HomeMy WebLinkAboutItem #15 Appointment of commissioner to Selection Committee for RFQ #0901 Continuing Contracts for Engineering Services
AGENDA ITEM COVER SHEET
Meeting Date: November 18, 2008
Item # , 5
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
~
---
Subject: Appointment of Commissioner to Selection Committee for RFQ #0901 Continuing
Contracts for Engineering 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 responses received for RFQ #0901 Continuing
Contracts for Engineering Services. The selection committee meeting is tentatively scheduled for
Tuesday, January 13, 2009 at 10:00 a,m.
Issue:
Appointment of Commissioner to the Selection Committee for RFQ #0901.
Recommendations
Staff recommends that the City Commission appoint a Commissioner to serve on the Selection
Committee for RFQ #0901 Continuing Contracts for Engineering Services,
Attachments:
1. RFQ #0901
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 Deaf Use:
Consent Agenda
_ Public Hearing
Regular Agenda
Original DocumenUContract Attached for Execution by City Clerk
Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
dfLJtJ-
N/A
N/A
N/A
Mayor
S. Scott Vandergrift
(enter of Good L .
<\,'r>e Jf?i~
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) #0901
CONTINUING CONTRACTS FOR
ENGINEERING SERVICES
City ofOcoee. 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" #0901
CONTINUING CONTRACTS FOR ENGINEERING 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 engineering
firms or individuals that are interested in providing general engineering services for engineering
related planning, public works and utilities projects for studies, design, plans production,
construction management, traffic impact analysis, and other miscellaneous engineering and
planning projects.
The City intends to award continuing contracts to no fewer than four (4) firms deemed to be the
most highly qualified to perform the required services, In addition, it is the City's intent to select
two major and/or mid-level firms, and two small firms or individuals. In determining whether a
firm or individual is qualified, the City shall consider such factors as the ability of professional
personnel; whether a firm is a certified minority business enterprise; past performance;
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 engineering 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 December 10,
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, companies and/or individuals interested in providing the engineering services shall submit
one (1) original hard copy and five (5) electronic copies of their qualifications. The copies shall
be submitted in a fully electronic form on a CD-ROM as an Adobe PDF file, version 5 or later.
Submit qualification packages 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
RFQ #090 I - Continuing Engineering
2
Phone: (407) 905-3 I 00 x 1516
FAX number: (407) 656-3501
jto I bert@ci.ocoee. n, us
No/ax or e-mailed submissions will be accepted.
Thc City through written inquiries only, directed to the Purchasing Agent, will rcceive qucstions
regarding the RFQ. Dcadline for receipt of written inquiries will be Dcccmber 1, 2008 at 5:00
p.m.
Interested firms may secure a copy of the RFQ documents through Demandstar by accessing the
City's website at www.ci.ocoee./l.us under Bids/Vendors, or copies are available from the
contact person identified above for a non-rcfundable reproduction and/or administrative fcc
of $20.00. Checks should be made payable to the City of Ocoee. Copics via e-mail are not
available and partial sets of RFQ documents will not be issued.
Firms or companics intcrested in providing the engineering services may be disqualified if they
have contacts with the Mayor, City Commissioners. or any City stafl' other than person identitied
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
CATI:GOR Y TWO for a period of 36 months from the date of being placed on the convicted
vendor list.
City Clerk
November 9,2008
RFQ #0901 - Continuing Engineering
3
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0901
CONTINUING ENGINEERING SERVICES
A. INTRODUCTION
1. The City of Ocoec, Florida, in conformance with the Consultants' Competitive Negotiations
Act (CCNA), Florida Statutes Section 287,055, and thc policies and procedures of the City of
Ocoec (City) is soliciting statements of qualifications from qualified professional engineering
firms or individuals that are interested in providing general engineering services for various
enginecring related planning, public works and utilities studies, design, plans production, and
construction managemcnt services, In accordance with the CCNA, the work contemplated
under these continuing contracts will be limited to routine tasks related to construction
projects expected to cost no more than $1 million, for studies not costing more than $50,000,
and to those tasks explicitly listed below without regard to the cost of the work or any
subsequent construction. Engineering services related to any project that does not fall within
these categories will be separately solicited as an individual effort in conformance with the
CCNA,
The City intends to award continuing contracts to no fewer than four (4) firms and
individuals deemed to be the most highly qualified to perform the required services. It is the
City's intent to select two major and/or mid-level firms, plus two small firms or individuals,
Each continuing contract shall automatically be renewed annually, for up to a maximum of
five (5) total years, unless otherwise terminated by either party, in writing, givcn 30 days
notice
2. Interested firms or individuals must be experienced in providing engineering services for
projects of a scope and nature comparable to those described, Use of qualified sub-
consultants for specialty work is acceptable. To be considered, the firm or individual shall be
a licensed professional in accordance with Florida State law and be familiar with all
applicable Statc of Florida, St. Johns River Water Management District, Orange County and
City of Ococe codcs, rcgulations and laws. Please include a copy of all applicable licenses
held by firms or subconsultants proposed to perform work,
3, All contacts rcgarding this solicitation shall be made to Joyce Tolbert, Purchasing Agent, in
writing, no later than 5:00 P.M., local time, on December 1, 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.
RFQ #0901 - Continuing Engineering
4
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 forty (40) 8.5"x
11" pages (including resumes and 2-page cover letter but excluding front and back covers,
Forms 254/255 or 330, dividers, and Company Information Form), single-sided, portrait
orientation, 12-point font. Any Qualifications Package fail ing 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 Decem ber 10, 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 I-Iall 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. Firms, companies and/or individuals interested in providing the enginecring services shall
submit one (I) original hard copy and five (5) electronic copies of their qualifications each
on a separate CD-ROM as an Adobe PDF file, version 5 or later. Qualification Packages
shall be submitted to the City of Ocoee in one scaled package, clearly marked on thc outside
with the appropriate RFQ number and closing date and timc, 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
itol bert@ci.ocoee.n.us
No/ax or emailed 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 expectcd 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
bctween receipt of the Qualification Package and subsequent Commission action,
8, The City rescrves 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
RFQ #0901 - Continuing Engineering
5
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.
II. 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 projcct and, in the evcnt any work is sublet, the Consultant shall require
thc subconsultant similarly to provide Workers' Compcnsation Insurance for all of the
lattcr's cmployees unless such employees are covcred by the protection affordcd by
the Consultant. Such insurance shall comply fully with thc Florida Workers'
Compensation Law, In case any class of employees engaged in hazardous work under
this contract for thc City is not protected undcr the Workers' Compensation statute,
the Consultant shall provide, and cause each subconsultant to provide adequate
RFQ #0901 - Continuing Engineering
6
insurance, satisfactory to the City, for thc protcction of thc Consultant's employees not
otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee.
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 thc Consultant and thc 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 anyonc dircctly or indirectly cmployed 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 (cach 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 (Occurrencc Form) - This policy should name the City
of Ococe 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 thc 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
performcd for the named insured by independent consultants and are directly imposed
bccause of thc 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, thc Consultant's insurance shall also
include contractual liability coverage to insurc thc fulfillmcnt of thc contract. NOTE:
PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY
INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
RFQ #0901 - Continuing Engineering
7
. $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 (I) Location
· $1,000,000 Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming
the City of Ocoee as an additional insured will be furnished by the Consultant upon
notice of award. These shall be completed by the authorized Resident Agent and
returned to the Office of the Purchasing Agent. This certificate shall be dated and
show:
· The name of the Insured consultant, the specific job by name and job number,
the name of the insurer, the number of the policy, its effective date, its
termination date.
· Statement that the Insurer shall mail notice to the Owner at least thirty (30)
days prior to any material changes in provisions or cancellation of the policy,
except ten (10) days written notice of cancellation for non-payment of
premIUm.
(remainder of page left blank intentionally)
RFQ #0901 - Continuing Engineering
8
A'-O.B(J.
CERTIFICATE OF LIABILITY INSURANCE OPID J91 .,.."'...;o""~'"
FRAZE.1 _ ..llLQ.4 04
I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOHMATION
I ON LV ANO CONFeRS NO RIGHTS UPOPi THE CERTIFICATE
I HOLDER. THIS CERTIFICATE ODES NOT AMEND. EXTEND OR I
p~_l',~::~~~~~;;:,~,N, G,-,:, ~,:;~:"D,_,~, ~=~:O_L,}~I~~ (~,~:,O,~,:~_, -~
~N~.~.. .':'I_.!!..!!. ~..~l.llf .~~...!~tl'.___...~. ___~~. ..__...._
i 1I'AAJIl'l(1~ /1. .
G~~~"=--, "~~~~-:-~=~__~_-~I:-:.--...=
! IHSUH(R f..
IiJol,OC.U::U
,.
IIl<tSij'il.fO---~-....
. Contractor's NAmQ
I Arldreil8
I
COVEAAGES
r",1: PO<.lCliS OJ IJ.lSUPAM:1!' U,'ni:O fli~OW ~IAVE fIEf.,.. iSSUtD 10 TWE IMi,;~) "l'u"~V ,,8O\It'OH TkE PCt.lC'" PERIOO 'h~TtO. NQf'WrlH$'fAttO'''iC
.vI'" qiW~IlIF.JAi;"l'. T(rtu OR COHOOION Of A.>4't ~r 0'- OTH[fI OOCUilIENT 'Hm.. ~E!PB:T TO .,.11;Cti nlls CERflf<C,l.lt: MAY .E '~uEO 0101
lNIY PiRTAIN. THE 1t1$lJ'VoNCli N-fORQ(06VT)olf PQt.lClliS OESCMI"O ttt;.AflN 'S ~uR.,;lCr TO AU 'I-<'; TE~. UCl\J$KlNSMO CCNOifICIiSO' $UCI"
~>CJES. "GORE-GATt lJ),lffS SHOWN ~V ~"YJi 8l::Ep.; lIlew"...fD IW P"lO CLAWS
.~~._........_.;;;~~.;. ~T--"-'~~;;~-!'~~~'!'~~~~"-'---'-'.' LlMllS
! 'afIoolE~LLUIUTY I ! i IEACl'IO':CUAAEt.lCf' 1,000.000 1
' X ~1Cj;~~~:::'I~r= 'I t~~~~-=..:-}:~~~-o--~:'=
I ;. I lpf.RSOML4"'rNlNJlJ~"" 51.000,000 ,
~~l:::'~~~~;:~'f .:;;~; l F:~~~;~2;~L~~~:~~~ -I,!
~",,';y0<''''1~i rcoc I I
iiO.::~:~"'"''' I~~~~!'::_~'~_"_' 1:0,00_:.000 '-1
_..; ".U Q'ltt.i!O"'u'l'os BooiL Y ltiJ~~V I
p-""" ~"EOULEC"'Lt()S l~~-) \
~ ::::::.:_... ---I ~;:l~.-'~=~
r~-~:~:'" -}~~~e~:,~:-= ==1
I ! X ~=C:::"'fJ^::''''r., .-.-- ~!~~~~~~~~j
;=! :~:;:'E f..----------;------I
: YvQA.iAS cow,..UfIONAMO ~!C il~~~~~.I~l~~..l~l~_
I u'"'1.0....'.I'I' LVo.alllTV
,...,y PROf"~IE.TOIV......~T...e.~'O_El;vTIVE i ~L F....CH .lCCI'XNT , S 00 . 000
c~rlCt:R.~,'-4&ilol ~LUCfD'I r;:-c:~e-:;;~~~o~u-i-5.o.o;Oo.o.-
! ~~~~.:~~!S~~~_ ._+__.. _F~;;O;;C;~';:;;;-;-500;0co
81Jildtllr" Ritll-t Any Loe l00,CXJJ
i I Any Oeo J., 000, coo
t>UCRJPnoW Cr5' OPfltATlOWS j lo<::"TlOloIS lVo>>c'o.U IlXCl.U';ClU A.DOfO BY EHDO'U'UEHT 111EC""1. P~~'
Tro" ina\1rance evidenced by thia certificate .hall n4IJl,tIi the c.rti!icato
I holders a& An additional in.ured on the General Liability , ~rell.
1 Liitbility. WorKor,' Compen..tion, bp10yerel Liability" Genlllral Litlb'!.lity
shall oone.tdn .. Waiver of Subrogation in favor ot the certitioat.e hold.r.
rhe certitic:ate holder 1u added all . rmai iruxaJ fa:" B...rl..ld:n; Ria<...
CANCEl.l.AnON
~T1FlCAT~ HOLOER
I
\
~HOVlO -.,.'1 OF no!! A&Olo'l! OUClIltfU!O il'OLlClU" C;.v.C(I.~l::1 U'Olllf 'Off" f).~tft.Ano"
DArE l"'l.ll!Q', THe IJlo\oll'tO ""V"l'- "'ll~ 'NOU."'O" TO......lo. :..L P",U WIIlrrr"f:H
1I0T11:r; TO T~l! Ct:IIITlnCATf: ~0lDf!f,l "'''''''0 TO 'Mil U"~. 9tJT '''';.l.;RI! TO 0() so Slo\Al..l
lMl"03l! NO OIt..IGAT.oH Oil: l\A8ILffY OF A/tv IOJoIO UItOH r~! If''i$URER,1l5 AC,;EIolTS OM.
OC021<Ol
Ci ty 0 f OC08e
150 N. ~ake.nore Drive
Oco.. PL 34761.2258
RIPAUi.J'IITATrYU.
AlJTHUotllW R"il"fl.UIN'T"TNf.
.----....---".
';;'CORD 251~C01l0Bl
''0 'ACORO CORPORATION 1.9S(
S~MPt.1F
RFQ #0901 - Continuing Engineering
9
B. BACKGROUND
The City intends to award continuing contracts to no fewer than four (4) firms deemed to
be the most highly qualified to perform the required services. In addition, it is the City's
intent to select two major and/or mid-level firms, and two small firms or individuals. In
determining whether a firm or individual is qualified, the City shall consider such factors
as the ability of professional personnel; whether a firm is a certified minority business
enterprise; past performance; 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 thc principle
of selection of the most highly qualified firms, Firms selected by the City will provide
cngineering 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
rcncwed 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 oC but will not necessarily be limited to: data collection, planning
and cngineering studies, design, preparation of construction plans and special provisions,
and construction phase enginecring services for rchabilitative or new construction.
Typical assignments may include, tasks like the following:
Engineering Design Services
Tasks for services under this topic may include but are not limited to:
. Preliminary analysis & conceptual design of minor engineering projects
. Plan production services in the latest available version of AutoCAD
. Minor roadway and intersection design and preparation of related plans and construction
documents
. Minor drainage infrastructure and pollution abatement design and preparation of plans
and construction documents
. Replaccment and/or upgrade of sanitary sewer lift stations and associated force mains
. Extension of sanitary sewer service to existing areas on septic tanks or developing areas
. Extcnsion of reclaim water mains to retrofit existing developments
. Extcnsion and/or replacemcnt of neighborhood water distribution systems
. Replacement of undersized or nonconforming material water mains
. Dcsign and preparation of plans and documents for new walls and rehabilitation of
existing walls
. Dcsign of park structures and/or review of structure designs dcvclopcd by City staff
. Post-design serviccs
. Preparation of as-built drawings and other surveying tasks
. Miscellancous engincering design services
RFQ #090 I - Continuing Engineering
10
Engineering Studies and Services Other than Design
Tasks for services under this topic may include but are not limited to:
. Reuse watcr service studics and planning
. Wastewater collection master plan
. Capital improvements and infrastructure rehabilitation master planning
. Stormwater infrastructure planning & analysis
. Sidewalk need assessment & planning studies
. Traffic impact analyses associatcd with proposed development
. Traffic mitigation planning studies
. Watcr and wastewater treatment processes
. Assistancc in development review under the City's Land Development Code
. Assistance with preparation and modification of the City's Comprehensive Plan and
related activities
. Miscellaneous engineering planning services
Non-engineering Technical Services
Tasks for services under this topic may include but are not limited to:
. On-site inspection of construction work by cngineering technician
· Production of CAD drawings without related design services
. Printing and copying of design documents
. Ficld compilation of data for inventory mapping and facility management, and/or the
transformation of such data to a form suitable for use in ArcGIS or AutoCAD.
. Crcation of 3D illustrations and other graphics for public involvement activitics
Intcrested firms or individuals must be expericnced in providing enginecring scrvices for
projects of a scope and nature comparable to those described. Use of qualified sub-
consultants for specialty work is acceptable. To be considered, the firm or individual
shall be a licensed professional in accordance with Florida State law and be familiar with
all applicable State of Florida, St. Johns River Water Management District, 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.
D. SUBMITTALS
Qualilication Packages shall be designed to portray to the City how the Respondent's
range of scrvices can best achieve the anticipated Scope of Services. In order for the City
to evaluatc 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:
RFQ #0901 - Continuing Engineering
I I
I. Firm's Qualifications
. List of all firm's key employees, their qualifications, and their role for the City services.
. Firm's and employee's certifications and registration with regulatory agencies,
professional organizations, ctc.
. List firm's sub-consultants, their qualifications, and their role in this project.
. List of firm's other current or recently completed simi lar serviccs within thc past two (2)
years with other public or private agencies,
. List and quantity of firm's (and firm's sub-consultants, if applicable) equipmcnt,
including CADO Workstations, Traffic Counters, etc,
. List of at least three (3) client references to include organization name, contact person,
telephonc number (s), and e-mail address.
II. Firm's Office Loc~ltion
. List the location of all offices (tirm and sub-consultants) involved with this project and
approximate distance (in miles) and time (in hours) to Ocoec City Hall.
III. Other Required Forms
Thcse forms are required of the firm and KEY sub-consultants:
. Forms 254/255 or 330.
. Summary of Litigation
. Minority Busincss Enterprise Certification, if applicable.
. Addenda Acknowledgement, if applicable.
. Company Information/Signature Form.
The City reservcs thc right to accept or reject any or all submittals that it may, in its sole
discretion, deem unresponsive, or to waive technicalities, as 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 rcsponsibility for such cost incurred by the consultant.
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,
RFQ #0901 - Continuing Engineering
12
E. EV ALUA TION 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 expertise of the firm to provide requested services 40%
. General civil
. Roadway and other transportation
. Environmental and storm water
. Potable water, sanitary sewer, and reclaimed water utilities
. Planning
. Parks & recreation
2. Past performance and experience of the team members 25 %
3, Ability to mcet time and budget requirements 15 %
4, Affect of legal action against the firm 10%
5. Location of the office and proximity to the City of Ocoee 5%
6. 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
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 four (4) 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 staffs recommended ranking of firms to the
City Commission, The City Commission's decision to endorsc or modify the ranking by
stafr shall be final.
The City Commission will select at least four (4) firms for contract negotIatIOns.
Selected firms need not be able to supply all listed services. Firms may be selected
because of their expertise in particular areas of engineering, such as roadway design or
utility system planning, or for the breadth of their competencies. Firms may also be
selected based on the size of the firm, with both smaller and larger firms included in the
RFQ #0901 - Continuing Engineering
13
list of thosc selected for contract negotiation. Thc City Commission's dccision shall be
final.
All succcssful Respondents shall be requircd to execute an agreement that provides,
among other things, for all plans, drawings, reports, and specifications that result from
Respondent's services to 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 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
rclicf.
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 protcst 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. I f 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 thc 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
Protcst may be based upon questions concerning the design documents, The
Biddcr shall clarify all such questions concerning the design of the project prior to
submitting its bid,
END INSTRUCTIONS
RFQ #090 I - Continuing Engineering
14
COMPANY INFORMATION/SICNATURE SHEET RFQ #0901
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU I-lAVE 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.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
AUTHORIZED SIGNA TlJRE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
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 Publ ic
RFQ #0901 - Continuing Engineering
15