HomeMy WebLinkAboutItem #05 Approval to Award RFQ #0901 Continuing Contracts for Engineering Services
AGENDA ITEM COVER SHEET
Meeting Date: April 7, 2009
Item # 5
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
jJJ;
--
Subject: Award of RFQ #0901 Continuing Contracts for Engineering Services
"
Background Summary:
The City's current continuing contracts for Engineering services will expire later in 2009. In compliance with the Consultants'
Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055,et seq. and the policies and procedures of the City of
Ocoee, the City solicited statements of qualifications from 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. The contracts shall automatically be renewed annually unless terminated by the City in writing, for a
maximum of five (5) years from the date of the execution.
Issue:
A ward Continuing Contracts for Engineering Services to the four (4) short-listed firms recommended by the Selection
Committee.
Recommendations
Staff recommends that the City Commission award four (4) Continuing Contracts for RFQ #090 I to Pegasus Engineering
LLC, Singhofen & Associates Inc., Inwood Consulting Engineers Inc., and CPH Engineers Inc., and designate CDM-
Camp, Dresser and McKee Inc. as an alternate if contract negotiations are unsuccessful with one of the four shortlisted firms,
and to authorize Staff to proceed with contract negotiations with the selected firms, and authorize the Mayor, City Clerk, and
staff to execute all necessary contract documents with these firms.
Attachments:
I. RFQ #0901
2. Pegasus Letter of Interest
3. S inghofen Letter of Interest
4. Inwood Letter of Interest
5. CPH Letter of Interest
6. Shortlist
Financial Impact:
As budgeted each fiscal year.
Type of Item: (please mark with an "x ")
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
ForClerk's Dept Use:
. Consent;Agenda.
. .. .... P\iblic H~~~;k "
RegularAgenda.'
'~; t,f
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
City Manager
Robert Frank
Commissioners
Gary Hood, District I
Rosemarv Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
TO:
The Honorable Mayor and City Commissioners
FROM:
Joyce Tolbert, Purchasing Agent
DATE:
March 26, 2009
RE:
Award ofRFQ #0901 Continuing Contracts for Engineering Services
ISSUE
A ward Continuing Contracts for Engineering Services to the four (4) short-I isted firms recommended by the Selection
Committee.
BACKGROUNDIDISCUSSION
The City's current continuing contracts for Engineering services will expIre later in 2009. In compliance with the
Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055,et seq. and the policies and
procedures of the City of Ocoee, the City solicited statements of qualifications from 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. The contracts shall automatically be renewed annually unless terminated by the City in writing, for a
maximum of five (5) years from the date of the execution.
The Finance Department reviewed the proposals and all were considered responsive. Complete copies of all proposals are
available in the Finance Department for your review. The forty-one (41) proposals were evaluated by the RFP Selection
Committee, which was comprised of five (5) members: David Wheeler, City Engineer; Charles Smith, Utilities Director;
Steve Krug, Public Works Director, Ryan Howard, Engineer; and Former Commissioner Scott Anderson, who was present
for all meetings and ranked the small firms but did not rank the large firms due to his term ending.
The public RFQ selection committee meetings were held on January 27, 2009, March 3, 2009, and March 23, 2009 with
each member of the Selection Committee evaluating and short-listing the firms on specific evaluation criteria. Please see
the attached shortlist/evaluation form. The selection committee recommends contracting with four (4) firms: (2) small
firms and (2) medium/large firms with one firm as an alternate. The top four (4) recommended short-listed firms and the
alternate are as follows:
1. Pegasus Engineering, LLC small firm
2. Singhofen & Associates Inc. small firm
3. Inwood Consulting Engineers Inc. medium/large firm
4. CPO Engineers Inc. medium/large firm
CDM-Camp Dresser and McKee Inc. as an alternate
Responses were also received from: Advanced Engineering & Design, AECOM-Boyle Engineering, Bentley Architects &
Engineers, Barnes Ferland & Assoc., Booth Em Straughan & Hiott, Brooks and Amaden, C&S Engineers, C2TS, Calvin
Giordano, Chastain Skillman, DRMP, EAC, ECT, Envisors, FEG, GAl, GLE, Inovia, KCG, Kimley Horn, Kittelson, Land
Design, MBV, Metzger & Willard, MSCW, Neel Schaffer, PBS&J, PEC, Protean, RS&H, TY Lin, Unroe, VHB, Wantman
Group, WBQ, and Wicks Consulting.
2
-"
(Xl
G>
~
(')
o
:J
en
C
iif
:J
en
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
8
3-
iil
o
Q
:J
o
-"
-.J
"'TI
m
G>
"'TI
5"
.....
a:
OJ
m
:J
10
S'
ro
~
S'
10
G>
a
c
"0
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
o
o
3-
.....
OJ
0-
Q
:J
o
-"
en
m
:J
<
(ii'
Q
en
r
r
(')
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
o
o
3-
iil
o
Q
:J
o
01
-1m
ro (')
g.-I
:J m
o :J
5" ~,
10 a
'< :J
3
ro
:J
~
(')
o
:J
en
c
E!:
:J
10
Qo
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
....
~
~
(')
(')
o
:J
en
c
;::+
S'
10
:J
p
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
8
3-
iil
0-
Q
:J
o
-"
w
o
:;lJ
s:
"U
o
'<
~
:;lJ
a:
0.
m
s:
Vi
"U
.....
ro
8
c
;:4.
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
8
3-
iil
0-
o
.....
:J
o
-"
N
(')
"U
I
'<
ro
en
"<
ro
en
OJ
0-
<'
ro
:J
o
"<
ro
cn
-"
-"
(')
:;y
OJ
en
tii
S'
Cf)
~
3"
OJ
:J
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
o
o
3-
iil
0-
o
.....
"<
ro
en
-"
o
(')
o
s:
o
OJ
3
"0
o
iil
en
en
~
Qo
s:
o
^
ro
ro
"<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
c
c-
o
o
3-
iil
o
Q
"<
ro
en
CD
(Xl
(')
OJ
<"
S'
G>
cr
.....
0.
m
:J
o
Qo
:t:-
en
en
o
p
'<
ro
en
'<
ro
en
:J
o
'<
ro
en
OJ
0-
<'
ro
OJ
0-
<'
ro
en
c
c-
8
3-
iil
0-
o
.....
en
c
c-
8
3-
iil
o
Q
:J
o
:J
o
-.J
(')
Qo
Cf)
m
:J
10
S'
ro
ro
Cil
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
en
CD
a
o
"
en
OJ
:J
0.
:t:-
3
OJ
0.
ro
:J
:J
P
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
01
CD
o
o
5'
m
3
~
.....
OJ
C
10
:;y
OJ
:J
Qo
I
0'
::;
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
~
CD
"'TI
:t:-
o,
OJ
3
ro
en
"'TI
~
iii'
:J
0.
Qo
:t:-
en
en
o
p
'<
ro
en
"<
ro
en
OJ
0-
<'
ro
"<
ro
en
:J
o
w
CD
ro
3-
m
"<
:t:-
O
2:
CD
o
en
Qo
m
:J
10
S'
ro
ro
.....
en
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
N
:t:-
m
(')
o
s:
I
CD
o
'<
m
m
:J
'9,
:J
ro
ro
.....
S'
10
(')
o
~
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
en
C
c-
O
o
3-
iil
0-
o
.....
:J
o
:t:-
o.
<
OJ
:J
o
ro
0.
m
:J
10
S'
ro
~
S'
10
Qo
o
ro
en
US'
:J
o
o
Z
:::!
Z
c
Z
(j)
o
o
Z
-i
;0
>
o
-i
en
"T1
o
;0
m
Z
(j)
Z
m
m
~
wZ
N(j);o
~en"T1
~mD
;0....
eD~CS
COeD
cmc
> en""
S:en
::I:
o
;0
-i
C
en
-i
~
m
o
o
s:
s:
m
Z
CJ
>
:::!
o
Z
o
"T1
>
:E
>
;0
CJ
'<
ro
en
'<
ro
en
OJ
0-
<'
ro
:J
o
:J
o
~ ~ w w w w w ~ w w w W N N N N N N N N N N ~
~ 0 to Cll ~ m (J1 w N ~ 0 to Cll ~ m (J1 -'" W N ~ 0 to
.
~ ~ ~ < C -t (Jl :::u "'U "'U g~ i~ z ~ ~ ~ r ^ ^ ^ ::J m ::J Gl
I ::J :< :i" (Jl a CD CD (Jl CD CD III a ~r () :E ::J 0 r
12 CD a (Q ~ ::J (Q
0 ::J CD r (Q Qo CD III () FJ' < 0- CD CD Gl 0 S' :S m
3 CD :::r I en I ~ (Q (jj 0 III
en I S' III en ~"'[ (Jl I )>
I b 0 0 ::0 CD m 0 0 '< 0- ~ (
III < m CD' ::J c: ::J -\: 0 ..., ::J CD I ^ en
CD 5" en III ..., :::r 5' ::J I () en
::J III ::J CD 0 ::J ~ Qo (Q en ~ ::1. 0
::J !!!, ::J (Q CD ::J '< m 0 III fl S' to' Qo 0 0 ::J ::J 0
en(Q Gl III CD cnm !!! ~ ..., -< en 0
S' Qo ::J ::J ~ ::J ::J (Q
I~ ::J en ..., en CD ::J )> ~ iii'
a CD ::J 0 to' (Q g ~ () en
l<:i Qo en !!!. )> 0: S' en 5' en Qo c: CD
::J c: CD CD en ::J 0 5' iii" S' en & ;::+ ::J
"0 CD .., o' en CD ::J 0 )> en
(Q m S' en ::J 8 a.. S' (Q
0 Gl CD fl (Q 0 fl en S' ~
::J I (Q ::J fl (Jl a ::J, !!? < en en (Q ~ 5'
(Q III !!!.. 3 ::J ~ CD !!!. 0 fl
'< m
S' ::J g: c: (Q g 0' fl Qo ::J 0 tCii
CD (Q "0 (Q Gl (Q c:
~ CD ::J "0
::J III S ~ en CD ~
S' ::J CD ~ ::J
(Q CD c. CD ~ ~
2 ..,
I S <:
~ (jj (Q 5'
S' fl
t(\) C
.
'< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< '< -
CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD -
en en en en en en en en en en en en en en en en en en en en en en en
:J
i n
'< '< '< '< '< '< '< '< '< '< '< (\)
'< '< '< '< '< '< '< '< '< '< '< '< :J
CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD
en en en en en en en C/l C/l en en en en en en en en C/l en C/l C/l en en
III III III III III III III III III III III III III III III III III III III III III III L ~
III
U U U U U U U U U U U U U U U U U U U U U U U
<' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <' <'
CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD tr.
C/l
c:
en en en en 0' en en C/l en en en en
en I
c: c: c: c: c: ::J c: c: c: c: c: c: c:
0' 0' 0' 0" 0" 0 0" 0" 0' 0" 0" 0" 0"
0 0 8 0 8 8 8 0 8 8 0 0 0
0'< 0 ::J 0 '< '< ::J ::J 0 '< ::J '< 0 ::J 0 0
~ CD ~ ~ 0 ~ ~ "0 CD CD 0 0 ~ ~ CD 0 CD ~ ~ ~ 0 ~ ~
en Ql .., Ql .., '< en en .., Ql C/l en .., Ql Ql Ql ..,
III III III III III III
0 U U U U Q, U 0 U U U U 0
Q Q 0 Q Q @ 0 Q Q Q 0 Q Q
.., .., ..,
~
en en
CD CD
CD CD
U U
CD CD
::J ::J ::J ::J ::J ::J 0- ::J ::J 0- '< ::J '< ::J ::J ::J ::J ::J ::J ::J '< ::J ::J
0 0 0 0 0 0 en 0 0 en CD 0 CD 0 0 0 0 0 0 0 CD 0 0
3 3 en en C/l
~ ~
"" ""
3 ..,
3
o
o
Z
::!
Z
c
Z
G>
o
o
Z
-l
~
o
-l
en
"T1
o
:::0
m
Z
G>
Z
m
m
~
wZ
NG>
wen:::o
om"T1
<0:::00
<O<~
0-0
00<0
mO
~en""
~en
:::I:
o
:::0
-l
r
en
-l
~
m
o
o
~
~
m
Z
c
~
::!
o
Z
o
"T1
~
~
~
:::0
C
~~~~~8=i'iil~~
~~~~ro;a.383CD
lii lii fidi 0.0103 CIl~
oooo~o.03~m
"''''''''''::n:J5:CDoCll
"TI-l-l0::;CD~5.~CD
o::T~:J3<gIllIll1jfa
~ CD 0 CD ~~::3 g.ro~
CD !!!. ~ ~ :J 0. g
-g ~ sa,O'.CIl
(f):JQ)""_
~ ~ ~ ~
;::+CDIll
~ S' a.
go~
CD III -.
~~~
o -=
o:io:i
"tl ~ "tl ~
J:8 J:8
0. c.
:io:io
~"tl~"tl
8J:8J:
C. c.
0""lJ00
omoo
5:05:5:
~
::0
(;')
m
~
m
o
~~~~~~ ~ 3 ~
~ ~ ~ ~ ~ rn ~.!!!. ::0
c c c c c CD c Q ~
III III III III III :J III -. UI
,.....................,....,....6'~m
QQQQQ~iilo~
:!1~;J;log~~m
< c .., < :J CIl -, 0 0
CD..,CDOCD::::'=(ij"TI
CD a g CIl ::;'
~ _. 0' 3
< :J <ll CIl
iii' :5. ~ CIl
~(ij<ll::T
!/lo.!!lg.
-.. ~-
o -.
...,~~
-CD
0.
0'
'<
Z
lD
""lJlD
CD CIl- (;') "tl 0
en::T)>m"tl
~AI-oJ:
;:
.,
~o~oo
80000
33:~3:3:
o
::T
AI
III
"tl["tlOo
m:lm"tl::O
o~oJ:~
3"
AI
:I
o
::T
:I tl
~- -lit
o:i!::O:i!_.
oc;enc;:1
c.OQooc'n
~OJ:O;ll"
eo c. 0._.
lD =
- 3
AI
:I
Z
lD
~
CIl
C'l
::T
III
;:
.,
~
...
.[
mmmmmsa,en
<<<<<<5:
~~~~~o)>
liiliiliiliilii(ijrr
......,.......... -- (J)
QQQQQO':!1
"'T1"T1-l-l0CD'"
<' 0 ::T ~ :J ~ 3
<ll C .., 0 CD CD CIl
.., CD CD CIl
CD :J ::T
III 0
=d:
CD (jj'
D3 (ij
_0.
C 0'
Ill,<
Q3
CIl III
. o'
..,
~
"tl"tl""lJ""lJ...,.,
CIllDlDlDro'
cgcgcgcg a
~~~~~
III III III III
CD
III CIl
CD 3 -. "tl
85'CD:llD
_OClllClC
::T<"TI::TIII
miii'CIl alii
..., :::!.(Dt:
:J Ill:l III
:J
0.
~
"'T1~ ^~~
m::TOCDCD
(;')0(;')00
it
:I
CIl
m -. CD""lJ
~ c~ CD a
c;;' ~ ::T a CD
ogarolll
iil lD'<:J
:I
iileniil~O'rlllg-l
838:!.~~5.CD~
3 ~3 g.~~ en=i'en
3=i'3NQ~3~~
CD 3 CD~-'CD III CD
5.CIl5.=i';a.9:~~a
~ ~ ~ 3 ~ c3 ::;. r g
-, <ll -, CIl -. 3 III
o iilO ""CD "TIC1l"'O
:J :J < ~ _.' to 0
oCllo~CIl"'3en!t3
-.. ::T -.. CD -. -':::>' 3
III 0 III "OCIlX:::'
~s:~~iil~m~::i
III CIl III 0 CIl CD ~ -, CD
a.(ija.d:~m c3CD
, 0.' -, - en
-+0 --I 5!l. ~:i" 'T1 :T
o ~ CD -. :5. ::;' 0
"'oo.g- 3d:
~ 0' CIl ~ CIl (jj'
~""Q, r0-
o.
o
o
Z
::!
Z
c
Z
G'>
o
o
Z
-f
~
o
-f
(/)
"T1
o
:;0
rn
Z
G'>
Z
rn
rn
~
wZ
NG'>
w '^ :;0
-n;"T1
g:;oD
CD:5~
OOCD
orno
)>(/).....
:!:(/)
:t
o
:;0
-f
r
en
-f
~
rn
o
o
:!:
:!:
rn
Z
c
)>
::!
o
Z
o
"T1
)>
~
)>
:;0
C
~Pegi!~M;!
December 10, 2008
P-8023
Ms. Joyce Tolbert
Purchasing Agent
City of Ocoee
150 North Lakeshore Drive
Ocoee, Florida 34761
RE: RFQ# 09-01- Continuing Contracts for Engineering Services
Dear Ms. Tolbert and Members of the Selection Committee:
Pegasus Engineering, LLC (PE) is pleased to present our response to the above-referenced
request for engineering qualifications. Having worked with the City of Ocoee on the previous
continuing contracts over the past twelve (12) years, our senior management personnel
understand the City's requirements and are familiar with the City's standards. Our PE Team
takes pride in the fact that we have successfully developed continuing contractual relationships
with numerous governmental clients. Our PE Team's success is attributed to our recognition
that repeat work comes from satisfied clients. Committed to understanding each client's
needs, we meet those needs through responsiveness and application of sound engineering
principles. Pegasus Engineering is a certified Minority Business Enterprise (MBE) in Orange
County and is a certified Disadvantaged Business Enterprise (DBE) through the State of Florida
and the Florida Department of Transportation.
Pegasus Engineering is committed to meet time and budget requirements and limitations. With
today's economy and the reality of the local governments' revenue reductions, it is more
essential than ever to pay special attention to project budgets and to reduce costs through
innovative approaches and thinking "outside the box." The design cost is controlled through
the operating efficiency of a well-managed consulting firm, which translates to lower
overhead and lower rates, as can be seen when comparing our standard rates (included in
Section 3) to other firms.
Several significant roadway improvement projects that our senior personnel have successfully
completed as Engineer of Record for the City of Ocoee include: Maguire Road Widening -
Segments 1 and 2 including the bridge over the Florida Turnpike, Professional Parkway / Old
Winter Garden Road Widening, Maine Street Alignment Study, White Road Improvements, ih
Avenue Improvements, Maguire Road and State Road 50 Intersection Improvements, Maguire
Road and Moore Road/Roberson Road "Intersection Improvements, and Bluford Avenue and
Orlando Avenue Intersection Improvements. Other similar experience includes infrastructure
projects in the Counties of Orange, Volusia, Citrus, Seminole, Osceola, Polk, and Brevard, and
the Cities of Winter Springs and Winter Garden.
Practical E/lIiineerim!. Solutions" "
301 West State Road 434. Suite 309, Winter Springs, FL 32708.407-992-91.60. Fax 407-358-51.55
L
I)
~
,
.-
~
.-
~
,
(
f\
(
;,..
I
"
f.
r.
--
l.
(
(
(
(
[
(
[
E
(
(
(
t
(
(
~
E
t
t
~
Ms. Joyce Tolbert
December 10, 2008
Page 2 of 2
As shown on our enclosed Organizational Chart, Fursan S. Munjed, P.E. will serve as our PE
Team's Principal-in-Charge and Project Manager. Our PE Team includes the following sub-
consultants:
Sub-Consultant Firm Name
Southeastern Surveying & Mapping
PSI, Inc.
Traffic Engineering Data Solutions, Inc.
Luke Transportation Engineering Consultants
3CS
Lotspeich & Associates
PE Team Discipline
Surveying and Mapping
Geotechnical Engineering
Traffic Operations / Studies
Transportation Planning
Construction Admin istration/I nspection
Environmental Engineering
Any additional sub-consultants that may be required will be selected by our PE Team based
upon specific project requirements with-the approval of the City of Ocoee.
PE specializes in civil infrastructure, with primary emphasis on transportation planning and
engineering, construction administration, and funding source development for municipalities,
counties, and state agencies across Florida. Our senior personnel are experienced in the
process of obtaining advanced funding, cost-sharing funds and grants for city and county
roadway improvements that reduce traffic on the State Road system. We assisted the City of
Ocoee in negotiating the Maguire Road Bridge Joint Planning Agreement with the Florida
Turnpike Enterprise which yielded approximately $1,000,000.00 fair share contribution by the
Florida Turnpike Enterprise, and assisted the City of Ocoee in negotiating the Joint
Participation Agreement with Orange County for the construction of Old Winter Garden
Road.
Our PE Team understands the nature of the work to be accomplished, and we trust that the
experience of our PE Team, when combined with this submittal package, will convince your
Selection Committee that we are well qualified and have a strong desire to continue to perform
professional engineering services for the City of Ocoee.
We urge the Selection Committee to contact our references regarding our performance on
similar projects. We guarantee that the City of Ocoee will be most pleased with our ability to
provide responsive. cost-effective services.
Sincerely yours,
P7$;;'~~V
Furson S. Munjed, r
Principal-in-Charge 7 Project Manager
SA.)
SINGHOFEN
& ASSOCIATES
INCORPORATED
December 10, 2008
City of Ocoee
Attn.: Joyce Tolbert, Purchasing Agent
150 North Lakeshore Drive
Ocoee, Florida 34761-2258
(407) 905-3100 ext. 1516
(407)656-3501 - fax
Re: City of Ocoee - Request for Statements of Qualifications for Continuing Engineering Services #0901
Dear Ms. Tolbert:
Please accept this letter and the accompanying statement of qualifications (SOQ) as confirmation of our sincere interest in the
above referenced contract. It is our understanding that the City of Ocoee desires to contract with multiple firms to provide
general engineering services related to planning, public works and utilities projects that include studies, design, plan
production, construction management, traffic impact analysis, and other miscellaneous engineering services. Singhofen and
Associates, Inc. (SAI) is submitting the attached information with the intention of providing stormwater-related engineering
services for the City.
The field of stormwater management is rapidly changing. Advancements in technology have afforded us better tools to
evaluate and manage our natural resources such as geographical information systems (GIS). In addition, water quality
management is now equally as important as flood plain management. The former now requires even more focus as TMDL
BMAPs are implemented and the new Statewide Stormwater Treatment Rule is developed. We firmly believe that the SAI
Team represents one of the most qualified and experienced resources to conduct the referenced work for the City.
SAI has focused almost entirely on stormwater management projects since its inception over 25 years ago. As indicated in this
submittal, our organization's experience throughout Florida is extensive, varied, and encompasses almost every possible
aspect of the challenging stormwater management field of engineering. The core of our professional staff: Robert Gaylord,
P.E., Mark Troilo, P.E, and Kent Boulicault, P.E. - represent the three owners of the firm. Mr. Gaylord and Mr. Troilo have been
working together at SAlon stormwater management projects for the past 21 years. Much of their experience in stormwater
management and civil engineering was conducted under the direction and tutelage of Mr. Pete Singhofen, P.E, the founder of
SAI and developer of the ICPR stormwater program. Mr. Gaylord, President of SAI, has been actively involved in stormwater
management and modeling for 26 years. He possesses a unique practical sense in modeling approaches and design
development. Mr. Troilo has been involved in stormwater modeling for 23 years and has conducted numerous studies of
watersheds in excess of 90 square miles. Mr. Boulicault joined SAI eight years ago and brings 16 years of experience in
surface water modeling, groundwater flow modeling, water quality and sediment sampling and monitoring.
As mentioned above, stakeholders are now routinely required to address concems and manage the quality of their water
bodies. It is essential that stakeholders such as the City receive credit for all of their efforts to reduce pollutant loads to impaired
waters. In addition, if the City is a participant in a TMDL BMAP, the City should confirm that the impairment is appropriate and
" _ have a role in the BMAP development. For this reason, SAI has included the firm Janicki Environmental on our Team. Tony
Janicki, one of the firm's principals, has been providing water quality modeling services for over 25 years. He and his staff have
STORMWATER MANAGEMENT AND CIVIL ENGINEERING
925S. Semoran Boulevard, Suite 104 . Winter Park, FL 32792
Telephone (407) 679-3001 · Fax (407) 679-2691
Joyce Tolbert, Purchasing Agent
December 10, 2008
Page 2 of 2
(
expertise in the areas of aquatic ecology, watershed assessment, water quality modeling and assessments, monitoring
program design, limnology, estuarine ecology, and biological assessments. Most importantly, the firm's experience and
expertise includes stakeholder support in the development of TMDLs and other pollutant management goals.
We offer the following additional points for your consideration:
. SAI is a small, 14-person, civil engineering firm. We have intentionally maintained the firm at this size so that the three
principals of the firm can do what we enjoy: stormwater modeling and design. As a result, the City can expect that one
of the firm's principals will always be heavily involved and responsible for each of its projects.
. Key personnel on this Team are among the most experienced stormwater modelers in Florida.
. The core staff at SAI are experts in the use of the hydrodynamic program, ICPR. Key members of our Team are
regularly involved in research and development related to ICPR
. In addition, the core staff at SAI has provided technical support for ICPR for over 15 years. This involvement in the
complex use of the software provides an insight into the model's strengths and limitations that is uncommon in this
profession.
. SAI is one of the few firms that have ever received full FEMA acceptance of floodplain and flood way revisions using a
hydrodynamic model.
. Our staff has extensive experience in the design and construction of stormwater-related projects including local
drainage and water quality retrofits, regional stormwater facilities, end-of-pipe treatment devices, wetland
enhancement projects, and erosion countermeasures.
. Members of the project Team have been involved in the FDEPs development of TMDLs and therefore provide solid
water quality modeling expertise and a unique perspective on the process.
. Key staff members have been attending the Technical Advisory Committee meetings associated with the
development of the new Statewide Stormwater Treatment Rule. As the rule is finalized and promulgated, SAI can
assist City staff as it is implemented in the community.
. We offer an extremely high level of GIS database generation and processing abilities.
SAI offers stable and consistent service, including continuity in senior-level personnel and financial stability. We have
developed a solid reputation with our clients as well as with regulatory personnel. Our reputation has been eamed through
years of responsive and quality service. We believe that quality means more than a quality technical product alone; it means
responsive service, listening to the needs of our clients, and meeting our commitments to them. Our personnel go the extra
mile to help our clients accomplish their goals, thereby building the foundation for longstanding professional relationships.
We will remain committed to meeting technical, scheduling, and financial goals throughout the duration of this contract. Thank
you for this opportunity to present our credentials and we look forward to the opportunity to work with you.
Sincerely,
SING FEN & ASSOCIATES, INC.
/
>>~
(,
Mark X. Troilo, P.E.
Vice President
4_~..~~...~~~~~....,...~. "__.
~
~
r
.
;
,
..
"
I
..
~
I
..
~
I
..
~
I
..
~
.
..
~
,
..
~
I
..
~
I
..
~
I
...
~
I
~
"
.
II>
~
I
.
r
.
r
~
t
t,
r'
!
t
(
~
December 10, 2008
P08069
Joyce Tolbert, Purchasing Agent
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Re: Continuing Contracts for Engineering Services; RFQ #0901
Dear Ms. Tolbert:
Inwood Consulting Engineers, Inc. is excited at the prospect of continuing our relationship with the
City of Ocoee as one of the continuing engineering consultants for the above referenced project. It is our
desire to be considered for all of the services outlined in the request for qualifications. We are pleased to
present the enclosed qualifications package for the City's Continuing Engineering Services Contracts to
provide work that will consist of, but not limited to: data collection, planning and engineering studies,
design, preparation of construction p,lans and special provisions, and construction phase engineering
services for rehabilitative or new construction.
Inwood's approach to completing the engineering services for these projects will consist of a well-
planned and well-managed process that will best meet the needs of the City. The Inwood Team is a
proven team of highly qualified professionals who posses the commitment and specific skills necessary
to successfully complete any of the City's assignments with an understanding of the budget and schedule
constraints usually associated with these types of contracts.
We have a tremendous amount of similar project experience that was gained on continuing contracts with
Central Florida clients. Currently we have continuing contracts with the City of Orlando, Orange County,
Seminole County, and St. Lucie County which are repeat selections or contract extensions. In other words,
Inwood has been res elected several times for these contracts because of our excellent performance. We
have completed over 100 assignments or individual work authorizations for these clients. The quantity of
these assignments demonstrates that we are timely, dependable, and responsive to our clients' needs.
Our Project Manager, David G. Coleman, PE, has served as Principal-in-Charge and Project Manager
on many diverse study, design, assessment projects. David's common sense approach and his ability to
communicate clearly have allowed him to successfully design and permit many complex projects
throughout the state.
As an officer with Inwood, Mr. Coleman is an authorized representative on all contractual matters regarding
this assigrunent and may be reached at:
Inwood Consulting Engineers, Inc.
3000 Dovera Drive, Suite 200, Oviedo, Florida 32765
p 407.971.8850 f 407.971.8955
David Coleman e-mail: dcoleman@inwoodinc.com
3000 oovera Drive. SUite 200 Oviedo. FL 32765 P 407,971 ,8850 f 407.971.8955 .....
')
'\
,
..
",.
...
.,.
...
r;I
...
"
...
II
...
JI
..
rI
...
JI
"
f'
If
v
'"
~f
'!
J1
pi
~
'1
lI'
:J
~
'1
,
,
~
,
~
,
J1
,
~
~
~
p
p
~I
By submitting this RFQ, we declare that is in all respects fair and in good faith, without collusion or fraud.
We look forward to working with City during this contract and respectfully request that Inwood be selected
as one of the City's Continuing Engineering Consultant.
Very truly yours,
INWOOD CONSULTING ENGINEERS, INC.
~Q9J.~
David G. Coleman, PE
Vice President
(
December 10, 2008
1117 East Robinson Street
Orlando, Florida 32801
Phone: 407.425.0452
Fax: 407.648.1036
City of Ocoee
Attn: Joyce To]bert, Purchasing Agent
150 North Lakeshore Drive
Ocoee, Florida 3476]-2258
www.cphezzgineers.colll
Re: Continuing Contracts for Engineering Services
Request for Qualifications (RFQ) #0901
Dear Selection Committee Members:
Through our understanding and current experience with the City of Ocoee, CPH is the best team to select for the
contract identified above. The team will work from our nearby office in Orlando, and will be led by Mr. Terry
Zaudtke, P.E., BCEE as Principal in Charge and Mr. David Mahler, P.E. and Jay Morris, P.E. as Project
Managers. Our management and design team have extensive experience in providing design and construction
services for projects that include: water, stormwater, wastewater, alternative water, roadways, streetscape, parks
and recreation, landscaping, and municipal buildings. CPH has extensive in-house resources such as in-house
architects, planers, environmental scientists, construction administration personnel, and roadway/traffic personnel.
The team stands as the clear choice for the City of Ocoee as a result of CPH's expertise including:
(
Utility Planning and Design. The team has provided this type of service to numerous other clients throughout
Florida, some of which include the Town of Oakland, City of Sanford, City of Oviedo, City of Winter Springs,
City of Eustis, City of Casselberry, City of Lake Alfred, and the City of Palm Coast. CPH has been instrumental
in providing planning and design services for all of these clients. The team has recently provided services such as
5 and 10 year planning effort for water supply and treatment, city wide conveyance system improvements, water
and wastewater treatment plant expansions, design of new treatment facilities. In addition more specifically
related to the City of Ocoee, CPH is currently providing design services for the SR 50 Utility relocations. The
project consists of the engineering design services to relocate water and force mains impacted as a result of the
FDOT widening plans of SR 50 from SR 429 to Good Homes Road, approximately 3.4 miles in total length. The
project includes design for the installation or relocation of 7,500 LF of water and sewer force mains ranging in
size from 4" to 12".
Permitting. CPH has established working relationships with local, regional, and State agencies. The team has
successfully provided permitting associated with numerous improvements that include: water/wastewater
(treatment and conveyance), stormwater, roadways, parks and recreation, and municipal buildings.
Storm water Planning, Design and Permitting. CPH employs a group of qualified individuals with extensive
experience in Stormwater design. The team offers knowledge and experience with Storrnwater Management
Facilities, Pavement Hydraulics, Storm Sewer Design, Culvert Design, Location Hydraulics/Pond Siting Reports,
Basin Analysis, Swale Analysis, and Spread Analysis. Our drainage design team has an in-depth knowledge of
the numerous design standards to aid in the Stormwater Management System design. CPH is well versed in the
use of design software to aid in our efforts to provide the greatest most cost effective design possible. These
programs include, Interconnected Channel and Pond Routing (ICPR), GEOPAK Drainage, Hydroflow,
MODRET, and Ponds. CPH has experience in working with and obtaining permits through all the Water
Management Districts, FDEP and the Army Corps of Engineers.
(
{,
Roadway and Streets cape Design. The CPH team offers a great amount of experience with roadway, pedestrian
and bicycle facility design. Our roadway design staff has an in-depth knowledge of the numerous design standards
to aid in the design of roadways. Some of these manuals include: FOOT Design Standards, FOOT Plans
Preparation Manuals, and the FOOT Manual of Uniform Minimum Standards for Design, Construction, and
Maintenance for Streets & Highways (Florida Greenbook). In addition to the roadway design manuals, CPH is well
versed in the Florida Bicycle Facilities Planning and Design Handbook and is FOOT certified for preparing Traffic
Control Plans (TCP). CPH has conducted traffic studies throughout the State of Florida. Some of these included
traffic impact studies for new developments and redevelopments, traffic operation studies, transportation
concurrency analysis, and traffic signal design.
Parks and Recreation Planning and Design. CPH team members have extensive experience in providing
planning services and landscape design throughout the Central Florida area. We have worked on large regional
parks ranging from over 100 acres to small neighborhood parks of less than one acre. The CPH team recently
completed the construction drawings for the Wayne Dencsh Little League Park (Seminole North Little League).
The park included three little league fields, one t-ball field, a concession! restroom building, a basketball court
and a children's playground. Work is currently under construction and is on time and within budget.
(
Experience Working Under Continuing Contracts. We have worked with many of our clients for 10 to 40
years. These long term relationships have afforded us many opportunities to meet our clients needs and perform
various municipal engineering services. Over the years, CPH has been asked to act as the "City Engineer" on
behalf our clients. During the 1970' sand 1980' s many of our clients were small communities without the
resources to have a full time City Engineer and we provided these services during this time frame. As their
population increased, they were able to add engineering personnel to their staff. At times these clients had staff
resignations and were unable to quickly fill the positions. CPH was able to help fill the gap and we were retained
by these clients to act as interim city engineer. In addition, CPH has been able to assist when the workload at the
City departments exceeded their capability to complete reviews in a timely fashion. The team has extensive
experience in working under continuing contracts and is available for planned projects as well as un-planned
emergenCIes.
Innovative ideas provided by an excellent team. The team has provided many unique and interesting options to
clients over the years. CPH is unique: as the firm has multiple in-house disciplines that allow for a "full field
view" of projects throughout design. An example of this feature is our in-house licensed general contractors.
This staffing level allows the team to review for design alternatives that can save time and cost related to
construction from a contractor's perspective. This level of detail and quality allows the plans and design concepts
to be reviewed from inception through completion with a "real-world" view.
We are very proud of our current working relationship with the City of Ocoee; and we have experienced staff in
every area requested in your RFQ. CPH appreciates the opportunity to submit our qualifications, and looks
forward to continuing our working relationship with the City.
Sincerely,
CPH Engineers, Inc.
'.
// './ c:;:? /
?,~~___~~a-t::/-Z:'-:'c--
David A. Gierach, P.E., CGC
President
l
Mavor
S. Scott Vandergrift
center of Good L .
'\.~e l~i1o
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Citv Manager
Robert Frank
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS
(RFQ) #0901
CONTINUING CONTRACTS FOR
ENGINEERING 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" #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 p~ckage 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 #0901 - Continuing Engineering
2
Phone: (407) 905-3100 x 1516
FAX number: (407) 656-3501
jtolbert@ci.ocoee.f1.us
No fax or e-mailed submissions will be accepted.
The City through written inquiries only, directed to the Purchasing Agent, will receive questions
regarding the RFQ. Deadline for receipt of written inquiries will be December 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.fl.us under BidsNendors, 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 engineering 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
CA TEGOR 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 #090 I - Continuing Engineering
3
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0901
CONTINUING ENGINEERING SERVICES
A. INTRODUCTION
I. 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 or individuals that are interested in providing general engineering services for various
engineering related planning, public works and utilities studies, design, plans production, and
construction management 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, given 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 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.
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 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 December 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 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. 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 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 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.f1.us
No fax 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 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
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 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
RFQ #0901 - Continuing Engineering
6
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 of Ocoee.
c) Consultant's Public Liability and Propertv 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 & Propertv Damage Liability
. $1,000,000 Combined single limit per occurrence (each person, each accident)
. All covered automobile will be covered via symbol I
. 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
RFQ #090 I - 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
. $1,000,000 Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming
the City of Ocoee as an additional insured will be furnished by the Consultant upon
notice of award. These shall be completed by the authorized Resident Agent and
returned to the Office of the Purchasing Agent. This certificate shall be dated and
show:
. The name of the Insured consultant, the specific job by name and job number,
the name of the insurer, the number of the policy, its effective date, its
termination date.
. Statement that the Insurer shall mail notice to the Owner at least thirty (30)
days prior to any material changes in provisions or cancellation of the policy,
except ten (10) days written notice of cancellation for non-payment of
premIUm.
(remainder of page left blank intentionally)
RFQ #0901 - Continuing Engineering
8
A{;JJl1/)_
CERTIFICATE OF LIABILITY INSURANCE
OP 10 J OAT( (WNOUNYYY)
FRAZll-l 11 O~ 04
THIS CeRTIFICATE IS ISSUED M A MATTER Of INfORMATION
ONLY AND CONfERS NO RIOIfTS UPON THE CERTlflCATE
HOLDER. THIS CERTIfiCATE DOES NOT AMEND, EXTEND OR
AL nR THE COVERAGE AFfORDED BY TIlE POLICIES BELOW.
:~=~.~~~I~:;!~~:.~.._-~~
=;.- "~-==--===:=~F=
...suRC"E.: -......-----.--r---
~OOUC'f11
IhliiRfo--"
~--------"---'
ia~~~:;tor I. Name
COVERAGES
00IlJlO.JCJli5 OJ IH5UFWCE llSTfD "\.ON ~Y! &Ef"I$SUC.DTO rwE,Il'CSl.lREO HAIolEO...8OVE.,QA T....I PQ..ICY PERIOD 1H0000TEO. NQTWlTHSt~G
NlV "iQ.r.~'M.""', u.... Oft COHOfTlON Of AKt ~ DAOTHEI' ~wrnt M5f€CT 10 Vv'11lOl1tUctATlFtCAIE MAY It ltS\JEOo..
lAA.'tPOlfAIH. THE ~HCINJOMOED8YTlif.'.POllC"!OESCRfKOHtlWHlS 8URJF.CT TO AU. TW: URNS. VlClUSJONSAAOC()NOITIOfrr+SOf Sl.IOl
"OllOU. A.GGR.lQ.\n lu.n1 IHOWN MA,V WAVf SEEN lltEOl..lC6:0 n I'AlO CLAIIJ.
-...-....--r--
'-T" MI T'l'f'eoP~1 I P'QUCYfolUN6EIl
I ! CEHEAAL \JA8lUTY
I X ~1.~~lAl. G(NfML LlAllUT't'
I '.-l-J """"...". [!.] 0CXlJA i
I ~,j -------:
1 1-00~~.~a;i~;i.IP;;.11
, i po...Cy iil n lOC
AUTOMOIIIU L......n'l'
L!. AHV 4VTO
i .UctftI"lEOAUTOS
~'-l so.'fOUlED "'UTOS
Ix HlA(D A!;TO$
,x NO...ow~EO AtJTOS
~ ~,--_..._-_.-
I i
! OUAOf.1JUIUTl'
"""vro
,-.
lACHOGCUM6'C( '1,000,000
~~i(~~J 150,OO~~_....
~J:~.!..~!!!!~L 15,000 .._
r JlI~~_~~~OO,OOO -_.
Q[~~~l!__~_9._, 000
~T'.COWl'~~E.~~!,~ 000
11,000,ODO
800ll Y llolJl.tf'Y
IJlWr-rtOlll
10------.-...-...----.-.
I """,,"ytwflY
~~_..__._----
PAOKRTY t),o\AM"
(...aeo6efIt)
.1
A.t/fOl')l<<.Y.lAACC1Of.H1' ,
~.~E_:...I
i
I k oo......-..w. \.IIoIUTY I
I X .i]oceUfl 0"""""""""
1 b OE~T~8lE I
I . J IIItITfHTON S
I WOJl:KIUU COWI..UnoN ~o
. fWLOYIJIIlr UoUl.m
~Y fflQrf\lE.10NJIAA'THEWVil!CUTIVI
Of"a;AUCMfiA 5.XCLUCltrr
~~lbeIOlI
or..,"
i Build.n Ri8lo:
QTloIiR r"-\N
AUTOQNlY:
"'0 ,
~"="."""'" '1.00.~~.
AGG~~--.!2L.Q.O~--1
r-~m-:'-m~=1
\ X h~lL';wi I IUI,.
IU.l!ACHACaoEJ(t 1500,000 I
U.~U;:;I.tA':.~OYU 1 5-00,OO_g.~=
t.LOISIASl.fIOlICYUtJIT '500,000
AIly 1 Loc
AIl 1 Oca
l00,lXX>
1.000,000
DUClIUPTlON Of Of"e~TIOfIlS I "OCAne.... , YWlC\.U I UCLUSIONS ADIXD BY [MDORSPdHl/"I~ ~
Tha in.uranaa avidancad by thi. cartificat. .hall name the aartifiaata
boldar. a. an additional in.urad on tha g.naral Liability' Umbr.lla
Liability. Horker.' Compen..tion, Employer.' Liability ~ Oeneral Liabil~ty
ahall contain a Waiver ot Subrogation in favor of tbe certificate holder.
'rh. cortUicau bolder 18 aMad a. . nmrl irBDXl fir B..1iJd?c3 Ri9t.
OCOIBOl
CANCELlATION
If4QUl.D AKY OJ THI MOVI. OISC.tO POLIQU I' CAHCILl.ICI Il'OfII. THe tVtRAOOI.
(MnTtiPIO,..ntr:"~IN'UI""Wt1..LINOtAVOlIlTO~\. ~ D4y,"""fTTBiI
.,.cmce. TO ntl Ce:lIfTInCAn: t<lLOtJll M.IIIIO TD ,MIl un. IUT 'M.UIItI! TO DO SO 'MALL
M'OSI NO OIUQA'fIOH Ollt ltotollUTy ()fI AllY tQHO UPON TH! l1ol1UMR,1T5 ACfNlS OR
AI""I.UtfTA.1MI.
NJ'tOIt~1D IU~AT"f\It:
CERnFICATE HOLDER
City of Dca"
150 N. ~k..bor. Driv.
Oco.. n. 34761-2258
10 ACORO CORPORATION 191<<
ACORO 251200'1081
S I+-H- P t. IF
RFQ #090 I - 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 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.
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: data collection, planning
and engineering studies, design, preparation of construction plans and special provisions,
and construction phase engineering services for rehabilitative 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
. Replacement 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
. Extension of reclaim water mains to retrofit existing developments
. Extension and/or replacement of neighborhood water distribution systems
. Replacement of undersized or nonconforming material water mains
. Design and preparation of plans and documents for new walls and rehabilitation of
existing walls
. Design of park structures and/or review of structure designs developed by City staff
. Post-design services
. Preparation of as-built drawings and other surveying tasks
. Miscellaneous engineering 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 water service studies 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 associated with proposed development
. Traffic mitigation planning studies
. Water and wastewater treatment processes
. Assistance 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 engineering technician
. Production of CAD drawings without related design services
. Printing and copying of design documents
. Field 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.
. Creation of 3D illustrations and other graphics for public involvement activities
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 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. SUBMITT ALS
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:
RFQ #0901 - Continuing Engineering
11
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, 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 two (2)
years with other public or private agencies.
. List and quantity of firm's (and firm's sub-consultants, if applicable) equipment,
including CADD Workstations, Traffic Counters, 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 Ocoee City Hall.
III. Other Required Forms
These forms are required of the firm and KEY sub-consultants:
. Forms 254/255 or 330.
. Summary of Litigation
. Minority Business Enterprise Certification, if applicable.
. Addenda Acknowledgement, if applicable.
. Company Information/Signature Form.
The City reserves the 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 responsibility 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. 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 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 meet 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 endorse or modify the ranking by
staff 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 those selected for contract negotiation. The City Commission's decision shall be
final.
All successful Respondents shall be required 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:
I. 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 #090 I - Continuing Engineering
14
COMPANY INFORMATION/SIGNATURE SHEET RFQ #0901
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.
COMPANY 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
STATE
ZIP
FEDERAL 1D #
_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 #0901 - Continuing Engineering
15