Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #05 Award of RFQ #1103 Continuing Contract for Transportation Planning Consulting Services
� of Good L e v iOC AGENDA ITEM COVER SHEET Meeting Date: June 7, 2011 Item # 5 Reviewed By: Contact Name: Joyce Tolbert Department Director: . . 1'4 Contact Number: 1516 City Manager: Subject. Award of RFQ #1103 Continuing Contract for Transportatioia ` ating Services, Background Summary: The City's continuing contract for transportation planning consulting services has expired. In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, a Request for Qualifications (RFQ) was advertised with the intention to award continuing contracts for transportation planning consulting services to one (1) or more firms deemed to be the most highly qualified to perform the required services. Firms selected by the City will provide general transportation planning consulting services for various planning, design and development review projects 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, for a maximum of five (5) years from the date of execution, with a one -year renewal option. Issue: Award Continuing Contracts for Transportation Planning Consulting Services to the two (2) short- listed firms recommended by the Selection Committee. Recommendations Staff recommends that the City Commission award the Continuing Contracts for RFQ #1103 to Renaissance Planning Group and Cape Dresser & McKee Inc., as the top two (2) short- listed 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: 1. RFQ # 1103 2. Renaissance Letter of Interest 3. CDM Letter of Interest 4. Shortlist/Evaluation Form 5. Checklist Financial Impact: As budgeted each fiscal year. Type of Item: (please mark with an "x') Public Hearing For Clerk's Dept Use: Ordinance First Reading V` Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. �/ N/A Reviewed by ( ) N/A 2 Mayor ire c of Good z; 17 Commissioners S. Scott Vandergrift : W.{ �, Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager j �, Rusty Johnson, District 3 Robert Frank Joel Keller, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: May 23, 2011 RE: Award of RFQ #1103 Continuing Contract for Transportation Planning Services ISSUE Award Continuing Contracts for Transportation Planning Consulting Services to the two (2) short- listed firms recommended by the Selection Committee. BACKGROUND/DISCUSSION The City's continuing contract for transportation planning consulting services has expired. In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, a Request for Qualifications (RFQ) was advertised with the intention to award continuing contracts for transportation planning consulting services to one (1) or more firms deemed to be the most highly qualified to perform the required services. Firms selected by the City will provide general transportation planning consulting services for various planning, design and development review projects 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, for a maximum of five (5) years from the date of execution, with a one -year renewal option. The RFQ was advertised on March 20, 2011 and was publicly opened on April 26, 2011. The Finance Department reviewed the qualification packages and all were considered responsive. Complete copies of all responses are available in the Finance Department for your review. The eight (8) responses were evaluated by the RFQ Selection Committee, which was comprised of five (5) members: Al Butler, CIP Manager; Steve Krug, Public Works Director; Michael Rumer, City Planner; Russ Wagner, CRA Administrator; and David Wheeler, City Engineer. The public RFQ selection committee meeting was held on May 18, 2011 with 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 the following top two (2) firms: 1. Renaissance Planning Group 2. Camp Dresser & McKee Inc. Responses were also received from: Aecom Technical Services; CPH Engineers; Dyer, Riddle, Mills & Precourt; Kiefer Planning & Engineering; Tindale - Oliver & Associates; and Transystems Corporation. 1 7 0 >o m m< m< m o m z ...I ea sv v ea v Ca Ca (/) XD c c c c c 0 o — r,; v Si) v v v c 0 0 0 0 0 0 so 0 Gn CO IV — -' O O� �` b 3 9 N = W (8 0 0 N O 3 E. y Z I m � n Z C O o Z ,--). i HhIi ig ii v4 N 0 m D , * Z r' n c� � y •"" o '' °� i m = _1 Z 3 V7 : ". . .r cn Z O T co o X D # Di v I iiiA N Z UV CA) = O - 0 x r r z i .Z z m O d o w o0 0o w oo Z o o Z co 4 Z • IHIH m cn n r m cn 1 11 II k e 0 -1 _1 7C 0 C) C) D 0 Z z m m M> Z z D m —I m O r z> o z n `i Z 13 0 vii m m z m m m 73 z o f G) F Z > e O 90 0 D Z f?o r r +� - , Z ( 5 r T - y ° m m Z C) z m O m O c) 0) , 33 Co c c Z 0 Z L - , Z Cn O s a N y B ▪ OA ' Y 0 r C ''' '4`,..'" Z W II 111111, 4..77:74 Z CI cn c r c z z z Z Z Z z CD C C C C a C m z > > z z cn cn --I n ;.;;;7 , , F44,,,, 4 . , M r. �* �g RENAISSANCE PLANNING GROUP , ' % ■ '' .. ". 121 S. Orange Avenue, Ste. 1200, Orlando, Florida 32801 • phone: 407-487-0061 • fax 407-487-0058 April 26, 2011 Joyce Tolbert, CPPB Purchasing Agent City of Ocoee Finance / Purchasing Department 150 North Lakeshore Drive, Second Floor Ocoee, FL 34761 RE: RFQ #1103 Continuing Contract for Transportation Planning Consulting Services Among its goals, the City of Ocoee has identified priorities centered on economic development that diversifies the City's tax base and land use mix, and promoting quality of life by ensuring high levels of service for its citizens. Effective and efficient transportation plays a key role in the City's ability to achieve its goals and each of those priorities. The update to the Transportation Element of the Comprehensive Plan emphasizes the continued development of a multimodal transportation network that balances mobility with livability, and improves accessibility to key land use destinations within and outside both the Community Redevelopment Area and the City as a whole. Improving regional mobility and connectivity is central to the long term success of the City's redevelopment plans and maintaining safe and desirable residential areas. Recognizing that context and the City's needs for effective transportation technical and policy support services, Renaissance Planning Group is excited to submit this proposal to provide professional transportation planning services to the City of Ocoee. Through our long history of service to the City, which most recently included assistance to amend the Comprehensive Plan to support the Transportation Concurrency Exception Area designation and infill development, Renaissance has a clear sense of the requirements and expectations as one of the City's on -call transportation consultants. Renaissance Planning Group is well qualified for this contract. For the last 10 years, we have served City on all of its transportation planning - related issues, and we consistently bring innovative, flexible and financially feasible transportation approaches centered on multimodal accessibility and Context Sensitive Solutions for transportation infrastructure. We have developed a reputation for quick response, cost - efficient, high quality services for municipalities that have included long -term relationships with Ocoee, as well as Kissimmee, Oviedo, North Port and others around the state. We integrate the skills of 1 �, 1 , 4 j ' V ;�` 4i;' transportation planning, urban design, economic development and GIS mapping to provide contextually relevant analysis that helps communities achieve their goals. Our work on multimodal transportation and community design epitomizes what makes Renaissance unique: integration through collaboration. Our approach to municipal services is to integrate the major influences of projects — land use, transportation and site design — from the "ground up" by focusing on desired outcomes. This enables us to properly address the complex issues facing localities by relating each assignment to big picture goals. Collaboration is essential to integration. Not only does the staff from Renaissance closely work together throughout the process, we involve our clients and the public in meaningful ways through charrettes, team studios and interactive workshops when appropriate to guide the process. We are excited about the prospect of continuing our service with the City of Ocoee, its various departments and citizens. We are confident that the skills, abilities and experience of the Renaissance Team and our proposed key personnel provide an excellent fit with the City's needs to provide unbiased analysis that is completely free from conflicts of interest. We appreciate the opportunity to submit our qualifications and look forward to hearing from you. Respectfully submitted, 1/ ... / r .r' •V Whit Blanton, AICP Vice President Renaissance Planning Group 2 WAN 2301 Maitland Center Parkway, Suite 300 Maitland, FL 32751 tel: 407 660 -2552 fax 407 875 -1161 April 26, 2011 Joyce Tolbert, CPPB Purchasing Agent City of Ocoee Finance /Purchasing Department Second Floor, 150 N. Lakeshore Drive Ocoee, Florida 34761 Subject: Statement of Qualifications to Provide Continuing Contract for Transportation Planning Consulting Services – Request for Qualifications (RFQ #1103) Dear Ms. Tolbert and Members of the Selection Committee: Due to the economic recession, municipal governments are faced with an unprecedented set of circumstances — development projects are being delayed, property and gas tax revenues are in flux, some are opting to waive development impact fees, and the rising cost of gasoline is affecting driving habits throughout the region. In these uncertain times, the City of Ocoee needs a trusted advisor to provide guidance on issues related to the city's transportation system. Camp Project Manager Dresser & McKee Inc. (CDM), together with our Bryan A. Chevalier, recently acquired wholly owned subsidiary Wilbur RE. has the Smith Associates (WSA), has the local knowledge credentials and broad and transportation planning expertise to deliver experience in A� unbiased, technically sound advice to city staff on transportation that will tfrf the variety of transportation issues identified in the enhance our team's ' scope of services. ability to deliver solutions to meet the. The integration of CDM and WSA (CDM -WSA City of Ocoee's team) brings together one of the engineering and present and future construction industry's top water and environment rY p needs. Deputy Project firms with an industry leader in transportation. For Manager Abra Horne, the City of Ocoee, this combination offers the AICP will support Mr. following benefits: Chevalier with her multifaceted approach • A Dedicated, Locally Based Project to management and Manager and Deputy Project Manager. successful completion The CDM -WSA team understands that an of transportation and experienced, dedicated, and locally based transit planning project manager will be a key success factor projects. for this contract. As such, we are pleased to offer Bryan Chevalier, P.E. as our project CDNI Ms. Joyce Tolbert and Members of the Selection Committee April 26, 2011 Page 2 manager. Bryan is located in our Maitland office and has more than 16 years of transportation experience. He will serve as the city's single point of contact and his projected workload is such that he can commit 100% of his time to this project if requested. Bryan will be supported by deputy project manager Abra Horne, AICP, who formerly served as the principal planner for the City of Ocoee and brings in -depth knowledge of the city's transportation issues and processes. • Industry- leading Expertise in All Aspects of Transportation Planning. The CDM - WSA team includes experts in urban and regional planning, traffic modeling, geographic information systems, development of web sites and public involvement campaigns, access management, bicycle /pedestrian mobility, roadway corridor studies and design, utility relocations, and economic and socioeconomic analysis. These resources are locally based in Maitland and will be readily available to assist the city and/or serve as an extension of your staff. • Strategic Partnerships with Trusted Subconsultant Firms. The CDM -WSA team has supplemented the knowledge and experience of our own personnel by adding the firms of Planning Design Group (PDG) and Luke Transportation and Engineering Consultants (LTEC) to our team. We have experience working with both of these companies on recent similar projects and are 100 percent confident in their ability to provide the same outstanding level of service to the City of Ocoee that our own personnel will deliver. Our combined experience, along with our team's geographical location, will provide Ocoee with a team that has unprecedented understanding of the community. This level of understanding and detail allows the CDM -WSA team to "hit the ground running." As a vice president of CDM, I am authorized to make representations for CDM and have the legal authority to bind the firm contractually. If you have any further questions about our qualifications or require additional information, please contact me at 407.660.2552 or burgessma @cdm.com. We look forward to serving the needs of the City of Ocoee. Thank you for your kind consideration. Sincerely, Mark A. Burgess, PE, BCEE Vice President Camp Dresser & McKee Inc. e C of Good L Mayor .fib 1/ Commissioners S. Scott Vandergrift �,.._�.• ��� Gary Hood, District 1 '' , t Rosemary Wilsen, District 2 City Manager _ Rusty Johnson, District 3 Robert Frank Joel Keller, District 4 CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #1103 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org Request for Qualifications, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting statements of qualifications for the following project: RFQ #1103 Continuing Contract for Transportation Planning Consulting Services. Qualification Packages will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 P.M., local time, on APRIL 26, 2011. Qualification Packages received after that time will not be accepted under any circumstances. Sealed qualification Packages that have been timely received will be publicly opened and read aloud at that time. No Pre -bid conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a response through Onvia/Demandstar by accessing the City's website at http: / /www.ocoee.org under Finance /Purchasing. 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, all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a response. Persons other than prospective respondents 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. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. City Clerk, March 20, 2011 RFQ #1103 — Continuing Contract Transportation Planning 2 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #1103 CONTINUING CONTRACT FOR TRANSPORTATION PLANNING CONSULTING SERVICES A. INTRODUCTION AND GENERAL INSTRUCTIONS 1. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City), is soliciting statements of qualifications from experienced transportation and planning consulting firms that are interested in providing general transportation planning consulting services for various planning, design, and development review projects. 2. The City intends to award continuing contracts to one (1) or more firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the City shall consider such factors as the ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; recent, current, and projected workload; efficiency and cost - effectiveness. In addition to identifying the best firms for the work, if multiple contracts are awarded, the City desires to create an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selecting the most highly qualified firm for a given task. Firm(s) selected by the City will provide Transportation Planning Consulting Services to the City on an as- needed basis, which will be assigned using task orders issued by the City under the continuing contract. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, and one (1) additional year upon City option unless otherwise terminated by either party, in writing, given 30 days notice. 3. Prospective respondents may secure a copy of the documents required for submitting a response through Onvia/Demandstar by accessing the City's website at http: / /www.ocoee.org under Finance /Purchasing. 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, all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a response. 4. Each qualifications package must consist minimally of a cover 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 any resumes, 2 -page cover letter, copies of licenses, certifications etc., but excluding front and back covers, dividers, and company information form), single- sided, portrait orientation, and 12 -point font where possible. Additional requirements of submissions are RFQ #1103 — Continuing Contract Transportation Planning 3 supplied in Section D. Any qualifications package failing to conform to these specifications is subject to rejection. The person signing the signature sheet 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 and the City assumes no responsibility for any costs incurred in the preparation of the qualification package by the Respondent. 5. Firms, companies and/or individuals interested in providing the transportation planning consulting services shall submit one (1) original paper 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: 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 j tlbert@ci. ocoee. fl .us No fax or e mailed submissions will be accepted. 6. Qualification packages must be received no later than 2:00 P.M. (local time) on APRIL 26, 2011. 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. 7. 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 APRIL 13, 2011 at 2:00 P.M., local time. 8. 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 #1103 — Continuing Contract Transportation Planning 4 9. 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. 10. All applicable laws and regulations of the United States, the State of Florida, Orange County, and the City of Ocoee will apply to any resulting Agreement. 11. 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. 12. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME): A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). 13. FLORIDA PUBLIC RECORDS LAW: In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request of proposal become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. 14. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented RFQ #1103 — Continuing Contract Transportation Planning 5 invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 15. The City reserves the right to accept or reject any or all responses, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new qualification packages. The City may accept any item or group of items of any response, unless the Respondent qualifies its qualification package by specific limitations. The City may accept one or more responses if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and responsible Respondent. The City reserves the right, as an aid in determining which qualification package is responsible, to require a Respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all responses. B. INSURANCE TERMS AND CONDITIONS Proof of Professional Liability Insurance: *Provide a current insurance certificate providing proof of Professional Liability Insurance. 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 by companies acceptable to the City at the following minimum limits and coverage's with deductible amounts acceptable to the city: Comprehensive General Liability Insurance: $1,000,000.00 (The City of Ocoee is to be named as an additional insured) Professional Liability Insurance: $1,000,000.00 (Design Errors and Omission) Standard Insurance Requirements: 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 RFQ #1103 — Continuing Contract Transportation Planning 6 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 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 Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee RFQ #1103 — Continuing Contract Transportation Planning 7 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. 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 • $1,000,000 Any (1) Occurrence (remainder of page left blank intentionally) RFQ #1103 — Continuing Contract Transportation Planning 8 C ERTIFICATE OF LIABILITY INSURANCE DATE(IaEDMYYW) QCORt� yR�a$'P -i ° 11/04/04 PROnucu THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. • INSURERS AFFORDING COVERAGE NAIC e NAMED NOMAA AN Met usu.' A• Yttet NWRER& C�N trac tor's Name INSURER C. —, NSURER Ss Addreo WSURFAE COVERAGES THE MUCUS O WMIRANCEU$TED MOW HAVE BEEN ISSUED TO THE Min,MO NAMED MOVE FORM POUCYP0R00 INDICATED. NOTSTMOTANONIO ANY REOUIRBABNT. TERN OR CONOGNONI OF ANTCON1RACT OR OTEER DOCUMENT WITH RESPECT TO WINCH TAN CERTr CATE MAY EE *SUED OR MAY PERTAIN, THE INSURANCE AFFORDED SY TDEPDUCea OISCRIIED EEIRN IS SUBJECT TO ALL TIE TERM& E%CIUSIONS ARO CONINTIONS OF SUCH FOULS& AGGREGATE UNITS SHOWN WY SONS SEEN REDUCED SYPAIO CLAIM �q,�Y @P Pp�TE�pS��TgN sal WG DO 1 OATEINWO1A0N MESS 1.111 LIMO t LIABILITY INSURANCE FOLIC' RUNNER EACH OCCURRENCE ' s 1,000, °E'er gMiais R»ateMwwKtl 3 50, 000 X X COMMERCIAL GENERAL LABILITY cu R m s 5,000 � c PJIUL WOE © OCCU PeAso w La Aw w muuNT PP.NSOuAWnmY *1,000,000 ,— OENI M AGGREGATE * 2,000,000 GENT. AGGREGATE UNIT APPU$I PEA: PRODUCTS.cOMNOPAGO *2,000,000 • n POUCY n n COMNNED SNOLEum° y 1, 000, 000 AUTOAND/LE IJA.RITY 011 S OdeA) X ANY AUTO --- Au. OwMEDAUTOS SOOLYWNRY 1 (PR, Dusni SCHCOUL03 AUTOS X HIRED AUTOS SOCRLY INJURY NOMOWNEDAUTOS PROPERTY ) DAMAGE i awdou �sARAOEu•aurr AUTO ONLY• LAACCIO@NT 3 EA ACC S ANY AUTO OON AGO 3 EAC OCCURRENCE $ 1, 000, 000 I acE*EUaEaeLULUELH AGG*E ATE 1 2,000.000 X II oCC a+ CLAUS ace y DEDUCTIBLE 3 . WO$$ MENTON i x �T�miriM *s l l° $M LASIJ r $ATKW'WD EA. FAO. =IOW 3500.000 j $WtOYERS' UMI EL. GSFASE -EA /MPLDYEE i 500, 000 Y I E.L CO ME. POUCY WIT i 500, 000 SPEC PSSIIDN � DTHI/ Builders Risk Any 1 Loa 10,,000 Any 1 000 1,000,000 MAMMON OF OFERATIONS E LOCATIONS/ MOWN RCLWGNS ADOIED ST INDDASENENT ESPECIAL PRONNICNS The insurance evidenced by this certificate shall name the certificate holders as an additional insured an the General li & General brella Liability Liability. Workers' Compensation, Employers shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a Ted $Riled fir Wails Risk. CERTIFICATE HOLDER CANCELLATION OCO gin SHOULD ANY Or 110 MOVE MC HMO POLKAS M GANCILUD EER°RSTHEaPMATIO* OATS THERIORTNS mama INSURER WILL OmGVOR TO W*. 10 SANITARIUM NOTICE TO Tla CEETWI :ATE HOLDER NAMip TO THRUPT, RUT MUMS TO 00 SO SHALL City of Ocoes IMPO*IN00I000ATION OR LIAOLITY OF ANT MIMD MORTAR WSURFR, STEMINTS OR 150 N. Lakeshore Drive RONaamRATMa Ocoee IFL 34761 - 225e AUT■gRayO RIPRUEJTATNE 0 ACORD CORPORATION ,ESE ACORD t5 (200110*) /, p t' 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. • 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, RFQ #1103 — Continuing Contract Transportation Planning 9 except ten (10) days written notice of cancellation for non - payment of premium. C. SCOPE OF SERVICES The scope of work will be performed through task orders issued under the continuing contract. The City, at its sole discretion, may assign short-term or long -term tasks to each firm based on need, to ensure the best continuous service for the City of Ocoee. Interested firms must be experienced in providing Transportation Planning Consulting Services for projects of a scope and nature comparable to those described under "Submittals" below. 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. 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. See Section A.4. of this RFQ for additional requirements. The required submission materials include the following: 1. Legal name, Federal taxpayer identification number, address, and telephone number of the respondent (firm, corporation, partnership, individual). The person signing the Qualification Packages on behalf of the Respondent shall have the authority to bind the Respondent to the submittal. All firms who submit their Qualifications to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the documents are qualified to submit a Qualification Package under Section 287.133, (2)(a) Florida Statutes. 2. Tabulation of employee's (pertinent to the project) current (base year) loaded hourly wages and anticipated annual increases and hourly rates. Tabulation of all other charges and miscellaneous expenses which may appear or would be charged to the City on the firm's invoices. 3. Professional qualifications of Firm and specific individuals to be assigned to the project (include resumes). Names of any anticipated Sub Consultants for Professional Services to be listed. Include names, addresses, and previous qualifications if you propose using Specialty Consultant Services. (Remainder of page left blank intentionally) RFQ #1103 — Continuing Contract Transportation Planning 10 4. Identify how the firm's Transportation Planning expertise would be utilized to perform tasks identified in the following Scope of Services under a continuing contract. A. Assisting City staff in updating a financially feasible Master Transportation Plan; B. Assisting City staff in periodic updates to the Comprehensive Plan, land Development Code and Capital Improvements Plan; C. Performing and /or reviewing individual traffic analyses of private development projects for concurrency management and operational issues; D. Assisting City staff in updating and maintaining a socio- economic database; E. Performing traffic modeling in conjunction with road impact fee updates and Comprehensive Plan Amendments; F. Providing annual traffic counts and other counts for special studies and traffic operations analyses; G. Assisting City staff with roadway conceptual analysis and concept design; H. Assisting City staff in the identification and qualification for various Federal and state grants, etc. I. Providing assistance working with other governmental agencies on transportation related issues; J. Performing intersection analyses and other studies involving traffic operations; K. Reviewing traffic studies submitted through the concurrency process or for alternative road impact fees; L. Developing access management plans for roads in the City; M. Developing plans for bicycle, pedestrian, and transit ways in conjunction with transportation planning; and N. Other related services requiring transportation planning. O. Providing transportation modeling in conjunction with mobility fee development, alternatives analysis, and establishment; and P. Assisting City staff with CRA administration relative to transportation related issues; and Q. Provide transportation analysis as it may relate to architecture, landscape architecture, urban design, form based code; and RFQ #1103 — Continuing Contract Transportation Planning 11 R. Performing periodic reports as required by the Comprehensive Plan on the status of the Multi - Modal Transportation District. 5. Past performances in similar projects for governmental clients. List all projects of similar nature within the past three (3) years. Title and brief description of each project to include: - Client (contact person, address, and telephone numbers) - Year completed - Nature of work involved in each project - Total cost 6. Current and near future workload (ability to perform in a timely fashion). Submit current list of projects and percentage of completion and expected date for completion. 7. Location of Firm within general geographical area. 8. Provide statement agreeing to obtain (prior to award) Insurance coverage as required by the City in the amounts set forth in this RFQ. 9. Any additional pertinent data regarding the Firm's capability (please limit to two (2) pages). 10. Disclosure of any potential Conflict of Interest due to any other clients, contracts, or property interests. Include a notarized statement certifying that no member of your firm's ownership, management, or staff has vested interest in any aspect of, or Department of, the City of Ocoee. 11. Company Information/Signature Sheet included in this RFQ. 12. Receipt of Any Addenda Issued. E. TIME SCHEDULE The anticipated schedule of events related to this solicitation for transportation planning consulting services is: Date of RFQ Request for qualifications published 21 days later Last day for questions 35 days later Statements of qualification are due 37 days later Qualification statements distributed to selection committee 50 days later Selection committee meeting held Next meeting Short-list of ranked firms recommended to City Commission Dates are estimated and subject to change at the City's discretion. RFQ #1103 — Continuing Contract Transportation Planning 12 F. SELECTION PROCESS 1. The criteria for selection shall be based on the criteria listed below, 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 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 one or more firms in ranked order of qualifications based upon the selection committee's evaluation of the responses and any client references. All Respondents shall be notified via Onvia/Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. 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 Maximum Points 1. Ability to Provide Type & Quality of Services 30 2. Quality & Extent of Staff Experience with Transportation Planning Projects 25 3. Ability to Continue Project within Budget with Current/Projected Workload 20 4. Efficiency & Cost - Effectiveness 20 5. Certified Minority Business Enterprise • Include Copy of MBE Certification 5 100 RFQ #1103 — Continuing Contract Transportation Planning 13 G. BID PROTESTS All Bid Protests shall be submitted to the Purchasing Agent in the following manner: A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 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. The bid protest 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, whichever is earlier. The Purchasing Agent, on behalf of the City, shall make a determination of 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. END OF INSTRUCTIONS RFQ #1103 — Continuing Contract Transportation Planning 14 COMPANY INFORMATION /SIGNATURE SHEET RFO #1103 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 IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 . Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ #1103 — Continuing Contract Transportation Planning 15