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: