Loading...
HomeMy WebLinkAboutItem #15 Appointment of Commissioner to Selection Committee for RFQ #0801 Engineering Services for SR 50 AGENDA ITEM COVER SHEET Meeting Date: October 29, 2007 Item # I 5 Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: Subject: Appointment of Commissioner to Selection Committee for RF Services for SR 50.Utility Relocation Background Summary: In compliance with City Commission direction of October 2, 2007, staff is requesting a Commissioner be appointed to the Selection Committee to evaluate Statement of Qualifications received for RFQ #0801 Engineering Services for SR 50 Utility Relocation. The selection committee meeting is tentatively scheduled for Monday, November 12, 2007 at 2:00 p.m. Issue: Appointment of Commissioner to the Selection Committee for RFQ #0801. Recommendations Staff recommends that the City Commission appoint a Commissioner to serve on the Selection Committee for RFQ #0801 Engineering Services for SR 50 Utility Relocation. Attachments: 1. RFQ #0801 Financial Impact: Type of Item: (please mark wifh an "x") Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution _ Commission Approval X Discussion & Direction For Clerk's Deaf Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk _ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~1itJ- N/A N/A N/A Mayor S. Scott Vandergrift c.enter of Good LJ '\.~e t'/~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #0801 ENGINEERING SERVICES FOR SR 50 UTILITY RELOCATION City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.f1.us LEGAL ADVERTISEMENT CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0801 ENGINEERING SERVICES FOR SR 50 UTILITY RELOCATION Ocoee City Commission The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055, et seq. and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from professional engineering firms that are interested in providing stormwater, potable water, and sanitary sewer relocation design services associated with widening of State Road 50 from the Western Beltway (SR 429) to Good Homes Road. The City of Ocoee is being required to vacate the State right of way in order to make room for roadway improvements scheduled at an unknown pointing the future. The Florida Department of Transportation has already begun condemnation proceedings on several City-owned properties and easements. The City intends to award a contract to one (1) qualified engineering firm to perform the required services. In determining whether a firm is qualified, the City shall consider such factors as the firm's locale, experience providing similar services, and past project performance in terms of scheduling and budget compliance; abilities of the professional firm's project personnel; and whether a firm is a certified minority business enterprise. Qualification packages must be received no later than 2:00 p.m., local time, on October 23, 2007. Any qualification packages received after the above noted time will not be accepted under any circumstances and shall be returned unopened. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. Firms interested in providing the required professional services shall submit one (1) original and five (5) copies of their qualifications to the City of Ocoee Finance Department by the submission deadline to the attention of: Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407) 905-3100 x 1516 FAX number: (407) 656-3501 jtolbert@ci.ocoee.fl.us No fax or electronic submissions will be accepted. Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted and shall be directed to the Purchasing Agent. Deadline for receipt of written inquiries shall be RFQ #0801 SR 50 Utility Relocation 2 5:00 P.M., local time, on October 15, 2007. Firms should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFQ before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the RFQ, award, and protest period may be grounds for Respondent disqualification. Interested firms may secure a copy of the RFQ documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under BidsNendors, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of RFQ documents will not be issued. The information contained in this RFQ package, including the resulting bid documents, addenda, contract documents, plans, and specifications does not constitute a public record and is exempt from the public records requirements of subsection (1) and s. 24(a), Art. I of the State Constitution, and the bidder receiving this information shall maintain the exempt status of this information. Pursuant to Section 287.133(2) (a), Florida Statutes, interested firms who have been placed on the convicted vendor list following a conyiction for public entity crimes may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services, the value of which exceeds Category Two for a period of 36 months from the date of being placed on the convicted vendor list. City Clerk September 23,2007 RFQ #0801 SR 50 Utility Relocation 3 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0801 ENGINEERING SERVICES FOR SR 50 UTILITY RELOCATION A. INTRODUCTION 1. The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055, and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from qualified professional engineering firms that are interested in providing stormwater, potable water, and sanitary sewer relocation design services associated with widening of State Road 50 from the Western Beltway (SR 429) to Good Homes Road. The City of Ocoee is being required to vacate the State right of way in order to make room for roadway improvements scheduled at an unknown pointing the future. The Florida Department of Transportation has already begun condemnation proceedings on several City-owned properties and easements. 2. Responding firms (Respondents) must be experienced in providing engineering services for projects of a scope and nature comparable to those described above. Use of qualified sub consultants for specialty work is acceptable. To be considered, the firm shall be qualified by a licensed professional in accordance with Florida State law and be familiar with all applicable State of Florida, the Florida Transportation Department, St. Johns River Water Management District, and City land development codes, regulations, and laws, and with City construction standards. 3. All contacts regarding this solicitation shall be made to Joyce Tolbert, Purchasing Agent, in writing, no later than 5:00 P.M., local time, on October 15, 2007. Potential Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFQ before the project award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the RFQ, award, and protest period may be grounds for Respondent disqualification. 4. Each Respondent must provide a Qualifications Package that consists minimally of a Transmittal Letter, a Statement of Qualifications, a Confidential Disclosure Form, and a Company Information Form. Please also include a copy of all applicable licenses held by firms or subconsultants proposing to perform the work. Statements of Qualifications must be limited to a total of twenty five (25) 8.5"x 11" pages (including resumes and 2-page cover letter but excluding front and back covers, Forms 254/255, dividers, Confidential Disclosure Form, and Company Information Form), single-sided, portrait orientation, 12- point font. Any Qualifications Package failing to conform to these specifications is subject to rejection. The person signing the Transmittal Letter on behalf of the Respondent must have the legal authority to bind the Respondent to the submitted Qualification Package and shall be understood to do so. RFQ #0801 SR 50 Utility Relocation 4 5. All Qualification Packages must be received by the City at the location stated in paragraph 6 of the RFQ not later than no later than 2:00 p.m., local time, on October 23, 2007. Any Qualification Package received after the above stated time and date shall not be considered. It shall be the sole responsibility of the Respondent to have the Qualifications Package delivered to the Ocoee City Hall by U.S. mail, hand delivery, or any other method available to them. Delay in delivery shall not be the responsibility of the City. A Qualifications Package received after the deadline shall not be considered and shall be returned unopened. Any request to withdraw a Qualification Package must be addressed in writing. Such requests must be received by the City prior to the deadline of the submission 6. One (1) original and five (5) copies of the Qualifications Package must be submitted to the City of Ocoee in one sealed package, clearly marked on the outside with the appropriate RFQ number and closing date and time, addressed to: City of Ocoee Attn: Joyce Tolbert, Purchasing Agent 150 North Lakeshore Drive Ocoee, FL 34761-2258 (407) 905-3100 ext. 1516 (407) 656-3501 - fax itolbert@ci.ocoee.fl.us No fax or electronic RFQ submissions will be accepted. All expenses for providing Qualification Packages to the City shall be borne by the Respondent. 7. Action on Qualification Packages is expected to be taken by the City within ninety (90) days of the due date; however, no guarantee or representation is made herein as to the time between receipt of the Qualification Package and subsequent Commission action. 8. The City reserves the right to accept or reject any or all Qualification Packages, to waive irregularities and technicalities, and to request resubmission or to re-advertise for all or any part of the RFQ. The City shall be the sole judge of each Qualification Package and the resulting negotiated agreement that is in the City's best interest. The City's decision shall be final. 9. All applicable laws and regulations of the United States, the State of Florida, and the City of Ocoee will apply to any resulting Agreement. The provisions of the Consultant's Competitive Negotiations Act (Section 287.055, Florida State Statutes) shall apply, where applicable. 10. The successful Respondent shall be required to execute an Agreement, in form and content acceptable to the City, indemnifying and holding harmless the City, its officials, officers, employees, and agents from all claims. 11. The successful Respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional (Design Errors and Omissions) Liability Insurance in the RFQ #0801 SR 50 Utility Relocation 5 form of a certificate of insurance issued on behalf of the City of Ocoee and naming the City as an additional insured, by companies acceptable to the City at the following minimum limits and coverage's with deductible amounts acceptable to the City: INSURANCE TERMS AND CONDITIONS The selected Consultant shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Consultant allow any Subconsultant to commence work on a subcontract until all similar insurance required of the Sub consultant has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Consultant and/or sub consultant providing such insurance. b) Workers' Compensation Insurance: The Consultant shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Consultant's employees connected with the work of this project and, in the event any work is sublet, the Consultant shall require the sub consultant similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Consultant. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Consultant shall provide, and cause each subconsultant to provide adequate insurance, satisfactory to the City, for the protection of the Consultant's employees not otherwise protected. Include Waiver of Subrogation in favor of the City ofOcoee. c) Consultant's Public Liability and Property Damage Insurance: The Consultant shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Consultant and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Consultant or by anyone directly or indirectly employed by the Consultant, and the amounts of such insurance shall be the minimum limits as follows: Automobile Bodily Iniury Liability & Property Damage Liability · $1,000,000 Combined single limit per occurrence (each person, each accident) RFQ #0801 SR 50 Utility Relocation 6 . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City ofOcoee Com1Jrehensive General Liability (Occurrence Form) - This policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Consultant is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE · $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE · $1,000,000 PERSONAL & ADVERTISING INJURY · Include Waiver of Subrogation in favor of the City ofOcoee Subconsultant's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Consultant shall require each sub consultant to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subconsultants in the Consultant's policy, as specified above. Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent consultants and are directly imposed because of the named insured's general supervision of the independent consultant. The Consultant shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City ofOcoee as the Named Insured. Contractual Liability: If the project is not bonded, the Consultant's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. · $1,000,000 PER OCCURRENCE · $2,000,000 AGGREGATE Commercial Umbrella: · $1,000,000 PER OCCURRENCE · $2,000,000 Aggregate · Including Employer's Liability and Contractual Liability Builders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Consultant upon notice of award. These shall be completed by the authorized Resident Agent and RFQ #0801 SR 50 Utility Relocation 7 returned to the Office of the Purchasing Agent. This certificate shall be dated and show: · The name of the Insured consultant, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. · Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premmm. RFQ #0801 SR 50 Utility Relocation 8 ACQBD. D4 TE IMWDDIYYVY} CERTIFICATE OF LIABILITY INSURANCE FR2HD.1J 11 04 04 THIS CERTIFICATE IS ISSUED M A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTII'ICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TERTHE COVERAGE AFFORDED BY THE POLICIES BELOW. "I.OOUCU INSURERS AFFORDING COVERAGE I NAIe . I I~SURED l~""._.~'-._~:!.!-_H Contractor's Nama Addre.. =;~ --- ---~ ~==~=t-=~=-- INSlIREFlE: COVERAGES A&CNE fOR THE POLICY PEAtOO INOICATEO. ~TWITHST,,\NOING TWE POUCIES OF INSURANCE LISTED IElOW HAVE BUN ~ ~~: ~~ ~~ RESPECT TO WHiCH tHIS CERTifICAtE MAY BE. rUUEO OR ~=~~~T~~eC==DC:~E~ QESCRtWJHEJWN1S SUBJECT TO All n;e TEAM$, E,l(CLUSION$ ANDCOHDlnDNS OF SUCH POLICIU, AGGREGATE LIMITS SHOWN ......yHA~ BEEN REOUCEO IY PAID ClAIMS, "_ I~r.: ~~ TVP1! QfllHSURAHeE roucv NUMlI!R DA DA E ~ElW. LlAllLITY _ ! I X i X COMt.llERClAl. GENERAl. UAalUT't' I ~CVJWSMAOE [!]~: I I r(iN'l"'G('oRE~e~~ --, POLICY IX I Jeer n lQC ! IAUTOfotOa&l..I!LlHIILIf'" I ~i---l "NY AUTO ; ALL OWNED AUTOS . SCHEDUlEO AUlOS I ,-X HIRED ,.,UTOS . \ L!.. NONoQWNEO AUTO.s h.---.---- -.-- I OAltM2 UAB&UTY R-A/fYAUTO lexCISWMaRElLA lWSIlfTY X (!J OCCUR 0 C........MAD< I Hh DEDUCT18Le : RETENTiON S WOl\KeAS COMPENSATION AND IMPI.O'flJltll'lli.alUT'Y ANY PROf'NETORfP'AATNfPJOECUTIW OFFlCEAiMEMBER EXClUOED1 ;~='=~NSbelow OTkl!'ft I EAC>i OCCUMENCE ! PMMISesIE.~L" I MEa EXP (My OM' pmoon) PERSONAL & ArN INJUWf GENEAAl_"'QGRJ.7.~TE PRODUCTS. COMP/OP AGO UMlTS .1,000,000 .50,000 . 5,000 $1,000,000 '2,000.000 .2,000,000 ~~?~~"GL'=-~.~~~~~__ BOQllYlJoUlJR't' S :~~__u._.~..".......__u____._._._ : BOOIL Y Ili..'URY S ~-~-- I PROPERYV QAMAGE S IP.,'cCt1MInl) ;.uTO ONLY. f.A ACC'DE.NT 1--- - - -- O~e.FlTHA.N E/\,t,CC AurO ONLY' AGO EACH OCCURRENCE AGGREGATE . . . .1,000,000 . 2,000,000 . . - -- . JUrORYLlMlT 1\,l~R. ~~.~HACCim;~ s 500,000 ~1sv.sE.EAEMPlOYEE S 500,000 I e.L.OlSf.ASE.POUCYUMIT s 500,000 Builders Risk I ! DE-5C-R~1lON OF O'UATIONS IlOCATlJH:5' YEHlC1..U I txCLUSIOMS ADDED 8Y tHDOASENiHT I SPECIAl. PROVI$ONI The in8urance evidenced by tbi. certificate shall name the certificate holders aa an additional in.ured on the General Liability. Umbrell. Liability. Workero' Compenootion, Emp1oyero' Liability M General Liability shall contain a Waiver of Subrogation in favor o~ tbe cartificate holder. The certificate ho1dar 10 added eo e nm:d inu:Bl fi:r B.Ii.lCB:B RiSe. I Any 1 Lac kny 1 Qcc 100,00:> l,OOO,OOO CERTIFICATE HOLDER CANCELLATION ocon01 &I-IOULD Nf'( Of' TWI..lBOVI DUCRJIlEO 'OlCU III CAHCI.\.l,.IQ al,oe THE!JU>tAAnQro. CJ.I,Tl! THt:ftEO', nte: IISIJIHO IHSURI!II: WILL ENDIAYOA TO M.A.tL !.!.-- DA't'S WlUTTIH NOT1CI!lO Tl11l C!fI1"IACA.T! HOLDER HAMID TOTHI Ll!1'T. aUT FAILURE TO DO IOIHAlL IIlI'OU NO OlllGATION OR UABllrTY CW NfY toHO UPON TH! IN$URlR, ITS AGlKTS ()It RIPRIESEHT AT1VU. AUTHORlZHl MPJUtIENT ATlVE City of Oeou 150 N. Lake.hon Drive Oeo.. 7L 3.761-2~5B ACORD 25 (20011081 $I+#-PI. C C ACORD CORPORATiON 198! B. BACKGROUND The City is soliciting statements of qualifications from interested professional engineering firms to assist the City in developing plans to relocate stormwater, potable water, and sanitary sewer relocation design services associated with widening of State Road 50 from the Western Beltway (SR 429) to Good Homes Road. The City of Ocoee is being required to vacate the State right of way in order to make room for roadway improvements scheduled at an unknown pointing the future. The Florida Department of Transportation has already begun condemnation proceedings on several RFQ #0801 SR 50 Utility Relocation 9 -l City-owned properties and easements. The City is presently under contract with MACTEC Engineering & Consulting, Inc., to survey the affected parcels and easements to identify existing City-owned facilities that may be impacted by the SR 50 project. The results of that survey are not yet available. . C. SCOPE OF SERVICES The selected Consultant will assist the City by supplying stormwater, potable water, and sanitary sewer relocation design services associated with widening of State Road 50 from the Western Beltway (SR 429) to Good Homes Road. The City of Ocoee is being required to vacate the State right of way in order to make room for roadway improvements scheduled at an unknown pointing the future. Directional boring or other underground construction methods will likely be required for construction. The City anticipates that geotechnical work will be a mandatory part of the design process. The City's preferred geotechnical firms are L.J. Nodarse & Associates, Inc., PSI, Inc., and Universal Engineering Sciences. It is also possible that the selected firm will be responsible or assistant in the identification and acquisition of easements and rights of way for the placement of relocated facilities. Surveying services may be required for this work and for design activities. The City's preferred surveying firms are MACTEC Engineering & Consulting, Inc., Weidner Surveying & Mapping, P.A., and Southeastern Surveying & Mapping Corp. The City may also contract directly for geotechnical and surveying services and supply the finished products to the design firm. D. SUBMITTALS Qualification Packages shall be designed to portray to the City how the Respondent's range of services can best achieve the anticipated Scope of Services. In order for the City to evaluate the Qualification Packages, each Respondent shall provide information relative to their ability to provide services that will best meet the needs of the City. The required submission materials shall include the following: I. Firm/Team's General Qualifications · List of firm's employees that are proposed to use on the project, their qualifications, and their role for the services required. · Firm's and employee's certifications and registration with regulatory agencies, professional organizations, etc. · List of firm's subconsultants, their qualifications, and their role in this project. · List of firm's other current or recently completed similar services within the past five 5 years. · List of the modeling software packages in which the firm has expertise. · List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. RFQ #0801 SR 50 Utility Relocation 10 II. Proiect Teams Specific Qualifications . Project Manager education, experience and any special consideration . Key Project Members education, experience and any special consideration . Firm's Project organization and coordination structure III. Anticipated Detailed Scope of Work . Overall Plan of Action . Description of Work Tasks IV. Proiect Schedule . Overall project schedule . Milestones . Submittal Dates . Staff and Commission Meetings V. Completed Standard Forms 254 & 255 . Project Team . Key Subconsultants E. EVALUATION CRITERIA Qualification Packages will be reviewed and evaluated by a Selection Committee and a short-list of qualified firms may be invited to make a formal presentation. The Qualification Packages will be reviewed and evaluated in accordance with the following criteria and weighting factors: 1. Experience with similar projects 2. Past ability to deliver a project on budget & time 3. Overall experience 4. Project approach 5. Projected workload 6. Certified Minority Business Enterprise 7. Office Location 30% 20% 15 % 15 % 10% 5% 5% Information supplied by client references may be used in determining the relative merits of a Respondent under any and all of the above-listed criteria. F. SELECTION PROCEDURES & CONTRACT NEGOTIATIONS The criteria for selection shall be based on the criteria listed above, including the firm's qualifications, location, past performance, and reference check. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary. The City shall be the sole judge of the competency of Respondents. RFQ #0801 SR 50 Utility Relocation 11 A City selection committee will evaluate each respondent's qualifications and will short- list and recommend to the City Commission up to three firms in ranked order of qualifications based upon the selection committee's evaluation of the proposals and any client references. All Respondents shall be notified via electronic or other means of staffs recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. The City will attempt to negotiate an agreement with the top-ranked Respondent. If no agreement is reached with the top-ranked Respondent, negotiations will be terminated and initiated with the second-ranked Respondent, and so on, until an agreement is reached. The successful Respondent shall be required to execute an agreement which provides, among other things, that all plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and submitted to the City Commission for approval, and subsequent executed by both parties. G. SCHEDULE The following is the anticipated schedule for this procurement: 1. Advertising ofRFQ 2. Last Request for Information 3. Submittal Deadline 4. Recommendation to City Commission 5. Contract Award by City Commission September 23,2007 October 15, 2007at 5:00 P.M. October 23, 2007at 2:00 P.M. November, 2007 November-December, 2007 Dates are subject to change at the City's discretion H. BID PROTESTS The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file a Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) the Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the staff s recommended ranking of Respondents to the City Commission. RFQ #0801 SR 50 Utility Relocation 12 3. After a Bid Protest has been properly filed with the City, the City, by and through its Purchasing Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. . END INSTRUCTIONS RFQ #0801 SR 50 Utility Relocation 13 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0801 ENGINEERING SERVICES FOR SR 50 UTILITY RELOCATION Confidential Disclosure A2reement This Agreement is entered into by and between (hereinafter "Recipient") and the City of Ocoee (hereinafter "City"). Recitals WHEREAS City needs to disseminate certain building plans, blueprints, specifications, schematic drawings, and diagrams, including draft, preliminary, and final formats ("design information"), in order for the project to be designed and constructed pursuant to RFQ #0801 Engineering Services for SR 50 Utility Relocation (the "project"); and WHEREAS, such design information is exempt from public records disclosure requirements of s. 119.011 (1), Florida Statutes, and s. 24(a), Art. I ofthe Florida Constitution, which provide that design information made exempt by law may be disclosed to another governmental entity if disclosure is necessary for the receiving entity to perform its duties and responsibilities; to a licensed architect, engineer, or consultant who is performing work on or related to the water treatment facility; and that the entities or persons receiving such information shall maintain the exempt status; and WHEREAS the Recipient is willing to receive disclosure of the design information pursuant to the terms of this Agreement for the purpose of bidding on the project and/or performing design servIces; NOW THEREFORE, for good and sufficient consideration the Recipient agrees as follows: 1. The above Recitals are acknowledged by the Recipient and are incorporated herein by reference. 2. Recipient agrees that it shall prevent and protect the design information, or any part thereof, from disclosure as a public record and shall not disclose the design information to any person or entity other than one having a need for disclosure in connection with Recipient's authorized use of the design information for the purposes of submitting a response to the bid solicitation. 3. Recipient agrees to take all steps reasonably necessary to protect the secrecy of the design information, and to require all entities or persons receiving the design information to maintain its exempt status and to prevent the design information from being disclosed as a public record or coming into the possession of a person or entity that is not authorized. RFQ #0801 SR 50 Utility Relocation 14 4. Recipient agrees that all design information shall remain the property of City. All design information and all copies thereof shall be returned to the City not later than thirty (30) days after the bid opening together with a list of all of the names and addresses of all entities or persons to which the design information has been disclosed; or, in the case of a designer, not later than thirty (30) days after the project is finally completed.. Dated this day of ,2007. RECIPIENT Signed: Print Name: Title: Company: Address: Phone No: Date: Driver's License #: RFQ #0801 SR 50 Utility Relocation 15 COMPANY INFORMATION/SIGNATURE SHEET RFQ #0801 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMP ANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) . STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ #0801 SR 50 Utility Relocation 16 Mayor S. Scott Vandergrift c.enter of Good Lj . '\.\>e ~l~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank October 16, 2007 ADDENDUM NO: ONE (1) CITY OF OCOEE RFQ #0801 ENGINEERING SERVICES FOR SR 50 UTILITY RELOCATION This addendum shall modify and become a part of the original RFQ documents for the engineering services for SR 50 Utility Relocation. Respondents shall acknowledge receipt of this Addendum in the space provided on this addendum. Failure to do so may subject the Respondent to disqualificatIOn. Chane:es and/or Clarifications to the RFQ documents are as follows: 1. Question: The RFQ does not specifically state that the City intends to enter into a Utility Work by Highway Contractor agreement with FDOT. Is that the City's intent? Answer: The City, at this time, is interested in determining the extent of the utility relocation work required as a result of the FDOT proposed widening of SR 50 and/or related projects, move into design and permitting of the required relocations, and either performing the relocations its self or with our contractors or negotiating with FDOT to JP A some or all of the required relocations. 2. Question: Several times the RFQ mentions relocation of stormwater facilities. Is this because the water and wastewater facilities are going to be relocated to easements? Normally, the stormwater facUities are owned by FDOT and therefore their responsibility. Answer: The State Road 50 stormwater facilities are owned by FDOT. However, the relocation of City-owned utilities may require the relocation of City-owned stormwater facilities elsewhere; i.e., not in the SR 50 ROW. Relocation may be at some distance from SR 50. 3. Question: On Page 10, one of the qualifications criteria is the modeling software packages in which ~he firm has expertise. Is there any hydraulic modeling being considered for the project and does the City have a software preference? Answer: The City presently has a contract with Reiss Environmental for small- scale studies and hydraulic modeling. It is possible that the selected firm may need to work with the City's model being maintained by Reiss or produce its own sub- system model. 4. Question: Since the SF 254/255 has been replaced by the SF 330, is it possible to use the SF 330? Answer: Yes. City ofOco~e . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.t1.us 5. Question: On page 10, the RFQ states that the City anticipates that both geotechnical and survey will be part of the design process, and that the city has a number of preferred consultants. Will the city's preferred consultants be contracted separately by the city to perform geotechnical and survey services and these services not be part of the proposers' of RFQ #0801 scope of work? Answer: The surveying and geotechnical firms are to be a part of the consultant's team and under the consultant's direction during the project. The City requests that our surveyors and geotechnical firms be used unless there is a reason that they can not. 6. Question: Could you please tell us if the above mentioned RFQ would require any Right- of- Way acquisition services? Answer: The City does not have that information at this time. Based upon the engineering design for the relocation of existing facilities, there may be easement and ROW issues. The RFQ is looking for design services at this time.. , PB Purchasing Agent All respondents shall acknowledge this addendum by completing the section below and attaching to the front of your qualification package. Respondent: Signature: Name: Title: