city of biloxi mississippicity of biloxi mississippi request for qualifications for biloxi...

81
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.

Upload: others

Post on 04-Sep-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.

Page 2: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 3: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.

Page 4: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 5: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 6: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 7: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 8: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 9: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 10: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 11: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.

Page 12: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

APPENDIX: A

Respective Project Areas

Page 13: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 14: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 15: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 16: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 17: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 18: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 19: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 20: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 21: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 22: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 23: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 24: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 25: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 26: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 27: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

APPENDIX: B

Pump Stations and Water Wells

Page 28: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 29: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 30: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

{

Page 31: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

{

Page 32: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

{

Page 33: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

{

Page 34: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

{

Page 35: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 36: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

Page 37: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

Page 38: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

Page 39: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

Page 40: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

#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

Page 41: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

APPENDIX: C

Breakdown of Requested Funds

Page 42: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.

Page 43: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

PW Example

Area 8: St. Michaels

Page 44: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 45: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 46: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 47: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 48: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 49: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 50: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 51: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 52: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 53: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 54: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 55: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 56: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 57: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 58: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 59: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 60: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 61: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 62: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 63: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 64: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 65: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 66: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 67: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 68: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 69: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 70: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 71: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 72: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 73: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 74: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 75: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 76: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 77: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction
Page 78: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 79: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.

Page 80: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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

Page 81: CITY OF BILOXI MISSISSIPPICITY OF BILOXI MISSISSIPPI REQUEST FOR QUALIFICATIONS for BILOXI INFRASTRUCTURE REPAIR PROGRAM MANAGER SERVICES (Revised May 9, 2008) SUBMITTAL DEADLINEIntroduction

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.