HomeMy WebLinkAboutItem #12 Appointment of Commissioner to Selection committee for RFQ#0802 Continuing Contracts for Landscape Architectural Services
AGENDA ITEM COVER SHEET
Meeting Date: March 18, 2008
Item # 1c1
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
Subject: Appointment of Commissioner to Selection Committee for
Contracts for Landscape Architectural Services
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 #0802
Continuing Contracts for Landscape Architectural Services. The selection committee meeting is
tentatively scheduled for Wednesday, April 16, 2008 at 10:00 a.m.
Issue:
Appointment of Commissioner to the Selection Committee for RFQ #0802.
Recommendations
Staff recommends that the City Commission appoint a Commissioner to serve on the Selection
Committee for RFQ #0802 Continuing Contracts for Landscape Architectural Services.
Attachments:
1. RFQ #0802
Financial Impact:
Type of Item: (please mark with an "x')
Public Hearing
_ Ordinance First Reading
Ordinance Second Reading
Resolution
Commission Approval
X Discussion & Direction
For Clerk's DeDt 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 ( )
,
d!Q.,#" Jet CJI---k5~
N/A
N/A
N/A
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mavor
S. Scott Vandergrift
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS
(RFQ) #0802
CONTINUING CONTRACTS FOR
LANDSCAPE ARCHITECTURAL SERVICES
City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fl.us
LEGAL ADVERTISEMENT
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0802
CONTINUING CONTRACTS FOR LANDSCAPE ARCHITECTURAL SERVICES
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 qualified professional Landscape
Architectural firms that are interested in providing general landscape architectural services for
beautification and public works projects, park design, streetscape plans, irrigation plans,
construction management, and other miscellaneous public improvement projects.
The City intends to award continuing contracts to no fewer than two (2) firms, if possible,
deemed to be the most highly qualified to perform the required services. In determining whether
a firm is qualified, the City shall consider such factors as the ability of professional personnel;
past performance; familiarity with City Codes; ability to interface effectively with other planning
and engineering contractors; willingness to meet time and budget requirements; location; recent,
current, and projected workloads of the firms; and the volume of work previously awarded to
each firm by the City, with the object of effecting an equitable distribution of contracts among
qualified firms, provided such distribution does not violate the principle of selection of the most
highly qualified firms. Firms selected by the City will provide landscape architectural services
to the City on an as needed basis, based upon task orders to be issued by the City under the
continuing contracts. The contracts shall automatically be renewed annually unless terminated
by the City in writing, for a maximum of five years from the date of the execution.
Qualification packages must be received no later than 2:00 p.m, (local time) on March 19,
2008, Any qualification packages received after the above noted time will not be accepted under
any circumstances. Any uncertainty regarding the time a qualification package is received will
be resolved against the Respondent. Qualification packages submitted after this designated time
will be returned unopened.
Firms or companies interested in providing the landscape architectural 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@cLocoee.fl.us
RFQ #0802 - Landscape Architectural
2
No fax or electronic submissions will be accepted.
The City through written inquiries directed to Joyce Tolbert, Purchasing Agent, will receive
questions regarding the RFQ. Deadline for receipt of written inquiries will be March 10,2008.
Interested firms may secure a copy of the RFQ documents through Demandstar by accessing the
City's website at www.ci.ocoee.fl.llS under BidsN endors, or copies are available from the contact
person identified above 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.
Firms or companies interested in providing the architectural services may be disqualified if they
have contacts with the Mayor, City Commissioners, or any City staff other than person identified
above about the RFQ during the submission or selection process.
Pursuant to Section 287. 133(2)(a), Florida Statutes, interested firms who have been placed on the
convicted vendor list following a conviction 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
February 24, 2008
RFQ #0802 - Landscape Architectural
3
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0802
CONTINUING LANDSCAPE ARCHITECTURAL SERVICES
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 Landscape
Architectural firms that are interested in providing general landscape architectural services
for beautification and public works projects, park design, streetscape plans, irrigation plans,
construction management, and other miscellaneous public improvement projects in which
construction costs do not exceed $1 million, The City intends to award continuing contracts
to no fewer than two (2) firms deemed to be the most highly qualified to perform the required
servIces.
2. Responding firms (Respondents) must be experienced in providing landscape architectural
services for projects of a scope and nature comparable to those described in this RFQ. Use of
qualified sub-consultants for specialty work is acceptable, To be considered, the firm shall be
a licensed professional in accordance with Florida State law and be familiar with all
applicable State of Florida, Orange County and City of Ocoee codes, regulations and laws.
Please include a copy of all applicable licenses held by firms or subconsultants proposed to
perform work.
MANDA TORY REQUIREMENTS:
. The City desires to contract with firms having an office location in the Central Florida
area within twenty-five (25) miles of Ocoee City Hall.
. The firm must be familiar with the Northwest Central Florida area and have verifiable
projects completed in this area.
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 March 10, 2008. 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 Qualification Package that consists minimally of a
Transmittal Letter, Statement of Qualifications, and Company Information Form. Please also
include a copy of all applicable licenses held by firms or key subconsultants proposing to
perform the work. Statements of Qualifications must be limited to a total of thirty-five (35)
8,5"x 11" pages (including resumes and 2-page cover letter but excluding front and back
covers, Forms 254/255, dividers, and Company Information Form), single-sided, portrait
RFQ #0802 - Landscape Architectural
4
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.
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 March 19, 2008. 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.
RFQ #0802 - Landscape Architectural
5
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
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 Subconsultant
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 subconsultant 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 subconsultant 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
RFQ #0802 - Landscape Architectural
6
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)
. 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 of Ocoee
Comprehensive 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 of Ocoee
Subconsultant's Comprehensive General Liability. Automobile Liability and Worker's
Compensation Insurance: The Consultant shall require each subconsultant 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 of Ocoee 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
RFQ #0802 - Landscape Architectural
7
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
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
premIUm.
(remainder of page left blank intentionally)
RFQ #0802 - Landscape Architectural
8
~.
CERTIFICATE OF LIABILITY INSURANCE
DATI IMM"ODNYVYl
FRAZll-l 11 04 04
THIS CI!IlTlFlCAT1! IS ISSUED /oS A MATTER Dl'INFORMATION
ONLY AND CONfERS NQ RIGHTS UPON THE CERTIFICATE
IIOUJER. THIS CERTIFICATE DOES HQT AMEND, EXT1!HD OR
AlTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
. NAle'
~"oouc..
IlIUIWUI AFFORD'NG COVERAGE
INluMO-
ia~~::~ tor I. Name
INSl..INiR A: All ..n ..tJ.., .... .r aM","
...........
.........'"
_D.
INSURER E:
THE PQlJCliS OJ INSI.JRNoICI LISTED IEl..OW HAVE &EEH lSIUED TO THE iHlUAlO NAMiDJ.IOVE FORTH! POUC'fPEAlOO lHDtCATeO. NOT'WI'THSTANOlNG
-.HV ItIQUtAEUlNT. 'fl..... OR CONDmON OF M'f COfrrIllVoCT OR O,.,...p DOCUWEHT WITH MlPECTTO WHICH TWIS C(RTFCA TE MAY III iSSu&O DR.
WAY PERTAIN, THe IHSURAACE N"fORDEO IV THE PQlCIES DOClUeeDtEI\flN IS !lUlJECT TO AU. TllE TERNS.I.'IlClUSfONS AND CONOITlOHI OF lSUCt1
PQ1.IClES. AGGREGATE U*MTI SH)WN....V HAVE HEN ,.DUCED 1'1" PAlO Cl..AIMS ..-
~. cw.: Tm! OP-..wfC1 P'OI..CY NU..vt .. ... uwrs
_..... UAAJTY ! EACI< ~NCE S 1,000,000
X ~elAl""'_lI'''''TY PMMlSES --, I 50,000__
ClAIMS IIU.DE (!] OCCUR 1ilEDEXf'\MyOllll)lt'1Otl) .5,000
I ';=1 . PfRJONAL &1DI1N,AJR't .1,000,000
I QEHEIW. AOOREGAnE $ ~,OOO,OOO
rr..:=rxl.;;n;;1 I'AOCIUCTa~ COM'lOP AGO ~.~,OOO,OOO
~DflOU.l UMP.Jn I COIltIlHEO SINGU LIMIT $1,000.000
r!- """ AUlD (l.l1ICI;lC_1
~- AU OWNeD AUTOa 8OOl. V INJURY $
I SCHEDUlED AUTO! (....'*"'"1
r- --
I r-!- HIRED AUTOS eoo,"VIfrUJ"'" $
e!- NOJ+<)WNED AIJ'TOS (P..~
---
L- ---.--- ,ItAOPeRTVCAMAGE $
, i (p.- .coo...tl
, GNtAQI! UA8lUTY I AUTO ON.'" . EA ACCIl)a(f . --
I R ANY AUTO O~MllW'l .....ce $
AUTO OH\.Y: AGO I
I ""eosw....,... ,........... I ! [""" OCCUMENC. 11,000.000
X ;!J OCCUR 0 """"" llAD' fNi~Ti . ~.OOO,OOO I
! R o<OCC""'. I I . _I
I , . 1
, , IlfTENTlOH S f- I
VlIORK!.AI COWIINUT1l)N .....D I X 1;;;1',"::'::-; I"..
u.uJ"tEU"~ EJ... EACH ACCIMPtT ---_._~..----,
AHY f"AOPf\JETOR/flARTNEl\'EXKUTM! .500,000 ,
OfF'~EXCUJDED1 IU.OISlA8I.UIWJlCVEE 1500.000
~-..=..- 1 E.L DISEASE. POlICY UMIT .500,000
"n... i
! Build.r. Rhl< I
1 I Any 1 Lac 100,<XXl
i i Anv 1 Occ 1,000,000
DtJCtIV1lQtrlI 0' ONRATtCHS/l.OCATIONl/VlHICI.UllXCl.lJSOrI.I ADOf.DIY lIC)OMOIIHT IIPICW. IItIlOYIIIOHI
Th. in.uranc. .vidanc.d by thi. c.rtifieat. .hall name the c.rtifieata
hold.r. a. an additional inaur.d on the a.n.ral Liability . Umbr.lla
Liability. Worker.' compen.ation, Bmplcyer.' Liability . a.n.ral Liability
.hall contain a Waiver of Subrogation in favor of the certificate holder.
The ~.rtilic&t. bolder i. add.d a. a nmrl irBnd fir IlJl.llB::s RI9t.
COVERAGES
City of oco..
150 N. Lak..hore Drive
000.. no 347n.~~51
CANCELLATION
OCO..Ol SHDU.DNf'fOfT.-A8OY'I OUCIUUD I"OUClU ..CAHCILI..ID lll'OUTl4f lJtJ'IRATlO'"
e>>.Tlll4&MOl', 1"Ha III\.IHO ItrlIUlllllll WlU. !NOI.A\IOfl! TO MI'IL ~ DAYS WRITTIJ'l
*'"CITOTMl!C~n HCJI.,DIJIN...oTOT"UIJT, IUT Ilt,lL.URl!! TO DO 10 JH,UL
IWOII! NO OIUOATIOH Oil UMlUT'l' Of INY toNO UI'Ofril 1m IHSUUR,lTl MENTI OR
_AT1\IU.
Al.I1'MOMH llDIlII&NT"nw
C ERTlFlCAl'E HOLDER
ACORD 251200'108)
S~PLIF
CI ACORD CORPORATION 1181
RFQ #0802 - Landscape Architectural
9
B, BACKGROUND
The City intends to award continuing contracts to no fewer than two (2) firms deemed to
be the most highly qualified to perform the required services. In determining whether a
firm is qualified, the City shall consider such factors as the ability of professional
personnel; past performance; familiarity with City Codes; ability to interface effectively
with other planning and engineering contractors; willingness to meet time and budget
requirements; location; recent, current, and projected workloads of the firms; and the
volume of work previously awarded to each firm by the City, with the object of effecting
an equitable distribution of contracts among qualified firms, provided such distribution
does not violate the principle of selection of the most highly qualified firms. Firms
selected by the City will provide landscape architectural services to the City on an as
needed basis, based upon task orders to be issued by the City under the continuing
contracts. The contracts shall automatically be renewed annually unless terminated by
the City in writing, for a maximum of five years from the date of the execution.
C. SCOPE OF SERVICES
The scope of work to be performed under task orders issued under the continuing
contracts may consist of, but will not necessarily be limited to, tasks similar to the
following:
Landscape Design
. Planting Plans
. Hardscape Plans
. Irrigation Plans
. Streetscape Plans
. Decorative Lighting Plans
. Amenity Package Plans
. Corridor Design Master Plans
Park Design
. Park Master Plans
. Infrastructure Plans
. Signage Plans
. Pathway Plans
. Recreational Facility Plans
Landscape Consultation
. Florida Friendly Plant Materials
. Arbor Preservation
. Code Input
RFQ #0802 - Landscape Architectural 10
. Engineering Interface
. Plant Material Identification
. Private Project Review
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's Qualifications
. List of all firm's employees, their qualifications, and their role for the City services.
. Firm's and employee's certifications and registration with regulatory agencies,
professional organizations, etc.
. List firm's sub-consultants, 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 with other public or private agencies.
. List and quantity of firm's (and firm's sub-consultants' if applicable) equipment
including CADD Workstations, etc.
. List of at least three (3) client references to include organization name, contact person,
telephone number (s), and e-mail address.
II. Firm's Office Location
. List the location of all offices (firm and sub-consultants) involved with this project and
approximate distance (in miles) and time (in hours) to City Hall.
III, Firm's Financial Information
. Tabulation of employee's current (base year) loaded hourly rates and anticipated annual
increases and hourly rates.
. Tabulation of all other charges and amounts which may appear or would be charged to
the City on the firm's invoices such as production charges, travel expenses, etc.
The City reserves the right to accept or reject any or all submittals that it may, in its sole
discretion, deem umesponsive, or to waive technicalities which best serves the overall interests
of the City.
Cost of preparation of a response to this RFQ is solely that of the consultant and the City
assumes no responsibility for such cost incurred by the consultant.
RFQ #0802 - Landscape Architectural
11
Any request to withdraw a Qualification Package must be addressed in writing as above. Such
requests must be received by the City prior to the deadline for submission.
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. Overall Experience of the Firm 20%
2. Past Performance and Experience of the Firm 15%
3. Past Performance and Experience with or in the City 15%
4. Past Performance and Experience of the Team Members 15%
5. Ability to Meet Time and Budget Requirements 10%
6. Affect of legal action against the Firm 10%
7. Location of the office and proximity to the City ofOcoee 5%
8. Projected workloads of the Firm 5%
9. Certified Minority Business Enterprise 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.
A City selection committee will evaluate each respondent's qualifications and will short-
list and recommend to the City Commission no fewer than two (2) firms (or more as
determined by the City) 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 staff s 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
RFQ #0802 - Landscape Architectural
12
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, 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 staffs recommended ranking of Respondents to the City
Commission.
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 #0802 - Landscape Architectural
13
COMPANY INFORMA nON/SIGNA TURE SHEET RFO #0802
F AlLURE 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
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
ST A TE
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 #0802 - Landscape Architectural
14