HomeMy WebLinkAboutItem #08 Appointment of Commissioner to Selection Committee for RFQ #1001 Construction Engineering Inspection Services for Clarke Road Rehabilitation
Meeting Date: November 3, 2009
Item # <6
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
~/
--
Subject: Appointment of Commissioner to Selection Committee for RFQ #1001 Construction
Engineering Inspection Services for Clarke Road Rehabilitation
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 RFO #1001 Construction
Engineering Inspection Services for Clarke Road Rehabilitation. The selection committee meeting is
tentatively scheduled for Tuesday, December 1, 2009 at 10:00 a.m.
Issue:
Appointment of Commissioner to the Selection Committee for RFO #1001.
Recommendations
Staff recommends that the City Commission appoint a Commissioner to serve on the Selection
Committee for RFO #1001 Construction Engineering Inspection Services for Clarke Road Rehabilitation.
Attachments:
1.RFQ#1001
Financial Impact:
Type of Item: (please mark wifh an "x')
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
Commission Approval
X Discussion & Direction
For Clerk's Deaf Use:
_____ Consent Agenda
_____ Public Hearing
_____ Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~6f:t
N/A
N/A
N/A
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mavor
S. Scott Vandergrift
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS
(RFQ) #1001
CONSTRUCTION ENGINEERING
INSPECTION SERVICES FOR
CLARKE ROAD REHABILITATION
City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org
LEGAL ADVERTISEMENT
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #1001
CONSTRUCTION ENGINEERING INSPECTION SERVICES FOR
CLARKE ROAD REHABILITATION
The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act
(CCNA), Florida Statutes Section 287.055,et seq., and the policies and procedures of the City of
Ocoee (City), is soliciting statements of qualifications from professional engineering firms or
individuals (consultants) that are interested in providing construction engineering inspection
(CEI) services for the Clarke Road Rehabilitation project. This project is being funded by
$1,675,000 in federal aid under the terms of the American Recovery and Reinvestment Act of
2009 (ARRA) and the Florida Department of Transportation (FDOT) Local Agency Program
(LAP). The scope of the rehabilitation project includes milling, selected base reconstruction, and
resurfacing with asphaltic concrete. The project extends from Silver Star Rd. (SR 438) to
Clarcona-Ocoee Rd., a distance of approximately 2.5 miles that includes two-lane and four-lane
divided sections.
The City intends to award a single contract to the consultant deemed to be the most highly
qualified to perform the required services. In determining whether a consultant is qualified, the
City shall consider such factors as the ability of professional personnel; familiarity with federal-
aid requirements; whether a firm is a certified minority business enterprise; past performance;
willingness to meet time and budget requirements; and recent, current, and projected competing
project workload of the firm. The contract shall extend only for the length of time that CEl
services are required for the ARRA-funded project; however, the City and the selected consultant
may elect to continue the agreement to provide similar services for other ARRA funded projects..
Due to the special nature of the project, responses will only be accepted from consultants that
have a Dun and Bradstreet (D-U-N-S) number and are pre-qualified by FDOT in the following
work types:
9.3 Highway Materials Testing
10.1 Roadway Construction Engineering Inspection
10.2 Construction Materials Inspection
Information on how to obtain a D-U-N-S number, should a responding firm not have such an
identifier, may be found at htto://smallbusiness.dnb.com/establish-your-businessI12334338-
1.html. The D-U-N-S number must be listed in the submittal. Any subconsultant included in a
submission must also provide a D-U-N-S number.
The special knowledge required to satisfy the requirements of ARRA and LAP for inspection,
oversight, reporting, and other aspects of the rehabilitation project will be a major part of the
work for the selected consultant. In particular, sections 1201 and 1512 of ARRA require
governmental agencies receiving funds under the act to fulfill employment reporting obligations.
The ARRA-required reporting includes monthly submittals of information about the agency
itself, its contractors and consultants, and their subcontractors and subconsultants, and extends to
RFQ # 1 00 1 - CEI Services for Clarke Rd. Rehabilitation
2
payroll certification, contractor employee training, equal employment opportunity compliance,
and many other concerns. LAP reporting and approval requirements are also significant. It will
be the responsibility of the selected consultant to prepare all ARRA and LAP reports, and to
provide other supporting services in addition to the normal CEI services normally associated
with roadway construction projects. Failure to comply with all requirements could subject the
City to loss of federal funds. The City strongly encourages respondents to be familiar with these
various requirements and will give considerable weight to the qualifications statement submittals
related to these elements of the work.
Qualification packages must be received no later than 2:00 p.m. (local time) on November 17,
2009. 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 electronic
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
Phone: (407) 905-3100 x 1516
FAX number: (407) 905-3194
jtolbert@ci.ocoee.fl.us
No fax or e-mailed submissions will be accepted.
The City will receive questions regarding the RFQ only through written inquiries directed to the
Purchasing Agent. Deadline for receipt of written inquiries will be November 10, 2009 at 5:00
p.m.
Prospective respondents may secure a copy of the documents required for submitting a response
through Onvia/Demandstar at http://www.ocoee.org/Departments/Finance/Purchasing/Bids.htm.
Partial sets of the documents required for submitting a statement of qualifications will not be
issued. By using Onvia/Demandstar, prospective respondents will be provided with all
information regarding this RFQ, including addendums and changes to the solicitation.
Membership with Onvia/Demandstar is not required to submit a response; however, fees may
apply for non-members.
Persons other than prospective bidders may inspect the documents required for submitting a bid
at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
3
persons will be required to pay a copying fee as prescribed by statute. Checks should be made
payable to the City of Ocoee.
Firms or companies interested in providing the requested engineering services may be
disqualified if they have contacts with the Mayor, City Commissioners, or any City staff other
than the person identified above about the RFQ during the submission or selection process.
Pursuant to Section 287.133(2)(a), Florida Statutes, interested firms who have been placed on the
convicted vendor list following a conviction for public entity crimes may not submit a proposal
on a contract to provide services for a public entity, may not be awarded a consultant contract
and may not transact business with a public entity for services, the value of which exceeds
CATEGORY TWO for a period of 36 months from the date of being placed on the convicted
vendor list.
City Clerk
October 25, 2009
RFQ # 1 001 - CEI Services for Clarke Rd. Rehabilitation
4
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #1001
CONSTRUCTION ENGINEERING INSPECTION SERVICES
CLARKE ROAD REHABILITATION
A. INTRODUCTION AND GENERAL INSTRUCTIONS
1. 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 construction engineering inspection (CEI) services for the Clarke Road
Rehabilitation project. This project is being funded by $1,675,000 in federal aid
under the terms of the American Recovery and Reinvestment Act of 2009 (ARRA)
and the Florida Department of Transportation (FDOT) Local Agency Program (LAP).
The scope of the rehabilitation project includes milling, selected base reconstruction,
and resurfacing with asphaltic concrete, and extends from Silver Star Rd. (SR 438) to
Clarcona-Ocoee Rd., a distance of approximately 2.5 miles that includes two-lane and
four-lane divided sections.
2. The City intends to award a single contract to the consultant deemed to be the most
highly qualified to perform the required services. In determining whether a consultant
is qualified, the City shall consider such factors as the ability of professional
personnel; familiarity with federal-aid requirements; whether a firm is a certified
minority business enterprise; past performance; willingness to meet time and budget
requirements; location; and recent, current, and projected competing project workload
of the firm. The contract shall extend only for the length of time that CEI services are
required for the ARRA-funded project; however, the City and the selected firm or
person may elect to continue the agreement to provide similar services for other
projects that may be undertaken by the City using ARRA funding sources.
3. Due to the special nature of the project, responses will only be accepted from
consultants that have a Dun and Bradstreet (D-U-N-S) number and are pre-qualified
by FDOT in the following work types:
9.3 Highway Materials Testing
10.1 Roadway Construction Engineering Inspection
10.2 Construction Materials Inspection
Information on how to obtain a D-U-N-S number, should a responding firm not have
such an identifier, may be found at http://smallbusiness.dnb.com/establish-your-
businessI12334338-1.htmI. The D-U-N-S number must be listed in the submittal.
Any subconsultant included in a submission must also provide a D-U-N-S number.
4. The special knowledge required to satisfy the requirements of ARRA and LAP for
inspection, oversight, reporting, and other aspects of the rehabilitation project will be
RFQ # 1 001 - CEI Services for Clarke Rd. Rehabilitation
5
a major part of the work for the selected consultant. In particular, sections 1201 and
1512 of ARRA require governmental agencies receiving funds under the act to fulfill
employment reporting obligations. The ARRA-required reporting includes monthly
submittals of information about the agency itself, its contractors and consultants, and
their subcontractors and subconsultants, and extends to payroll certification,
contractor employee training, equal employment opportunity compliance, and many
other concerns. LAP reporting and approval requirements are also significant. It will
be the responsibility of the selected consultant to prepare all ARRA and LAP reports,
and to provide other supporting services in addition to the normal CEI services
normally associated with roadway construction projects. Failure to comply with all
requirements could subject the City to loss of federal funds. The City strongly
encourages respondents to be familiar with these various requirements and will give
considerable weight to the qualifications statement submittals related to these
elements of the work.
5. Prospective respondents may secure the documents required for submitting a response
through Onvia/Demandstar at the City of Ocoee's web page for procurements,
http://www.ocoee.orq/Departments/Finance/Purchasinq/Bids.htm. Partial sets of the
documents required for submitting a statement of qualifications will not be issued. By
using Onvia/Demandstar, prospective respondents will be provided with all
information regarding this RFQ, including addendums and changes to the solicitation.
Membership with Onvia/Demandstar is not required to submit a response; however,
fees may apply for non-members.
6. Each qualifications package must consist minimally of a transmittal letter, statement
of qualifications, and company information form (attached at the end of these
instructions). 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, Standard Form 330, dividers, and
company information form), single-sided, portrait orientation, 12-point font.
Additional requirements of submissions are supplied below in Section D. Any
qualifications package failing to conform to these specifications is subject to
rejection. The person signing the Transmittal Letter on behalf of the respondent must
have the legal authority to bind the respondent to the submitted qualification package
and shall be understood to do so. All expenses for providing qualification packages
to the City shall be borne by the respondent.
7. 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 package. The electronic copies shall be submitted in a fully electronic
form on a 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:
RFQ # 1 00 1 - CEI Services for Clarke Rd. Rehabilitation
6
Joyce Tolbert, Purchasing Agent
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Phone: (407) 905-3100 x 1516
FAX number: (407) 905-3194
jto 1 bert@ci.ocoee.fl.us
No fax or e-mailed submissions will be accepted.
8. Qualification packages must be received no later than 2:00 p.m. (local time) on
November 17,2009. 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. 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.
9. The City will receive questions regarding the RFQ only through written inquiries
directed to the Purchasing Agent. Deadline for receipt of written inquiries will be
November 10,2009 at 5:00 p.m.
10. 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.
11. Pursuant to Section 287. 133(2)(a), Florida Statutes, interested firms who have been
placed on the convicted vendor list following a conviction for public entity crimes
may not submit a proposal on a contract to provide services for a public entity, may
not be awarded a consultant contract and may not transact business with a public
entity for services, the value of which exceeds CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
12. Action on qualification packages is expected to be taken by the City Commission
within ninety (90) days of the submission opening date; however, no guarantee or
representation is made herein as to the time between receipt of the qualification
package and subsequent City Commission action. A more detailed schedule is given
below.
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
7
13. The City reserves the right to accept or reject any or all qualification packages, to
waive irregularities and technicalities, and to request resubmission or to re-advertise
for all or any part of the RFQ. The City shall be the sole judge of each qualification
package and the resulting negotiated agreement that is in the City's best interest. The
City's decision shall be final.
14. 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.
15. 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.
B. INSURANCE TERMS AND CONDITIONS
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 minimum limits
and coverages listed below with deductible amounts acceptable to the City. 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.
1. 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.
2. 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
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
8
this contract for the City is not protected under the Workers' Compensation statute, the
Consultant shall provide, and cause each subconsultant to provide adequate insurance,
satisfactory to the City, for the protection of the Consultant's employees not otherwise
protected. Include Waiver of Subrogation in favor of the City of Ocoee.
3. Consultant's Public Liability and Property Damage Insurance: The Consultant shall
obtain during the life of this Agreement COMMERCIAL AUTOMOBILE
COVERAGE, this policy should name the City of Ocoee as an additional insured, and
shall protect the Consultant and the City from claims for damage for personal injury,
including accidental death, as well as claims for property damages which may arise
from operations under this Agreement whether such operations be by the Consultant or
by anyone directly or indirectly employed by the Consultant, and the amounts of such
insurance shall be the minimum limits as follows:
4. Automobile Bodily Iniury Liability & Property Damage Liability
. $1,000,000 Combined single limit per occurrence (each person, each accident)
. All covered automobile will be covered via symbol 1
. Liability coverage will include hired & non-owned automobile liability
. Include Waiver of Subrogation in favor of The City ofOcoee
5. 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
6. 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.
7. 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.
8. 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.
RFQ # 1 00 1 - CEI Services for Clarke Rd. Rehabilitation
9
NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY
INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
. $2,000,000 AGGREGATE
Commercial Umbrella:
. $1,000,000 PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
Builders Risk:
. $100,000 Any (1) Location
. $1,000,000 Any (1) Occurrence
(remainder of page left blank intentionally)
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
10
CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DATE lMoWODN'YVY)
M;ORD. FRAZE-1 11/04/04
r I'ROOUCU THIS CERTIfiCATe IS ISSUED M A MATTER Of INfORMATION
ONLY AND CONFERS NO RIGHTS UPON TIlE CERTIfiCATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
ALTER TIlE COVERAGE AFfORDED BY THE POLICIES BELOW.
INSURERS AFfORDING COVERAGE I NAIe ,
IMJUAED INSUAEA A; lit ..n .."L...&.- 01' a.tlU' I -----
......."a I
Contractor's N.... ~C; I
Addr... toIWRER ~ I
"""""''' I
COVERAGES
THE POUCtES ~ INSURANCE Ltr.'EO BELOW HA~ lifE" ISSUCD TO THE INWREO NAM&D.uov!,QA Tl4E POlICV P[AOO 1N0000TEO. NOTWlTkSlAHOUWQ
ANY R.EQU1REMI!HT. liRM OR COHOIT1ON OF AHY(.OHtlW:TOR OTHE" DOCUMENT WITH lUSJ>>ECTTO WHICH lions ClRTlF'lCATi MAY aE ~D OR
IMV PERTAIN, THe. INSlJR,.f.HCE AFFORCeD IV me POI.ICIES OESCRl8ED tiEAEIHlS. !IuasECr TO AU. ,tIE TEfWS. OClUSIONS AAOCQNOITlONS Of SUCH
POUCiES. AGGREGATE UMfTS SHOWH tolAY HAW &fEN RECUCE08Y PAlO CUJUS
~ :: I'OUCY ....... llA I " .....,.
TTP! M 1N5UlU.HC1
EACH OCCUMENCE . .1, 000, 000
~IIW..UUIUTY PRENlse;r&OCCUIenc. .50,000
X ~lotMEAClAL GF.NfRA.L UABLlTY MED [.XP (My 0'\1 C*1Otl1 .5,000
~ CLAII,d MADE [!] OCCUM PER!ONAI.I AlN ~ 11.,000,000
~ GENE........ AaMEGATi. s~, 000, 000
- I I"ROOUCTS. COW'JQf' AGO .. J, 000,000
~m~~El~TnS~1 :
'<lUCy X ~ LOC ,
!:!!'OAK).... LIMILfTY COMIlNEQ S~ LIMIT '1,000,000
(E.I.cod~1
.!. A,N'fAllTO
AU. OWlrleO AUTOS 8OOl. Y INJURY .
- ...........,
- SCHEDULED AUlOS
,.;. HIRED AUTOS 800IL y ~y 1
l'"-~l
~ NQN-OWNr:O AUTOS -..
I p~ QUlAGE "
(Ptr'~l
JJ.JTOO~Y.EAACC:;OOENT I
I R......... ....'''''' I
OTHEA.ll1AN ....ACe ,I
I ANY AUTO AUTOOHl.Y'; AGO 1
1l5'~~ULU~ EJrCH OCCUIl"II!Ma 11,000,000
X X OCCUR 0 Q.AlIolS IMOE ACGAECAT! S 2.000,000
1 -
R D.DOCY..... I .
I s
I . RETeHnON S X ro~.,...I..Mrr~ 1",1i
WOAAfll.5 COWINSATJOK AND ---,
fMn,DYUS L.I.AalUTY U.. EM;11 ACCIDENT .500,000 ,
ANY PM>f'RJETOMJPAATNEI\'EXfClJTM!. iJ,.,Di5USI.EA l...PlOvEE 1500,000
OHlCiRoloAEM8ER EXClUOUtl' 1 500,000
:m:~S!)tlow U 0I5fAS(. POlICY Ll'lIT
OTklll 100,(0)
Build.ra Rhl< Any 1 Loc
Anv 1 Oce 1,000,000
OISCIlII'TlOH 0' OPlRATIONS IlOCAOOIllS I VEHW:..U I UClUSIOM! ADDEO IT (NDOftSOIVll' "IClAl ~'.UIONS
The insurance evidenced by tbi. certificate sball n~. the certificate
holder. .. an additional in.ured on the General Liability ~ Umbrella
Liability. Worker.' Campan..tlon. Employer.' Liability' Qaneral Liability
.hall contain a Waiver of Subrogation in favor of the certificate holder.
The certificat.e holder i8 added .. . I'D'I'Bi irH.J:Irl fir B.Ii..ld:!:s Ri9t.
oconOl
CANCELLATION
aHOl.l.D N41 OJ THI AaQVI oue",ltD ~I'I CNICIL.UO U'ORI mil! DJ"tMAno-.
D4T1THllllO',1'MI! ISSUlNQ INSU"'''WILl !NOLWOA. TOM.IA !L... DAYSWNTTlJII
NOncl! TO T~I! CtI01f1CATll'O.OlA. KAM.O lOT"''''". IV1' ,AI\.ulltr TO 00 so 'HALL
WOSI NO Q.UOATJ:IH OR UAMlTY Of' NN IlJHOUfJOH THIIMSUUR, naAOf.NTS 011
alP'RUEH1'AnvU.
AUTHORllIO afPautNTATN'E
CERTIFICATe HOLDER
City of Oeo..
150 N. Lak..hor. Drive
Oeo.e FL 34761-2258
C ACORD CORPORATION 19!1
ACORD 25 (20011001
SFrMPLtF
9. Certificates of Insurance: Certificate of Insurance Form (see sample, above), 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, and its
termination date.
RFQ #1001 - CEI Services for Clarke Rd. Rehabilitation
11
. 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.
C. SCOPE OF SERVICES
1. The professional engineering services to be provided under this procurement relate to
construction engineering inspection (CEI) for the Clarke Road Rehabilitation project.
That project involves the milling of existing asphaltic concrete, reconstruction of the
sub-base and base at selected locations, and resurfacing with new asphaltic concrete.
The project extent is approximately 2.5 centerline miles of two-lane and four-lane
divided roadway in northeastern Ocoee. The southern terminus at a traffic signal-
controlled intersection is commercial in nature, but the balance of the project area is
single-family residential. The project limits include a second traffic signal-controlled
intersection adjacent to a railroad grade crossing with full protection (bells, gates, and
lights). Vehicle detector replacement and coordination with the affected railroad
company are part of the project. Emergency warning beacons located near a City fire
station are also included in the project's limits and may need repairs.
2. The work to be provided by the selected consultant includes the traditional CEI
services associated with projects of this type plus the normally required elements of
federal-aid projects and all additional reporting duties required by the ARRA. The
latter group of duties includes all Equal Employment Opportunity compliance tasks.
The following list of duties for the selected CEl consultant is descriptive but not
exhaustive:
a. Monitor erosion control
b. Inspect roadway construction
c. Observe and inspect the repair of traffic control devices, including signs and
signals
d. Monitor maintenance of traffic operations
e. Control and coordinate geotechnical testing of material and construction quality
f. Document and report the project
g. Attend project meetings
h. Verify pay applications
1. Monitor contractor safety programs
J. Ensure compliance with all federal-aid contract requirements (e.g., EEO, DBE,
and Davis-Bacon wage rates)
k. Timely provide all required records, reports, certifications, and other
information or documentation for ARRA compliance by the City and the
contractors and consultants it employees for the work
I. Conduct necessary interviews, reports, certifications, reviews, inspections, and
other activities required for compliance with all remaining ARRA obligations of
the City
RFQ # 1 00 1 - CEI Services for Clarke Rd. Rehabilitation
12
m. Create, manage, and report all noncompliance information processes required
by the FDOT LAP, FHW A Federal Aid to Highways, and U.S. DOT ARRA
programs
3. Item 2.e, above, lists control and coordination of geotechnical and material testing
services as a duty of the selected firm. This duty assumes that the selected consultant
manages the work of a separate geotechnical firm conducting this part of the
oversight process. However, a prime consultant responding to this RFQ may propose
that it supply geotechnical and material testing services. If it chooses to do so, the
qualifications submitted must include those of the staff or subconsultant supplying
those services and be sufficiently detailed to allow the City to evaluate that portion of
the submittal. If the respondent does not choose to propose that it supply
geotechnical and material testing services, either itself or through a subconsultant, or
if the City elects to award the work separately without the selected firm providing
those services, the City will contract for these services with another firm qualified for
such work.
4. Interested consultants must be experienced in providing CEI 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 consultant shall be a licensed
professional in accordance with Florida State law and be familiar with all applicable
laws, regulations, and codes of the U.S. DOT, FDOT, other State of Florida agencies,
St. Johns River Water Management District, Orange County, and the City. Please
include a copy of all applicable licenses held by the prime consultant and any
subconsultants proposed to perform work.
5. The invitation to bid for the construction portion of the project is being procured in
parallel with this RFQ solicitation for CEI services. The Notice to Proceed for
construction of the project should be issued in early January 2010. Substantial
completion is 60 days after the Notice is issued. Final completion is 90 days after the
Notice is issued. The estimated cost of construction is approximately $1.5 million.
D. SUBMITTALS
Qualification Packages shall be designed to portray to the City how the respondent's
services can best match the knowledge, skills, and abilities suggested by the anticipated
Scope of Services given above. In order for the City to evaluate the qualification package,
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 include the
following:
1. Firm's Qualifications
a. List of firm's key employees, their qualifications, and their role for the City
serVIces.
b. Firm's and employee's certifications and registration with regulatory agencies,
professional organizations, etc.
RFQ # 1 00 1 - CEI Services for Clarke Rd. Rehabilitation
13
c. List firm's subconsultants, if any, their qualifications, and their role in this
project.
d. List of firm's other current or recently completed similar services within the
past two (2) years with other public or private agencies.
e. List and quantity of firm's (and firm's sub-consultants, if applicable) equipment
that may be used in the performance of the work.
f. List of at least three (3) client references to include organization name, contact
person, telephone number(s), and e-mail address.
2. Other Required Forms
a. These forms are required of the firm and all sub-consultants:
. Standard Form 330.
. Summary of Litigation within the past five years.
. Minority Business Enterprise Certification, if applicable.
. Addenda Acknowledgement, if applicable.
. Company Information/Signature Form.
b. 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. A ward of this project is conditional upon
ARRA funding.
c. 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.
d. 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.
D. TIME SCHEDULE
The anticipated schedule of events related to this solicitation for professional engineering
serVIces IS:
Date of RFQ
14 days later
21 days later
22 days later
30 days later
Next meeting
Request for qualifications published
Last day for questions
Statements of qualification are due
Qualification statements distributed to selection committee
Selection committee meeting held
Short-list of ranked firms recommended to City Commission
Dates are estimated and subject to change at the City's discretion.
E. SELECTION PROCESS
1. The criteria for selection shall be based on the criteria listed above, including the
firm's qualifications, location, past performance, and reference check. The City
reserves the right, before awarding the contract, to require a Respondent to submit
RFQ # 1 001 - CEl Services for Clarke Rd. Rehabilitation
14
such evidence of its qualifications, as the City may deem necessary and may require
oral presentations of firms. The City shall be the sole judge of the competency of
Respondents.
2. A City selection committee will evaluate each respondent's qualifications and will
short-list and recommend to the City Commission up to three firms in ranked order of
qualifications based upon the selection committee's evaluation of the proposals and
any client references. All Respondents shall be notified via Onvia/Demandstar 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.
3. The City will attempt to negotiate an agreement with the top-ranked Respondent. If
no agreement is reached with the top-ranked Respondent, negotiations will be
terminated and initiated with the second-ranked Respondent, and so on, until an
agreement is reached.
4. The successful Respondent shall be required to execute an agreement which provides,
among other things, that all plans, drawings, reports, and specifications that result
from Respondent's services shall become the property of the City. Upon the
successful negotiation of an agreement, a formal contract will be prepared and
subsequent executed by both parties.
Evaluation Criterion
1. Experience of the firm and project team
. Related work experience of the firm
. Related work experience of the project team
. Familiarity with federal-aid requirements
. Qualifications of the firm related to LAP and ARRA programs
. Certified Minority Business Enterprise
. Affect of Ie al action a ainst the firm
2. Project approach
. Understanding of the scope of services
. Quality and innovative approach to the project
. Awareness of and a roach to overcomin otential issues
3. Staffing
. Staff qualifications
. Subcontractor qualifications
. Staff availabilit
Total
Maximum Points
40
30
30
100
G. BID PROTESTS
The City's Finance/Purchasing Department will consider bid protests seeking contract
award, damages, and/or any other relief. Any respondent seeking to file a protest
SHALL use the following procedures:
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
15
1. A respondent 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. Shall fully state the factual and legal grounds for the protest and the legal
basis for the relief requested; and
c. Shall be filed with the Purchasing Agent not later than three (3) calendar days
after the posting of the notice of intent to award or recommendation of award
by staff.
3. After a Bid protest has been properly filed with the City, the City, by and through
its Purchasing Agent, 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. Conflicts with applicable federal, state or local law
No protest may be based upon questions concerning the design documents. The
protesting respondent shall clarify all such questions concerning the design of the
project prior to submitting its bid.
END OF INSTRUCTIONS
RFQ # 1001 - CEI Services for Clarke Rd. Rehabilitation
16
COMPANY INFORMATION/SIGNATURE SHEET RFO #1001
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF OCOEE.
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 ID #
_Individual _Corporation _Partnership _Other (Specify)
day of
,20_,
Sworn to and subscribed before me this
Personally Known
or
Produced Identification
Notary Public - State of
County of
(Type of Identification)
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFQ # 1 00 1 - CEl Services for Clarke Rd. Rehabilitation
17