. The Program schedule shall be reviewed and agreed upon by all parties. The City, FEMA, MEMA, the Program Manager, and the Design Consultant on a case-by-case basis shall review any issues affecting an individual project segment. 3. Program Development:
Program Manager will provide a system for tracking all projects’ design, preconstruction and construction activities and projections of the outcome.
The system will be easily understood and accessible by the City, FEMA, MEMA and Design Consultants. Project status reports will be provided on a monthly basis.
Program Manager will establish a procedure to identify activities that fall behind schedule and will be responsible for establishing a Recovery Plan with the Design Consultants and the City.
4. Inspections, Testing and Analysis: Program Manager will provide RPR inspections during construction and will coordinate and schedule any testing required, including, but not limited to continuous inspection of all underground construction work, geotechnical and pavement testing. The Program Manager will coordinate with City and Design Consultants to establish design survey criteria and guidelines to ensure that surveys are consistent across the various projects. Design Consultants will be responsible for obtaining surveys consistent with established guidelines. 5. Program Design Oversight:
Program Manager will represent the City in assuring that all projects are designed in accordance with the policies outlined in the Program Strategy.
Program Manager will develop standard specifications to be used on individual projects.
Program Manager will receive and resolve design issues from contract Design Consultants in compliance with the Program Strategy. A reporting system to document and record the history of design decisions will be maintained and provided to the City.
Program Manager will receive, review and distribute preliminary plans from the contract Design Consultants and schedule all meetings. Proper minutes of those meetings will be provided by the Program Manager and distributed to attendees.
Program Manager will receive and review proposed design exceptions, including changes or additions to standard specifications, and make recommendations to City. The Program Manager, upon receipt from the contract Design Consultant, will review all supporting documentation.
Preliminary and final plans will be submitted to the Program Manager who will be responsible for design reviews. A minimum of two preliminary plans (30% and 60%) will be submitted for review for each project. All cost estimates from the Design Consultants and schedules will be continually updated and tracked for the bidding schedule.
The Program Manager will conduct Pre-bid Conferences as necessary, and will be responsible for having appropriate plan revisions made by the appropriate Design Consultant.
6. Value Engineering:
After receipt of 30% design submittals, the Program Manager will provide for a 40-hour value engineering session to be staffed by independent
designers for the review of the scope of work and the details of the design to accomplish the scope of work.
7. Rights-of-Way Management and Acquisition: The Program Manager will coordinate title attorneys, abstractors,
appraisers, negotiators, closers and expropriation personnel for the management and acquisition of any additional right-of-way to be acquired for projects.
All claims and supporting documentation for right-of-way disbursements will be reviewed by the Program Manager and submitted to the City for payment.
8. Public Involvement: The Program Manager will develop a public outreach program to regularly
present status of the Program and all remaining projects and document comments and suggestions regarding each.
The Program Manager will recommend modifications and adjustments to the Program/project segments, if necessary, in order to gain overall project acceptance by all involved.
The Program Manager will present any proposed modifications and confirm City’s concurrence before proceeding with final design.
The Program Manager will provide adequate office staffing to receive and respond to the public, City officials and other parties. The inquiries and responses should be documented for reference and furnished to the City.
The Program Manager will be available to attend and assist with the Public Involvement Process to provide information on program/project status.
Program Manager will schedule and facilitate public meetings as necessary. Meetings may be at the City, ward and/or neighborhood level as needed for each project.
Program Manager will provide multiple means of communication for public involvement, including but not limited to establishment of a website providing schedule, project status, budget and contact information.
Program Manager will coordinate with print and television media in order to provide timely information to the motoring public.
The Program Manager will be available to provide oral or written briefings to the public, City staff, City Council, FEMA, and MEMA in order to update them on the program status when requested.
9. Construction Engineering and Inspection: The Program Manager will coordinate with City personnel to schedule and
attend the Pre-Construction Meeting for each project. The Design Consultant for the particular project will be required to conduct the meeting.
The Program Manager will maintain all construction field records; make daily entries in the project diary to indicate the Design Consultant’s
personnel and Contractor’s personnel present on the job site, the Contractor’s personnel and equipment being utilized on the project, the work being accepted, the acceptability of traffic control, acceptability of erosion control measures and the charging of contract time.
The Program Manager will provide all necessary personnel and equipment, or coordinate the activities of the selected testing laboratory to perform the required field-testing for quality assurance in accordance to project specifications.
The Program Manager will inspect the contractor’s construction operations (daily) to ensure that all work is performed in accordance with the approved plans and specifications.
The Program Manager will keep clear and concise records of the contractual operations, prepare monthly pay estimates, and make monthly progress reports in conformance with City requirements.
All construction activities shall be coordinated between the Design Consultant, the City, and an assigned representative of FEMA and/or MEMA. All work standards, methods of reporting, and documentation of pay quantities will be in accordance with the policies and procedures of FEMA. All partial and final construction estimates, and other information must be submitted on forms approved by FEMA.
The Program Manager will be required to provide “As-Built” plans to the City following completion of fieldwork. “As-Built” plans are to reflect all changes made from the original plans.
The Program Manager will monitor and document all construction claims, and will work with Design Consultant to provide recommendations on disposition of claims.
Contract Time The contract time will vary depending on design and construction schedules. For purposes of this proposal, the submitting entity should assume the contract time will be approximately 48 months. Proposal Requirements Each proposal will be graded by the Review Committee appointed by the City, with the maximum points for each section given below. Each submittal should have tabs numbered with the following categories: 1. Cover Letter (limit 2 pages)
Provide a cover letter that summarizes the Proposer’s qualifications and unique capabilities to perform this assignment. This letter shall also include a brief narrative describing your firm’s staffing approach and key personnel that will lead this assignment.
2. Firm Information (10 points) The Proposer shall provide a narrative that describes the history and capability of the firm. Please provide specific technical qualifications that
will be of specific benefit for this program management assignment and those items listed in the scope of services. Please provide office locations, including potential offices, specifying the offices that will provide support for the proposed project.
3. Project Team and Staffing Plan (20 points)
The Proposer shall provide a narrative that describes your team’s approach to staffing this assignment. Discuss the project management team, in addition to other primary staff members, that will be assigned to the project. Also provide a summary of related program management experience for each proposed member of the team. Provide details on any innovative staffing resources your firm brings to this program and what specific benefits they bring to the City. Special consideration will be given to firms who provide in-house capabilities specifically related to program management duties. If sub-consultants are under consideration for the team, include a brief description of their qualifications for their assigned task(s) and how the Proposer plans to coordinate and oversee their work. This should also include an organizational chart showing the structure of the team, as well as the relationship of the prime firm and sub-consultants.
4. Approach to Services (20 points)
The Proposer shall provide a narrative that describes your team’s approach to completing the work described in the scope of services. Describe specialized tools or resources that will be used for planning, design, scheduling and estimating and how the Proposer will coordinate and oversee work on this program. Also briefly describe the firm’s approach to managing and overseeing other consultants towards the successful completion of this program, including details on project controls, schedule and budget, and quality control. Special consideration will be given to the Proposer who demonstrates proven tools for managing programs similar in size and scope.
5. Related Experience and References (50 points)
The Proposer should describe its experience providing management and coordination services similar to the services expected of this Program Manager. The Proposer should be uniquely qualified for this type of work with 3-4 years of experience with originating, processing and implementing work with FEMA, and/or other federal agencies, including design, inspection, construction and closeout per FEMA Public Assistance guidelines. This description should specifically address the Proposer’s record in delivering programs. The Proposer shall include a detailed list of projects illustrating comparable program management experience. For these projects, include the following detailed information as an appendix to the SOQ:
Program title
Location Name of client, including contact reference and current phone
number and email address Key dates A brief description of the project and the work performed, clearly
describing the project’s size and complexity Unique program management tools, resources and/or applications
that contributed to this program’s success Firms interested in the above project should submit a Statement of Qualifications that includes a two-page cover letter plus a maximum length of twenty (20) pages to address the SOQ criteria (excluding required forms and attachments identified in this RFQ). Resumes for each key team member shall be limited to a maximum length of two pages (no company information) and should be incorporated as an appendix at the end of the SOQ. Please provide twelve (12) of the Statement of Qualifications in a in a sealed package, clearly marked on the front of the package “City of Biloxi Infrastructure Repair: Program Manager Services”. All submittals must be received in the City Engineer’s Office no later than 2:00 p.m. CST on Thursday, May 15th, 2008 at the address below: Physical Address: Damon Torricelli, P.E. City of Biloxi Engineering Division City of Biloxi Infrastructure Repair: Program Manager Services 780 Esters Blvd. Biloxi, Mississippi 39503 Mailing Address: Damon Torricelli, P.E. City of Biloxi Engineering Division City of Biloxi Infrastructure Repair: Program Manager Services P. O. Box 429 Biloxi, Mississippi 39533 Any submittal received after this time shall not be considered. Submittals sent by facsimile or email will not be accepted. Evaluation Criteria The Selection Committee will judge each Program Management Proposal based on the five (5) criteria listed above. Selection Process and Schedule of Events
The City will conduct a comprehensive, fair and impartial evaluation of all submittals received in response to this RFQ. It is the City’s intention to conduct a two-phase evaluation process consisting of submitted proposals and interviews with selected firms. The City will appoint a selection committee to perform the evaluation. Each submittal will be analyzed to determine overall responsiveness and qualifications under the RFQ. The selection committee may select all, some or none of the Respondents for interviews. The City reserves the right to select from the proposals. If the City elects to conduct interviews, Respondents will be interviewed and scored based upon criteria to be determined by the selection committee. If interviews are to be held, an interview invitation letter will provide the evaluation criteria to be used. The City may also request additional information from Respondents at any time prior to final approval of a selected Respondent. After the firm is selected, the City will enter into negotiations with the selected firm and, upon successful conclusion of the negotiation, execute a contract for final City approval. The following tentative schedule has been prepared for this project. Firms interested in this project must be available on the interview and scope meeting dates.
Pre-Proposal conference Thursday, May 8th, 2008 Statement of Qualifications due Thursday, May 15th, 2008 Firm selected or Firms notified for interview Thursday, May 29, 2008 Interview(s) (if necessary) June 4th – June 6th, 2008 Scope Meeting with selected company Wednesday, June 11th, 2008
If the Owner is unsuccessful in negotiating a contract with the first-selected firm, the Owner may then negotiate with the second or third firm until a contract is executed, or may decide to terminate the selection process. Firms short-listed for interviews or the firm selected for this project will be notified directly by the City per the above schedule. Final approval of a selected Respondent is subject to the action of the City of Biloxi City Council. Pre-Proposal Meeting A pre-proposal conference for the Program Manager Services will be held on Thursday, May 8th, 2008 at 2:00 p.m. at Biloxi City Hall, 2nd Floor, located at 140 Lameuse Street, Biloxi, Mississippi 39530. At this meeting staff will discuss the scope of work, general contract issues and respond to questions from the attendees. Award of Contract
City reserves the right to award one, more than one, or no contract(s) in response to this RFQ.
The Contract, if awarded, will be awarded to the Respondent(s)
whose submittal(s) is deemed most advantageous to City, as
determined by the selection committee, upon approval of the City Council.
City may accept any submittal in whole or in part. If subsequent
negotiations are conducted, they shall not constitute a rejection or alternate RFQ on the part of City. However, final selection of a Respondent is subject to City Council approval.
City reserves the right to accept one or more submittals or reject
any or all submittals received in response to this RFQ, and to waive informalities and irregularities in the proposals received. City also reserves the right to terminate this RFQ, and reissue a subsequent solicitation, and/or remedy technical errors in the RFQ process.
In the event the parties cannot negotiate and execute a contract
within the time specified by the City, the City reserves the right to terminate negotiations with the selected Respondent and commence negotiations with another Respondent.
This RFQ does not commit the City to enter into a Contract, award
any services related to this RFQ, nor does it obligate the City to pay any costs incurred in preparation or submission of a response or in anticipation of a contract.
Any cost or expense incurred by the Respondent that is associated
with the preparation of the submittal, the Pre-Submittal Conference, if any, or during any phase of the selection process, shall be borne solely by Respondent.
No oral statement of any person shall modify or otherwise change
or affect the terms, conditions or specifications stated in the RFQ, and changes to the RFQ – if any – shall be made in writing only.
Addenda and Interpretations No interpretation of the meaning of this request will be made to any interested company orally. Every request for such interpretation should be via facsimile at (228) 435-6179, via e-mail to [email protected] or in writing addressed to Damon Torricelli, P.E., City of Biloxi Engineering Division, 780 Esters Blvd., Biloxi, Mississippi 39503. To be given consideration, every request for such interpretation must be received at least three (3) days prior to the date fixed for the receipt of qualification statements. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the request for qualifications, which, if issued, will be transmitted by facsimile with a request for
acknowledgment thereof by return facsimile, or mailed by certified mail with return receipt requested, to all prospective companies at the respective addresses and/or facsimile numbers furnished for such purposes, not later than two days prior to the date fixed for the receipt of qualification statements. Failure of any company to receive any such addendum or interpretation shall not relieve such company from any obligation under its qualification statement as submitted. All addenda so issued shall become part of the qualification statement documents. Any verbal statements regarding same by any person, previous to the award, shall be unofficial and not binding on any party. Contract Requirements INSURANCE - During the term of this contract, the Consultant will carry professional liability insurance in the amount of $2,000,000. The Prime-Consultant may require the Sub-Consultant(s) to carry professional liability insurance. This insurance will be written on a “claims-made” basis. Prior to executing the contract and at the beginning of each new policy period, the Consultant will provide a Certificate of Insurance to City showing evidence of such professional liability insurance.
APPENDIX: A
Respective Project Areas
I-10
OAKLAWN
67
POPPS FERRY
LORRAINE
JAM
SHO
REC
RE
ST
BRASHER
VEE
TEE
PIN
OA
K
OLL
IE
CAM
PB
ELL
RIVER
PIN
E
BAYW
OO
D
RU
STW
OO
D
AUBURN
CAM
P W
ILK
ESSUNKIST COUNTRY
OR
IN
BAYSIDE
BOYETTE
CO
UN
TRY
CLU
B
CAU
SEW
AY
RIV
ER
VIE
W
GO
ULD
WE
TZE
L
HO
LLY
HI L
LS
SCENIC RIVER
LANDING
TIFF
AN
Y
RIV
IER
E VU
E
BOSS HUSLEY
CAMBRIDGE
IVY
HIL
L
RO
AD 537
HIG
HLA
ND
DIX
I E
BAYVIEW
PLUMMER
RIDGE
BLUFF RDG
RIVER OAKS
RO
AD 248
PECAN HILL
MO
NIE
VIS
TA
NORTH S
HORE
SHA
RO
N H
ILLS
MICHELLE
IVY
SHADY
STE
LLA
CEDAR
WEBB
KAR
LI
MITCHELL
LAKE
WO
OD
PAK
CRANE RIDGE
WILD
WO
OD
BEAU CHENE
PATRICIA
TYLER
CLU
B M
OSS
CARO
LEE
KORNMAN
OAKLAWN
I-10
OA
KLAW
N
Area 1: Eagle Point
LegendArea 1: Eagle Point Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-1
I-10
POPPS FERRY
67
CED
AR
LA
KE
BRASHER
BRODIEJAM
OAKLAWN
VEE
TEE
LAM
EY
WE
LLS
RICHARD
CAM
PB
ELL
BAYWOOD
RU
STW
OO
D
AUBURN
CAM
P W
ILK
ES
CAU
SEW
AY
SUNKIST COUNTRY
OR
IN
BAYSIDE
CO
UN
TRY
CLU
B
MO
TSIE
LACKLA
ND
RIV
ER
VIE
W
HIC
KMA
N
WE
TZE
L
ELLINGTON
HO
LLY
HIL
LS
WHI
TNEY
SCENIC RIVER
TOM
MY M
ON
RO
E GAY
RD
S
STAR
KS
LANDING
GAY
AUDUBON TR
ROAD 5
36
IVY
HIL
L
RO
AD 537
HIG
HLA
ND
BARR
ETT
HEN
GE
N
RIDGE
BLUFF RDG
EAG
LE E
YR
IE
IRO
N H
OR
SE
RIVER OAKS
FENTO
N
EAS
Y
MO
NIE
VIS
TA
KEN
NE
DY
NORTH S
HORE
SHA
RO
N H
ILLS
GR
EY
STO
NE
MU
LBE
RR
Y
MICHELLE
RIV
ER
EST
A TE
S
WATER
S VIEW
VIRGINIA
MITCHELL
LAK
EW
OO
D
SPRIN
G
RU
TH
CRANE RIDGE
WILD
WO
OD
BEAU CHENE
PATRICIA
TYLER
CLU
B M
OSS
KORNMAN
I-10
OAKLAWN
I-10
OAKLAWN
IVY H
ILL
Area 2: North Biloxi
LegendArea 2: North Biloxi Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-2
PASS
DEB
UY
S
ATKINSON
BEACH
POPP
S FE
RR
Y
IRIS
VETE
RA
NS
BRASHER
RO
DE
NB
ERG
IRISH HILL
HIL
LER
RIC
H
PLO
ESTI
BVA
OLD BAY
RO
DE
O
JIM
MO
NE
Y
BEAU
VO
IR
CAR
TER
CO
VE
GREATER MC
DO
NN
ELL
CAU
SEW
AY
VINE
IBE
RVI
LLE
SOUTHERN
ALICE
LIN
DA
BIG
LAK
E
STATEBR
AD
Y
BAY VISTA
EISEN
HO
WE
R
EULA
BAYSIDE
POST
ACA
CIA
FLOYD
CR
EEL
RAN
DAL
L
TAR
A
ALICIA
TRAV
IA
WE
ST
KAFB
SUNSETN
ELSO
N
GO
OS
E P
OIN
TE
SAYL
OR
ST J
OH
N
S TE
NN
IS
WE
T ZE
L
CT SWITZER SR
KENMORE
BAYW
OO
D
PALMER
JOR
DA
N
FERNWOOD
SYLV
AN
IA
WH
ITNEY
MC
PERRYRIDGEWAY
BALM
OR
AL
MARTIN PARK
SWITZER
CH
UR
CH
ILL
BENT OAKS
HIL
TON
ANNEX
ST M
AR
Y
MO
SSG
RE
EN
WO
OD
BRIA
RF I
ELD
LAK
EVIE
W
SPR
ATLE
Y
GLE
NN
LEWIS
MARCIA
PAT
CAM
BR
IDG
E
CASTILLE
EAST
IVY
HIL
L
BLE
UE
R
YOUNT
OA
KMO
NT
EGERS
RIDGE
AUDUBON
COOLIDGE
WES
TVIE
W
HOLLYWOOD
SOU
TH
BAK
ER
KEN
NE
DY
VAUGHN
MU
LBE
RR
Y
MICHELLE
PINE LAWN
LINWOOD
FLY-
AWAY
WARD
CH
ANN
EL M
AR
K
B EA
CH
VIE
W
LYN
N
LE JUENE
MONROE
WAT
ER
S V
IEWSOUTH HILL
SHIR
LEY
SQU
AR
E MO
FFE
TT
WA
LL
RUE PALAFOX
PATRIC
K
ALTH
EA
OAKWOOD
JAMES BUCHANAN
ARN
OLD
PRINGLE
SANLENAY
BEG
ON
IA
VIO
LET
ABB
EY
ANDOVER
PAR
K H
ILLS
STANLEY
KAFB
BVA
KAFB
PASS
KAFB
BVA
KAFB
CAR
TER
Area 3: North Rodenberg
LegendArea 3: Rodenberg North Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-3
PASS
DEB
UY
S
IRIS
BEA
UV
OIR
GREATER
SOUTHERN
EIS
EN
HO
WE
R
RIC
H
BEACH
BRA
DY
HWY 90
RANDALL
TAR
A
BIG
LAK
E
STE
NN
IS
CT SWITZER SR
KENMO
RE
LAKE
VIEW
FERNWOOD
WE
ST
BALM
OR
AL
BRIA
RFI
EL D C
AME
LLIA
PIN
E G
RO
VE
EASTV
IEW
NEL
SO
N
CAR
TER
MARCIA
LAWRENCE
MISSION
HILLER
BRYN MAWR
GATEWAY
OA
KMO
NT
AUDUBON
PALMER
WE
STV
IEW H
ILTO
N
EDG
EWATER
BAK
ER
SOUTH
KIM
FAIR
VIEW
BRIGHTON
LESLIE
TODD
OA
KRID
GE
SAD
LER
BEA
CH
B EA
CH
VIE
W
LE JUENE
GR
AN
DE
VIE
WAG
INC
OU
RT
SQU
AR
E
MO
FFE
TT
RUE PALAFOX
ZACHARY
ALTH
EA
OAKWOOD
GU
LFW
ATE
R
BEG
ON
IA
ABB
EY
EXECUTIVE
ENTERPRISE
DAH
LIA
GRANTS FERRY
OR
CH
IDDO
GW
OO
D
PASS
CAR
TER
PASS
ALTHEA
Area 4: Beauvoir
LegendArea 4: Beauvoir Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-4
IRISH HILL
IRIS
BEACH
TRIAN. A
IBE
RVI
LLE
TRIAN. B
WILKES
MILLER
VETE
RA
NS
STATE
MC
DO
NN
ELL
RO
DE
NB
ER
G
ACA
CIA
GREATER
TRAV
IA
KAFB
ST J
OH
N
PLO
ESTI
SOUTHERN
MIR
AM
AR
SYLV
AN
IA
PERRYRIDGEWAY
CAM
ELL
IA
ST P
ETE
R
DEW
EY
ST C
HA
RLE
S
BLE
UE
R TRIAN. C
BAK
ER
CLO
WER
KIM
TODD
BEE
MAN
GUICE
BILM
AR
SAN
GARDEN PARK
DAI
SY
BUSH
ALTH
EA
STEVENS
COLLINS
PRINGLE
CARROL
SUM
ME
R
GA
RD
EN
IA
ST G
EOR
GE
PAT
HA
RR
ISO
N
SCHENCKS
ALTH
EA
KAFB
KAFB
STEVENS
Area 5: Rodenberg @ 90
LegendArea 5: Rodenberg North Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-5
A
IRISH HILL
I-10
SEA
L
GIL
L
POR
TER
BOH
N
KAFB
HO
PK
INS
CAI
LLAV
ET
WH
ITE
BEN
AC
HI
SAN
TINI
SUTE
R
5TH
IRO
QU
OIS
TRIAN. A
QU
ER
EN
S
GR
AH
AM
BEACH
ESTERS
ST P
AU
L
A ZA
LEA
ST J
UD
E
JUDGE SEKULTRIAN. B
ST P
ETE
R
CO
UE
VAS
FATHER RYAN
CA
LDW
ELL
MO
RR
ISO
N
WILKES
ST F
RA
NC
IS
THELMA
FOR
RE
ST
MILLER
6TH
THO
MA
S
BALT
AR
ESPOSITO
LEGGETT JACKSON
LOPEZ
OA
K G
RO
VE
BOLTON
RO
SE
LLE
Y
HU
BBA
RD HOWARD
KEE
SLE
RBRISTER
YOUNGHAM
STAGGLINDEN
GRANT
CO
UE
VAS
KAFB
ESPOSITOQU
ER
EN
S
BEN
AC
HI
Area 6: Buena Vista West
LegendArea 6: Buena Vista West Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-6
BEACH
I-10
HOWARD
LEE
ESTERS
WATER
KELL
ER
HO
LLE
Y
LAM
EU
SE
JACKSON
PEYTON
HO
PK
INS
CAI
LLAV
ET
BOH
N
MA
IN
LILL
Y
REY
NO
IR
G E
OH
R
FAYA
RDB
DU
KATE
MAY
CO
CK
BELL
MAN
COPP
JEFFERSON
THO
MA
S
DEL
AU
NE
Y
REE
D
RU
E M
AG
NO
LIA
NIX
ON
ELM
ER
CO
UE
VAS
MA
GN
OLI
A
CO
MFO
RT
WASHINGTON LOOP
CR
OE
SU
SALE
XAN
DER
RANDOLPH
NIC
HO
LS
SPA
NN
ER
NATIVITY
BARTHES
BOW
EN
BAP
TIST
ALY
MCELROY
CAMELIA
GRANT
ESTERS
COPP
MA
IN
I-10
I-10
ESTERS
NIX
ON
BELL
MAN
BELL
MAN
I-10I-10
CO
UEV
AS
CROESUS
Area 7: Buena Vista East
LegendArea 7: Buena Vista East Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-7
HOWARD
OA
K
LEE
BEACH
1ST
5TH
MA
PLE
3RD
PIN
E
KELL
ER
HO
LLE
Y
4TH
ESTERS
CED
AR
HO
XIEPEYTON
DO
RR
IES
KUH
N
RO
SE
TTI
CR
AWFO
RD
LILL
Y SHELL
CLAY
WIS
TER
IA
PEARL
AUSTIN
COPPAH
ER
N
CLA
IBO
RN
E
BELL
MAN
BOW
ENFOWLER
NIC
HO
LS
JEFFERSON
BRO
WN
MY
RTL
E
RAILROAD
RICHMOND
CAD
ET
MEAUT
STR
ANG
I
FOU
NTA
IN
TCHULA
SOPH
IE
SHORT
HO
OD
LAUREL
SEY
MO
UR
CO
MFO
RT
BONNER
ALEX
AND
ER
SCHNEIDER ALY
SEY
MO
URCOPP
BELL
MAN
RAILROAD
ESTERS
KUH
N
HO
XIE
KUH
N
MY
RTL
E
RAILROAD
Area 8: St. Michaels
LegendArea 8: St. Michael's Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-8
OA
K
5TH
9TH
BAYVIEW
MA
PLE
7TH
DIVISION
CR
AWFO
RD
BACK BAY
PIN
E
KUH
N
6TH
PEN
NY
LAU
RE
L
CO
LLIE
R
MICHAEL INDUSTRIAL
RAILROAD
NEW
GOLLOTT
WIL
LIA
MS
LEE KERLEY
DU
NB
AR
WIS
TER
IA
CRUSE
PIN
E
MA
PLE
9TH
BACK BAY
Area 9: 6th Street North
LegendArea 9: 6th Street North Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-9
OA
K
5TH
3RD
9TH
MA
PLE
CR
AWFO
RD
7TH
4TH
PIN
E
DIVISIONH
OX
IE
RO
SE
TTI
HOWARD
CLAY
KUH
N
WIS
TER
IA
6TH
SHELL
PEARL
PEN
NY
BEACH
LAU
RE
L
CO
LLIE
R
FOWLER
MICHAEL INDUSTRIAL
RAILROAD
CED
AR
RICHMOND
NEW
TCHULA
SHORT
SEY
MO
UR
BONNERW
ILLI
AM
S
DU
NB
AR
SCHNEIDER ALY
CRUSE
WIS
TER
IA
MA
PLE
SEY
MO
UR
BEACH
HO
XIE
KUH
N
PIN
E
KUH
N
Area 10: 6th Street South
LegendArea 10: 6th Street South Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-10
I-10
DIVISION
LEE
MA
IN
FAYA
RD
BEN
AC
HI
ESTERS
REY
NO
IR
CAI
LLAV
ET
SEA
L
LAM
EU
SE
KELL
ER
ANG
LAD
A
BACK BAY
BOH
N
HO
LLE
Y
POR
TER
CO
UE
VAS
ELM
ER
BOW
EN
I-110
NIX
ON
NIC
HO
LS
CR
OE
SU
S
IRO
QU
OIS
BRA
UN
SAN
TINI
DAV
IS
DIA
Z
STR
ANG
I
BAYVIEW
ELDER
BRO
WN
PARK
GR
AH
AM
HO
PKIN
S
DO
RR
IES
DESOTO
QU
ER
EN
S
HAI
SE
KUH
N
FOU
NTA
IN
DEL
AU
NE
Y
DAC
EY
HO
PE
MA
GN
OLI
A
SHE
RR
Y
MURRAY
HILL
PEN
NY
AUSTIN LAU
RE
L
THELMA
CR
US
ADE
RS
REDDING
PAR
KE
RELK
BRADFORD
FALLO
LAFAYETTE
WA
LKER
ESPOSITO
ROY
MID
WAY
PAU
LA
MO
RA
N A
LY
RO
SE
TTI
COLUMBUS
CHEROKEE
NEWH
EID
EN
HE
IM
MAGELLAN
LASALLE
BAP
TIST
ALY
RAS
AD
O
SUAREZ
SPA
NN
ER
PARK CT S
MORRIS
AUG
US
TE
WINK
BALBOA
FRYO
U
BAYSHORE
MARIE
SMIT
H
BARTHES
CRESCENT
STAGG
SWAN
LINDEN
DU
NB
AR
PER
SH
ING
PERCY
THERIOT
PARK CT N
CO
RTE
Z
CARQUOTE
MAXWELL
LAS
ALL
E
WALKER
BAYSHORE
SHER
RY
CR
OE
SU
S
KUH
N
BOW
EN
ESTERS
DIVISION
HEID
ENH
EIM
POR
TER
I-10
ELDER
BACK BAY
MA
GN
OLI
A
ESTERS
BAYVIEW
BRADFORD
BAYVIEW
ESPOSITO
ROY
Area 11: Gravity North
LegendArea 11: Gravity North Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-11
I-10
F
LEE
A
B
D
MA
IN
DIVISION
C
J
6TH
5TH
SEA
L
FAYA
RD
CAI
LLAV
ET
REY
NO
IR
BEN
AC
HI
KELL
ER
BAYVIEW
LAM
EUS
E
BOH
N
ESTERS
POR
TER
ANG
LAD
A
FOR
RE
ST
CO
UE
VAS
ELM
ER
I-110
NIX
ON
NIC
HO
LS
IRO
QU
OIS
CR
OE
SU
S
GIL
L
H
BRA
UN
SAN
TINI
IRISH HILL
G
DAV
IS
HO
PK
INS
PEYTON
DIA
Z
LAFAYETTE
ELDER
BACK BAY
PARK
DEL
AU
NE
Y
QU
ER
EN
S
GR
AH
AM
DESOTO
HAI
SE
JUDGE SEKUL
DAC
EY
HO
PE
MA
GN
OLI
A
SHE
RR
Y
MURRAY
LOWERY HILL
N COURT
KAFB
THELMA
CR
US
ADE
RS
PAR
KE
R
ELK
BRADFORD
COPP
REE
D
REDDING
WA
LKER
ESPOSITO
ROY
MID
WAY
PAU
LA
JEFFERSON
OA
KLAW
N
MO
RA
N A
LY
S COURT
COLUMBUS
AUSTIN
CHEROKEE
HEI
DE
NH
EIM
MAGELLAN
LASALLE
DO
NW
OO
D
ROBERTSON
BAP
TIS
T A
LY
RAS
AD
O
PARK CT S
SUAREZ
SPA
NN
ER
HOWARD
BELLM
AN
AZA
LEA
SUTE
R
MORRIS
AUG
US
TE
BALBOA
FRY
OU
BAYSHORE
ALEXAN
DER
NATIVITY
SMIT
H
BARTHES
CRESCENT
STAGG
SWAN
LINDEN
TUX
EDO
MCELROY
PER
SH
ING
PERCY
CO
RTE
ZGRADY
CARQUOTE
MAXWELL
I-10
MA
GN
OLI
A
BAYSHORE
LAS
ALL
E
WALKER
KAFB ROY
BRADFORD
I-10
QU
ER
EN
S
I-10
DIVISION
PARKPO
RTE
R
CR
OE
SU
S
POR
TER
SHE
RR
Y
ESTERS
KAFB
HEID
ENH
EIM
CO
UE
VAS
ESTERS
BACK BAY
5TH
KAFB
KAFB
ELDERDESOTO
BAYVIEW
ESPOSITO
LASALLE
Area 12: Gravity South
LegendArea 12: Gravity South Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-12
J
H
G
F
BAYVIEW
1ST FISHER
DIA
Z
LAFAYETTE
5TH
PLO
EST I
MEADOWS
DESOTO
YORKSHIRE
KAFB
BEN
AC
HI
CONCORD
LOWERY
DEVO
N
LUKE
FOR
RE
ST
BEVERLY
6TH
AVO
N
ZER
O
KEN
SIN
GTO
N
MIN
DEN
ANDREW
OA
KLAW
N
MAGELLAN
LASALLE
DO
NW
OO
D
PAR
K
BAYSHORE
POR
TER
ERIC
CRUSADERSPER
SH
ING
TREM
ON
TPARK CT N
CO
RTEZ
BAYSHORE
F
KAFB
KENSIN
GTO
N
KENSINGTON
LASALLE
KAFB
DESOTO
KAFB
KAFB
KAFB
KAFB
BAY
VIE
W
KAFB
POR
TER
Area 13: Hospital
LegendArea 13: Hospital Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-13
LEE
OA
K
MA
IN
HOWARD
DIVISIONKE
LLE
R
5TH
HO
LLE
Y
3RD
BAYVIEW
9TH
CR
AWFO
RD
ESTERS
BACK BAY
ELM
ER
BOW
EN
MA
PLE
NIX
ON
NIC
HO
LS
7TH
4TH
DO
RR
IES
PEYTON
PIN
E
HO
XIE
STR
ANG
I
BRO
WN
RO
SET
TI
LILL
Y
SHELL
CLAY
KUH
N
FOU
NTA
IN
WIS
TER
IA
SHE
RR
Y
MURRAY
6TH
BRA
UN
PEN
NY
PEARL
AUSTINAH
ER
N
LAU
RE
L
DAV
IS
CLA
IBO
RN
E
CO
LLIE
R
COPP
REDDING
FOWLER
BRADFORD
JEFFERSON
FALLO
REE
D
RAILROAD
ROY
MICHAEL INDUSTRIAL
CED
AR
HO
PE
RICHMOND
WA
LKER
NEWH
EID
EN
HE
IM
TCHULA
BAP
TIS
T A
LY
SUAREZ
SPA
NN
ER
SHORT
BELL
MAN
AUG
UST
E
WINK
SEY
MO
UR
GOLLOTT
BONNER
FRY
OU
ALEX
AND
ER
RANDOLPH
JENKINS
MARIE
GARIC
WIL
LIA
MS
EBO
NY
SWAN
LEE KERLEYTHERIOT
SCHNEIDER ALY
CARQUOTE
KUH
N
BELL
MAN
SEY
MO
UR
HO
XIE
BACK BAY
PIN
E
KUH
N
ROY ROY
9TH
SHE
RR
Y
COPP
RAILROAD
NIX
ON
WALKER
PIN
E
RAILROAD
WIS
TER
IA
ESTERS
MA
PLE
Area 14: Division Street
LegendArea 14: Division Street Project Limits
Biloxi Infrastructure ReplacementBrown & Mitchell, Inc.
April 2008Appendix A-14
APPENDIX: B
Pump Stations and Water Wells
Included in Infrastructure Project Pump Station ProjectArea 1 Beauvoir ManorEast Shore Crest Drive Bent Oaks SubdivisionPin Oak Byrd's Trailer ParkSouth Riviere Drive Camp Four Jacks
CampbellArea 2 Hiller ParkBayside East Hiller Park Tennis CourtsBayside West Jim Money RoadCedar Lake McDonnell Ave NorthDestiny Plantation North Mission LaneDestiny Plantation South Monie Vista DriveHolly Hills North Country ClubMichelle Drive North Shore DriveSavannah Place Petit Bois @ RR
Popp's Ferry BridgeArea 3 South Shore DriveAlicia Drive Thornhill NorthChannel Mark Thornhill SouthGoosepoint Williams Truck StopLaBonne Terre Woodland Park DriveLinda DriveMelissa DriveMercedes DriveParkview DriveRodeo DriveSaylor EstatesWalda Drive
Area 4Beauvoir @ Hwy 90Brady DriveComfort Station @ ColiseumEdgewater @ Hwy 90HiltonMaison D'Orleans
Area 5Burger King @ Hwy 90Rodenberg @ Hwy 90St. John
Pump Station Project BreakoutAppendix B
1 Pump Station Project Breakout 4/18/2008 3:11 PM
Area 6CampgroundGulf TowersLighthousePorter Avenue
Area 7Buena Vista
Area 8CrusoEducation CenterGreens @ Bellman/LeePine StreetSt. Michaels
Area 9Gollot on BayviewSixth Street
Area 11Bayshore DriveCaillavet StreetCarnival DenFallo StreetI-110 BridgeNorth Hopkins
Area 12Swan lane
Area 13HospitalKensington
Area 14Division Street
2 Pump Station Project Breakout 4/18/2008 3:11 PM
#V
#V#V#V
#V
#V
#V
#V
#V
#V#V
#V#V
#V
#V
#V
#V
#V
A
J
H
C
B
GF
LEE
BEACH
OA
KMA
IN DIVISION
D
SEA
L
1ST
IRISH HILL
LAM
EU
SE
KELL
ER
CAI
LLAV
ET
HO
LLE
Y
I-10
5TH
POR
TER
FAYA
RD
REY
NO
IR
BEN
AC
HI
ESTERS
BACK BAY
MA
PLE
3RD
BOH
N
BAYVIEWG
ILL
PIN
E
ANG
LAD
A
9TH
FOR
RE
ST
CR
AWFO
RD
WATER
KAFB
CO
UE
VAS
FISHER
ELMER
HO
PK
INS
BOW
EN
I-110
NIX
ON
HANGAR
PLO
ESTI
NIC
HO
LS
IRO
QU
OIS
CR
OE
SUS
7TH
4TH
BRA
UN
JACKSON
DO
RR
IES
PEYTON
SAN
TIN
I
DAV
IS
CED
AR
DIA
Z
HO
XIE
STR
ANG
I
WH
ITE
LAFAYETTE
ELDER
BRO
WN
RO
SE
TTI
SUTE
R
PARK
LILL
YDEL
AU
NE
Y
QU
ER
EN
S
MEADOWS
SHELL
GR
AH
AM
DESOTO
HOWARDTRIAN. A
YORKSHIRE
HAI
SE
KUH
N
MARINA
ST P
AU
L
AZA
LEA
ST J
UD
E
G E
OH
R
JUDGE SEKUL
CONCORD
SHE
RR
Y
6TH
LOWERY
PENN
Y
TRIAN. B
LUKE
FATHER RYAN
CAL
DW
ELL
MO
RR
ISO
N
AHE
RN
LAU
RE
L
BELL
MAN
CO
LLIE
R
ZER
O
CR
US
ADE
RS
KEN
SIN
GTO
N
REDDINGBRADFORD
BALT
AR
WALKER
ROY
MY
RTL
E
P AU
L A
LEGGETT
CAD
ET
S COURT
LOPEZ
MEAUT
LASALLE
Y
HO
OD
WINK
SEY
MO
UR
CO
MFO
RT
BAYSHORE
RANDOLPHNATIVITY
SWAN
KAFB
KAFB
BAYVIEW
MAP
LE
6TH
ESTERS
F
PIN
E
KUH
N
WA
LKER BAYVIEW
BEN
AC
HI
KENSINGTON
5TH
KAFB
B
1ST
5TH
I-10
MA
IN
KAFB
BACK BAY
KAFB
KAFB
HO
XIE
KAFB
KAFB
I-110
CRUSO
BAYSHOREHOSPITAL
CAMPGROUND PORTER AVELIGHTHOUSE
BUENA VISTAGULF TOWERS
KENSINGTON DRIVE
GOLLOTT ON BAYVIEW
GREENS @ BELLMAN/LE
SWAN LANE
PINE STREETBUENA VISTA
FALLO STREET
NORTH HOPKINS
CAILLAVET STREET
PUMP STATIONS
Biloxi Pump StationsBrown & Mitchell, Inc.
April 2008Appendix B-1
{
#V#V#V
#V
#V#V
#V
#V
#V
#V
#V
#V
#V
#V
#V#V#V#V
#V
#V
#V
#V #V
#V#V
#V#V#V #V#V
#V#V
#V#V#V
#V
#V
#V
PASS
PLO
EST I
IRISH HILL
ATKINSON
IRIS
VETE
RA
NS
RO
DE
NB
ER
G
POPP
S FE
RR
Y
HIL
LER
RIC
H
BVA
OLD BAY
TRIAN. A
RO
DE
O
JIM
MO
NE
Y
BEA
UV
OIR
CAR
TER
GREATER
MC
DO
NN
ELL
VINE
IBE
RVI
LLE
H
TRIAN. B
BEACH
SOUTHERN
ALICE
WILKES
LIN
DA
KAFB
MILLER
STATE
BRAD
Y
BAY VISTA
CAU
SE
WAY
POST
ACAC
IA
FLOYD
CR
EEL
RAN
DAL
L
HANGAR
TAR
A
ALICIA
TRAV
IA
WE
ST
SUNSET
NEL
SO
N
SAY
LOR
ST J
OH
N
STE
NN
IS
JOR
DA
N
WA
LDA
MIR
AM
AR
SYLV
AN
IA
ME
LIS
SA
MC
PERRYRIDGEWAY
BALM
OR
AL
MARTIN PARK
BRIA
RFI
ELD
CH
UR
CH
ILL
MARINA
BENT OAKS
HIL
TON
ANNEX
ST M
AR
Y
MO
SS
WILTSHIRE
PIN
E G
RO
VE
GR
EE
NW
OO
D
SPR
ATLE
Y
GLE
NN
LEWIS
BER
TUC
CI
TRIAN. DMARCIA
PATCASTILLE
EAST
BLE
UE
R TRIAN. C
FATHER RYAN
YOUNT
OA
KMO
NT
EGERSCOOLIDGE
HOLLYWOOD
SOU
TH
BAK
ER
ADAMS
ZER
O
GAR
FIE
LD
VAUGHN
PINE LAWN
LINWOOD
KENM
OR
E
WARD
LEGGETT
CABELL
BEA
CH
VIE
W
GUICE
LYN
N
MONROE
SHIR
LEY
GR
AN
DE
VIE
W
FRAN
KS
SQU
AR
E MO
FFE
TT
TULI
P
WA
LL
PATRIC
K
AMBOIS
ALTH
EA
OAKWOOD
PRINGLE
BEG
ON
IA
VIO
LET
ABB
EY
DAH
LIA
STANLEY
DO
RA
STO
NE
OR
CH
ID
Veterans
PASS
KAFB
KAFBKAFB
KAFB
BVA
KAFB
KAFB
BVA
HILTON
ST. JOHN
JIM MONEY
PARK DRIVE
CAMPGROUND
LINDA DRIVE
RUE PALAFOX
BRADY DRIVE
RODEO DRIVE
ALICIA DRIVE
MELISSA DRIVE
CAVALIER PARK
SAYLOR ESTATES
BEAUVOIR MANOR
COMFORT STATIONBEAUVOIR @ HWY 90
RODENBERG @ HWY 90
WOODLAND PARK DRIVE
BEAUVOIR @ RR TRACKS
BENT OAKS SUBDIVISION
BURGER KING @ HIGHWAY 90
WALDA DRMERCEDES
HILLER PARKSTELLY DRIVE
LABONNE TERRE
HIDDEN OAKS APTGREENWOOD DRIVE
COVENANT SQUARE
MASION D'ORLEANS
MCDONNELL AVENUE
RODENBERG - NORTH
POPPS FERRY SCHOOL
HILLER PARK SOFTBALL
POPPS FERRY @ BRIDGE
RODENBERG @ RR TRACKS
MCDONNELL AVENUE NORTH
HILLER PARK TENNIS COURTS
PUMP STATIONS
Biloxi Pump StationsBrown & Mitchell, Inc.
April 2008Appendix B-2
{
#V
#V
#V#V#V#V
#V
#V
#V
#V
#V
#V
#V
#V #V
#V#V
#V #V
#V#V
#V#V
#V#V#V #V#V
#V#V
#V#V#V
#V
#V
PASS
DEB
UY
S
RIC
H
OLD BAY
SWITZER
POPP
S F
ER
RY
JIM
MO
NE
Y
BEA
UV
OIR
CAR
TER
CO
VE
ALICE
LIN
DA
LIN
DH
EIS
EN
HO
WE
R
BIG
LAK
E
BRA
DY
BAY VISTAEULA
OA
KLE
IGH
PALMER
POST
FLOYD
RAN
DAL
L
TAR
A
BEACH
ALICIA
HWY 90
NEL
SO
N
HAND
DEMARET
GO
OS
E P
OIN
TE
SAY
LOR
STE
NN
IS
CT SWITZER SR
KENMORE
JOR
DA
N
WA
LDA
FERNWOOD
ME
LIS
SA
BALM
OR
AL
MARTIN PARK
BRIA
RFI
ELD
CH
UR
CH
ILL
HIL
TON
P IN
E G
RO
VE
GR
EE
NW
OO
D
LAKE
VIEW
ATKI
NS
ON
SPR
ATLE
Y
KAFBBE
RTU
CC
I
MARCIA
PATCASTILLE
BRO
WN
MISSION
DU
DLE
Y
OA
KMO
NT
AUDUBON
WE
STVI
EW FAIR
VIEW
LINWOOD
FLY-
AWAY
OA
KRID
GE
WARD
SAD
LER
BEA
CH
CH
ANN
EL M
AR
K
BEA
CH
VIE
W
LYN
N
S OU
THE
RN GR
AN
DE
VIE
W
FRAN
KS
SQU
AR
E MO
FFE
TT
RUE PALAFOX
AMBOIS
OAKWOODGREENVIEW
MARSHALL
VIO
LET
ABB
EY
DAH
LIA
ANDOVER
TUIL
LER
IES
TRE
E TO
P
DO
RA
MA
GAZ
INE
MO
CKI
NG
BIR
D
OR
CH
ID
VEN
ETI
AN
GA
RD
EN
SC
ARTE
R
HILTON
MERCEDES
PARKWOODGOOSEPOINT
LINDA DRIVE
RUE PALAFOXDEBUYS ROAD
BRADY DRIVE
ALICIA DRIVE
CHANNEL MARK
MELISSA DRIVE
CAVALIER PARK
SAYLOR ESTATES
PARKVIEW DRIVE
BEAUVOIR MANOR
RUE PETIT BOIS
EDGEWATER @ 90
COMFORT STATION
BEAUVOIR @ HWY 90
RAINTREE APARTMENTS
BEAUVOIR @ RR TRACKS
WALDA DR JIM MO
PARK DRIVE
STELLY DRIVE
MISSION LANE
LABONNE TERRE
HIDDEN OAKS APTGREENWOOD DRIVE
COVENANT SQUARE
MASION D'ORLEANS
POPPS FERRY SCHOOL
WOODLAND PARK DRIPOPPS FERRY @ BRIDGE
PETIT BOIS & RR TRACKS
PUMP STATIONS
Biloxi Pump StationsBrown & Mitchell, Inc.
April 2008Appendix B-3
{
#V
#V
#V
#V#V
#V#V #V
#V
#V#V
#V
#V#V#V
#V#V
#V
#V#V
#V
#V
#V
#V
#V
#V#V
#V
#V
#VI-10
POPPS FERRY
BRASHER
BRODIE
CED
AR
LA
KE
JAM
OAKLAWN
VEE
TEE
LAM
EY
WE
LLS
RICHARD
CAM
PB
ELL
BAYWOOD
RU
STW
OO
D
AUBURN
CAM
P W
ILK E
SSUNKIST COUNTRY
67
BAYSIDE
CO
UN
TRY
CLU
B
CAU
SEW
AY
MO
TSIE
LACKLAND
RIV
ER
VIE
W
WETZEL
ELLINGTON
HO
LLY
HIL
L S
WH
ITNEY
T OM
MY
MO
NR
OE
GAY
RD
S
STAR
KS
LANDING
GAY
CAMBRIDGE
IVY
HIL
L
RO
AD 537
HIG
HLA
ND
ON THE GREEN
PAR
KE
RS
MEDICAL PARK
BLU
EW
OO
D
HEN
GEN
RIDGE
BLUFF R
DG
CAM
P FOU
R JAC
KS
EAG
LE E
YR
IE
FENTO
N
EAS
Y
MO
NIE
VIS
TA
KEN
NE
DY
NO
RTH
SHO
RE
SHA
RO
N H
ILLS
GR
EY
STO
NE
MU
LBE
RR
Y
MICHELLE
ROAD 536
IVYW
ATE
RS
VIE
W
MITCHELL
LAK
EW
OO
D
SPR
ING
LAUREN
RU
TH
WIL
DW
OO
D
BEAU CHENE
PATRICIA
CLU
B M
OSS
GE
NTR
YCAR
OLE
E
GRACE
MCLANE
I-10
I-10I-10
I-10
PARK
SUNKIST
SAVANNAH
CAMPBELL
BEAU CHENE
MONIE VISTA
HOLLY HILLS
NORTH SHORE
EAST OAKLAWN
CAMP 4 JACKS
SHARON HILLS
DESTINY SOUTH
DESTINY NORTH
COMMERCE PARK
CEDAR LAKE SUBD
THORNHILL SOUTH
IMPERIAL ESTATES
POPPS FERRY LANDING
WILLIAMS TRUCK STOP
BYRD'S TRAILER PARK
LA
BAYSIDE WEST BAYSIDE EAST
STONE BRIDGE
ON THE GREEN
MICHELLE DRIVE
THORNHILL NORTHNORTH COUNTRY CLUB
POPPS FERRY POLICE STATION
PUMP STATIONS
Biloxi Pump StationsBrown & Mitchell, Inc.
April 2008Appendix B-4
{
#V
#V
#V
#V#V
#V#V #V
#V
#V
#V
#V#V
#V
#V
I-10
OAKLAWN
LORRAINE
PIN
OA
K
SHO
RE
CR
EST
67
POPPS FERRY
OLL
IE
BAYWOOD
RIVER
PIN
E
JOHN ROSS
AUBURN
SUNKIST COUNTRY
CO
UN
TRY
CLU
B
OR
IN
LACKLAND
GO
ULD
CAUSEWAY
RIV
ER
VIE
W
SCENIC RIVERLANDING
RIV
IER
E VU
E
CAMBRIDGE
IVY
HIL
L
ON THE GREEN
PAR
KE
RS
BAYVIEW
RO
AD 537
OA
KLE
IGH
RUE MAISON
RIVER OAKS
RIVER VUE
NO
RTH
SHO
RE
RIV
ER
ES
T ATE
S
SHO
RE
IVY
SHADY
WEBB
KAR
LIWEST SHORE
WIL
DW
OO
D
BEAU CHENE
PATRICIA
CAR
OLE
E
CLU
B M
OSS
LAUR
A
RIDGEWOOD
MCLANE
I-10
OAKLAWN
KAR
LI
PIN OAK
SUNKIST
BEAU CHENE
SOUTH SHORE
NORTH SHORE
WEST OAKLAWN
EAST OAKLAWN
THORNHILL SOUTH
EAST SHORE CREST
SOUTH RIVER DRIVE
BYRD'S TRAILER PARK
ON THE GREEN
LAGOON EFFLUENT
THORNHILL NORTHNORTH COUNTR
PUMP STATIONS
Biloxi Pump StationsBrown & Mitchell, Inc.
April 2008Appendix B-5
{
Appendix BCity of Biloxi Water Wells
Bradford Street WellCedar Lake WellDeBuys Road WellFather Ryan WellGreater Ave. WellHospital WellI'berville WellKuhn Street WellLakeview WellMaple Street WellNorth Biloxi WellNorth Oaklawn WellNorth River Vue WellOaklawn WellOld Bay Vista WellPark Drive WellPorter Avenue WellRustwood WellSouth Hill WellSt. Michaels Well (Pine St)Tullis WellVee Street Well
#V
#V#V
#V
#V
#V
#V
I-10
LEE
OA
K
MA
IN
DIVISION
F
A
D
B
BEACH
1ST
SEA
L
LAM
EU
SE
KELL
ER
CAI
LLAV
ET
HO
LLE
Y
J
C
5TH
POR
TER
FAYA
RD
REY
NO
IR
BEN
AC
HI
ESTERS
BACK BAY
MAP
LE
3RD
BOH
N
BAYVIEW
GIL
L
PIN
E
ANG
LAD
A
9TH
FOR
RE
ST
CR
AWFO
RD
WATER
CO
UE
VAS
ELM
ER
HO
PK
INS
BOW
ENI-1
10
NIX
ON N
ICH
OLS
IRO
QU
OIS
CR
OE
SU
S
7TH
4TH
BRA
UN
JACKSON
DO
RR
IES
PEYTON
SAN
TIN
I
DAV
IS
CED
AR
DIA
Z
HO
XIE
STR
ANG
I
IRISH HILL
LAFAYETTE
ELDER
BRO
WN
RO
SE
TTI
SUTE
RPARK
LILL
Y
DEL
AUN
EY
QU
ER
EN
S
SHELL
GR
AH
AM
DESOTO
HOWARD
CLAY
HAI
SE
KUH
N
A ZAL
EA
G E
OH
R
JUDGE SEKUL
DAC
EY
HO
PE
MA
GN
OLI
A
SHE
RR
Y
6TH
LOWERY HILL
DU
KATE
PEN
NY
PEARL
AHE
RN
KAFB
LAU
RE
L
BELL
MAN
CO
LLIE
R
COPP
REDDING
PAR
KE
R
BRADFORD
JEFFERSON
THO
MA
S
REE
D
MICHAEL INDUSTRIAL
BALT
AR
WA
L KER
ROY
MYR
TLE
PAU
L A
OA
KLAW
N
CAD
ET
S COURT
RU
E M
AG
NO
LIA
MEAUT
NEW
HEI
DE
NH
EIM
MAG
ELLANLASALLEDO
NW
OO
D
TCHULA
PARK CT S
SPA
NN
ER
SHORT
HO
OD
WINK
SEY
MO
UR
BALBOA
CO
MFO
RT
GOLLOTT
FRY
OU
BAYSHORE
NATIVITY
SWAN
LEE KERLEY
TUX
EDO
MA
IN
NIX
ON
PIN
E
ROY
LASALLE
HO
XIE
CO
UE
VAS
MA
GN
OLI
A
MA
PLE
BAYSHORE
ESTERS
6TH
FAYAR
D
I-10
PIN
E
BEN
AC
HI
DESOTO
ROY
ESTERS
BACK BAY
B
BAYVIEW
BAYVIEW
KUH
N
PORTER AVE WELL
KUHN ST WELL
HOSPITAL WELL
MAPLE ST WELL
BRADFORD ST WELL
TULLIS MANOR WELLST MICHAEL'S WELL
WATER WELLS
Biloxi Water WellsApril 2008
Appendix B-6
#V#V
#V
#V
A
J
H
C
B
G
F
PASS
IRISH HILL
D
PLO
ESTI
1ST
BEACH
IRIS
6TH
5TH
VETE
RA
NS
RO
DE
NB
ER
G
HI L
LER BV
ABAYVIEW
TRIAN. A
RO
DE
O
FISHER
MC
DO
NN
ELL
KAFB
VINE
IBE
RVI
LLE
HANGAR
TRIAN. B
WILKES
MILLER
STATE
GREATER
WH
ITE
ACA
CIA
CR
EEL
ATKINSON
SOUTHERN TRAV
IA
WE
ST
SUNSET
MEADOWS
ST J
OH
N
MIR
AM
AR
YORKSHIRE
SYLV
AN
IA
MC
PERRYRIDGEWAY
MARINA
ST P
AU
L
A ZA
L EA
ST J
UD
E
ST M
AR
Y
CAM
ELL
IACONCORD
MO
SS
WILTSHIRE
LOWERY
DEWEY
GLE
NN
LEWIS
LUKE
TRIAN. D
FATHER RYAN
EAST
CAL
DW
ELL
BLE
UE
R
MO
RR
ISO
N
LAFAYETTE
TRIAN. C
BEVERLY
EGERS
BUS
H
ST F
RA
NC
IS
JUDGE SEKUL
COOLIDGE
HOLLYWOOD
ZER
O
KEN
SIN
GTO
N
ANITA
BAK
ER
ADAMS
MIN
DEN
CLO
WER
KIM
GAR
FIELD
ANDREW
VAUGHN
PINE LAWN
VAN
BU
RE
N
TODD
LEGGETT
CABELL
OA
KLAW
N
GUICE
BILM
AR
SAN
S COURT
LOPEZ
SHADY
SHIR
LEY
BELV
ED
ERE
PATRIC
K
MITCHELL
ALTH
EA
Y
HU
BBAR
D
STEVENS
JOH
N A
DAM
S
ARN
OLD
PRINGLE
POIN
TE CLEAR
STANLEY
STO
NE
Veterans
GROENIN
G
GEO
RG
IA
WELCH
GIVENS
KAFB
ALTHEA
KAFB
KAFB
5TH
KAFB
F
BVA
KAFB
BVAKAFB
PLO
ESTI
KAFB
KAFB
KAFB
KAFB
IBERVILLE WELLGREATER AVE WELL
H
FATHER RYAN WELL
WATER WELLS
Biloxi Water WellsApril 2008
Appendix B-7
#V
#V
#V
#V
#V
PASS
DEB
UY
S
RIC
H
OLD BAY
POPP
S F
ER
RY
JIM
MO
NEY
BEA
UV
OIR
CAR
TER
CO
VE
SWITZER
ALICE
LIN
DA
EIS
EN
HO
WE
R
BIG
LAK
E
BRAD
Y
BAY VISTAEULA
OA
KLE
IGH
PALMER
POST
BEACH
FLOYD
RAN
DAL
L
TAR
A
ALICIA
HWY 90
NE
LSO
N
LIN
DH
GO
OSE
PO
INTE
SAY
LOR
STE
NN
I S
CT SWITZER SR
KENMO
RE
JOR
DA
N
WAL
DA
RE
D O
AK
FERNWOOD
ME
LIS
SA
BALM
OR
AL
MARTIN
PAR
K
BR
IAR
F IE
LD
CH
UR
CH
ILL
HIL
TON
ANNEX
GREATER
PIN
E G
RO
VE
GR
EE
NW
OO
D
LAK
EVIEW
SOUTHERN
ATKI
NS
ON
SPR
ATLE
Y
KAFB
BER
TUC
CI
MARCIA
CASTILLE
BRIG
HT O
N
MISSIONBRYN MAWR
GATEWAY
AMES
YOUNT
OA
KMO
NT
RUNNYMEDE
AUDUBON
WIL
LOW
WE
STV
IEW
SOUTH
BENT OAKS
PARK VIEW
EDG
EW
ATER
DWAYNE
FAIR
VIEW
LAW
RE
NC
E
LINWOOD
DRIFTWOOD NORTH
LESLIE
FLY-
AWAY
OA
KRID
GE
WARD
SAD
LER
BEA
CH
BEA
CH
VIE
W
BAYPOINTE
LYN
N
MAUVILLA
LE JUENE
WO
OD
LAN
D P
AR
K
GR
AN
DE
VIE
W
AGIN
CO
UR
T
SQU
AR
E
MO
FFE
TT
RUE PALAFOX
AMBOIS
ZACHARY
OAKWOOD
SHADY
GU
LFW
ATE
R
CHANNEL
CHRISTI
ABB
EY
EXECUTIVE PIN
EW
OO
D
ENTERPRISE
ANDOVER
TRE
E TO
P
DO
RA
MAG
AZIN
E
MO
CK
ING
BIR
D
OR
CH
I DDO
GW
OO
D
BONNE TERRE
BOR
DEAU
X
ST C
HAR
LES
ACA
DIA
N
VEN
ETI
AN
GA
RD
EN
S
PLANTATION
PASS
LIN
DH
CAR
TER
DEBUYS WELL
LAKEVIEW WELL
PARK DR WELL
OLD BAY VISTA WELL
NEW BAY VISTA WELL
WATER WELLS
Biloxi Water WellsApril 2008
Appendix B-8
#V
#V
#V
#V
#V
#V
#V
#V
#V
I-10
67
POPPS FERRY
CED
AR
LA
KE
BRASHER
JAM
OAKLAWN
VEETE
E
BRODIE
WE
LLS
RICHARD
CAM
PBEL
L
BAYWOOD
RU
STW
OO
D
AUBURN
CAM
P W
ILK
ESSUNKIST COUNTRY
OR
IN
CO
UN
TRY
CLU
B
BAYSIDE
MO
TSIE
LACKLAND
RIV
ER
VIE
W
WETZEL
ELLINGTON
HO
LLY
HIL
LS
WH
ITNEY
TOM
MY
MO
NR
OE
SCENIC RIVER
STAR
KS
LANDING
BOSS HUSLEY
ROAD 5
36
CAMBRIDGE
IVY
HIL
L
RO
AD 537
HIG
HLA
ND
ON THE GREEN
DIX
I E
PAR
KE
RS
MEDICAL PARK
BLU
EW
OO
D
HEN
GE
N
RUE MAISON
RIDGE
BLUFF R
DG
CAM
P FOU
R JAC
KS
RIVER OAKSFEN
TON
EASY
MO
NIE
VIS
TA
KEN
NE
DY
NORTH S
HORE
SHA
RO
N H
ILLS
MU
LBE
RR
Y
MICHELLE
RIV
ER
ES
T AT E
S
IVYW
ATE
RS
VIE
W
STE
L LA
MITCHELL
LAK
EW
OO
D
SPR
ING
REGENCY
LAUREN
RU
TH
WIL
DW
OO
D
BEAU CHENE
PATRICIA
CLU
B M
OSS
GE
NTR
YC
ARO
LEE
GRACE
MCLANE
I-10
I-10
OAKLAWN
VEE ST WELL
OAKLAWN WELL
REC COMPLEX WELL
NORTH OAKLAWN WELLI-10 SERVICE DRIVE WELL
RUSTWOOD WELL
CEDAR LAKE WELL
SOUTH HILL WELL
NORTH BILOXI #1 WELL
WATER WELLS
Biloxi Water WellsApril 2008
Appendix B-9
#V
#V
#V
I-10
LORRAIN
E
OAKLAWN
SHO
RE
CR
EST
PIN
OAK
OLL
IE
JOHN ROSS
RIVER
PIN
E
OR
IN
BOYETTE
SUNKIST COUNTRY
ROAD 248
TIFFAN
YG
OU
LD
SCENIC RIVER
LANDING
REBEKAH
ROAD 252
AIR
PO
RT DELYNN
RIV
IER
E VU
E
BOSS
HU
SL E
Y
CAMBRIDGE
DIX
I E
PAR
KE
RS
EVE
LYN
BAYVIEW
OA
KLEI
GH
RUE MAISON
PLUMMER
RIVER OAKS
BATE
S
RIVER VUE
PECAN HILL
NORTH S
HORE
RIV
ER
ES
T ATE
S
SHO
RE
SHADY
STE
LLA
WEBB
KARLI
FAIRFAX
REGENCY
BEAU CHENE
PATRICIA
ASHTON LN
E
LAUR
A
DOC SHEFFIELD
CAR
DIN
AL
RIDGEWOOD
SAND
Y HO
OK
OAKLAWN
I-10
OA
KLAW
N
OAKLAWN WELL
NORTH OAKLAWN WELL
N RIVER VIEW WELL
WATER WELLS
Biloxi Water WellsApril 2008
Appendix B-10
APPENDIX: C
Breakdown of Requested Funds
Area # Area Name
FEMA Reference Number
FEMA NEMIS City ID Amount Requested* Status
1 Eagle Point 311WS01 11019 KG635 $13,191,435.00 Obligated2 North Biloxi 311WS02 11021 KG636 $35,580,332.00 Obligated3 Rodenberg North 311WS03 11017 KG637 $19,881,308.00 Obligated4 Beauvoir 311WS04 10977 KG630 $21,224,614.00 Obligated5 Rodenberg @ 90 311WS05 11000 KG631 $17,983,782.00 Obligated6 Buena Vista West 311WS06 11001 KG632 $17,627,201.00 Obligated7 Buena Vista East 311WS07 10999 KG633 $15,726,534.00 Obligated8 St. Michaels 311WS08 10998 KG634 $25,338,452.00 Obligated9 6th Street North 311WS09 11020 KG638 $11,942,656.00 Obligated
10 6th Street South 311WS10 11023 KG639 $12,761,645.00 Obligated11 Gravity North 311WS11 11016 KG640 $61,691,022.00 Obligated12 Gravity South 311WS12 11018 KG641 $51,806,257.00 Obligated13 Hospital 311WS13 11015 KG642 $15,810,992.00 Obligated14 Division Street 311WS14 11022 KG643 $34,810,345.00 Obligated
Total for All Areas $355,376,575.00Total Obligated $355,376,575.00
Biloxi Infrastructure ProjectOverall Project Requests
April 21, 2008
*Note: Amount requested equals estimated construction cost plus mobilization, special construction services, design and project management costs. ROW is not included.
PW Example
Area 8: St. Michaels
The following questions have been presented to the City of Biloxi regarding the Program Management Request for Qualifications, either in writing or at the Pre-Proposal meeting held May 8, 2008 at Biloxi City Hall.
1. Does the 20-page SOQ limit include all of the Project Experience of the respondent, or can additional Project Experience be included in an appendix?
a. The SOQ should include a tab for Related Experience and References, which will constitute the basis of the grading. Detailed project information as described in the RFQ may be included in an appendix that will not count against the 20-page limit.
2. Is the Program Manager required to provide construction-testing services or will
the Program Manager coordinate and schedule testing by a third party under contract to the City? Will the City select the testing laboratory to perform field-testing?
a. The Program Manager shall select an independent, qualified testing laboratory to perform required tests. This testing will include, but is not limited to continuous inspection of all underground construction work, geotechnical tests, concrete tests and asphalt pavement tests. The Program Manager will not be required to provide design related testing, such as preliminary geotechnical testing. Please delete the following sentence from Scope of Services Item 4: “The Program Manager will be responsible for coordinating and making available geotechnical test to Design Consultants as needed.”
3. Is the Program Manager required to provide right-of-way acquisition services, or
will the Program Manager coordinate and manage these services by a third party under contract to the City?
a. The Program Manager will coordinate these services between the right-of-way personnel, City officials and design engineers. Right-of-way personnel will be under contract with the City. Please change “provide” to “coordinate” in Scope of Services Item 7, first sentence.
4. Is the Program Manager required to provide resident project representative (RPR)
services, or will the Program Manager coordinate and manage these services by a third party under contract to the City?
a. The Program Manager will be required to provide RPR services for all construction contracts included as part of the overall Project. RPR services are considered special services, and will not count against the fees designated for Program Management.
5. Is the Program Manager required to provide survey and geotechnical services, or
will the Program Manager coordinate and manage these services by a third party under contract to the City?
a. The Design Engineer for each project will coordinate surveys and geotechnical testing required for design. The Program Manager will
establish minimum guidelines for these activities to ensure that services are consistent throughout the Program.
6. The RFQ states “After receipt of 30% design submittals, the Program Manager
will provide for a 40-hour value engineering session to be staffed by independent designers for the review of the scope of work and the details of the design to accomplish the scope of work.” Who are considered as independent designers, employees of the Program Manager or employees of a third party company?
a. Independent designers may be members of the Program Manager’s firm, or a third party firm not participating in design services associated with this Program. Any party that performs design reviews or value engineering reviews will not be permitted to act as Design Engineer on any individual project associated with this Program.
7. Will the City give consideration to firms that include minority or disadvantaged
business enterprise participation? a. The City does not currently have any minimum minority or disadvantaged
business enterprise participation requirements.
8. What will be the form of the contract value (lump sum, % of construction, cost plus fixed fee)?
a. The contract will be subject to the FEMA Public Assistance Guideline and approved FEMA Project Worksheets. FEMA Project Worksheets calculate program management fees based on a % of construction.
9. Will the contract be based on the City’s standard terms and conditions, or the
consultant’s contract form? Can the City provide a copy of its standard terms and conditions?
a. The contract will be based on the City’s standard terms and conditions, which are modeled on the NSPE’s Engineer’s Joint Contract Documents Committee (EJCDC).
10. Is it possible to change the due date for the proposals from May 15th to May 22nd?
a. No, it is the City’s wish to begin design of these projects as soon as possible.
11. If a design firm is included in the selected Program Manager’s proposal as a
prime or sub-consultant, does that exclude the design firm from being selected as a design engineer on individual projects?
a. Yes. Design engineers must be completely independent of the Program Manager. Construction contractors must also be completely independent of the Program Manager.
12. Please change the number of Statements of Qualifications required for submittal
from 6 to 12.
13. Does the selection process for hiring this Program Manager need approval by FEMA?
a. No. The selection committee will use the point system outlined in the RFQ to select the Program Manager.
14. Have all areas that need to be paved been evaluated? Have street repair areas been
finalized? a. No geotechnical testing has been performed. Exact pavement repairs
associated with repair to the water distribution, sewer collection and storm drainage systems will be determined during final design.
15. Are there any additional damages to roads that may need to be identified?
a. A complete evaluation of all damages has been performed. The overall scope is completed with each project worksheet.
16. Will the Program Manager’s geotechnical team perform the geotechnical
investigations and testing? a. The Program Manager will be tasked with preparing minimum standards
for testing and other special services to ensure continuity across various projects. Testing associated with the design phase of a project will be coordinated by the Design Engineer, while testing associated with the construction phase of a project will be coordinated by the Program Manager. The Design Engineer and Program Manager will consult with the City to choose the firm for each phase of the project. Geotechnical firms and/or testing labs will contract directly with the City and may participate in both design and construction phases. SOQs are not required to show firms that may provide special services. The Program Manager’s firm may not participate in design services.
17. Does the scope of work under the Program Manager require that he/she be a
Professional Engineer? a. A Professional Engineer registered in Mississippi must perform any
aspect of the Program Manager’s scope of work that requires the oversight of design services.
18. Are there any federal regulations governing the construction contracts?
a. Construction contracts will be required to follow the requirements of the State of Mississippi and the City of Biloxi, including any federal regulations adopted by the State or City. The Davis-Bacon Act will not be a part of construction contracts.
19. Why does the RFQ ask that no company information be included in resumes?
a. It is the City’s intent to limit the resume section to the key information, and that company information included in other sections of the SOQ not be repeated in each resume. Please provide name, title, years experience, and relevant projects in each resume. It is recommended that only
resumes for those persons in each firm that are likely to be assigned to this project be included.
20. Will design fees be based on the overall project areas or individual projects?
a. This is not applicable for the purposes of Program Management.
21. Are the Program Manager fees based on a percentage of each PW, or is there a separate PW for Program Management?
a. Currently, there is not a separate PW for Program Management, and the fees are based on individual PWs. The Program Manager’s fees will cover those items as detailed in the FEMA Public Assistance Guideline. Additional services such as testing or surveying will not be included in the Program Manager’s fees.
22. In addition to FEMA approval, are plans subject to review by state agencies such
as MDEQ and Mississippi Department of Health? a. FEMA & MEMA will review plans only to verify that they are within the
approved scope of the obligated PW. Construction plans for individual projects will be subject to review by local and state agencies typical of any other construction project within the City of Biloxi.
23. Are there any historical preservation issues identified with the proposed projects?
a. Currently, the City is unaware of any historical preservation issues.
24. Can 11” x 17” sheets be utilized within the 20 page Statement of Qualifications? a. Yes. 11” x 17” sheets may be used, and will count as one sheet.
25. Is it possible to get a draft copy of the contract that will be utilized for the PM
Services? a. No.