HomeMy WebLinkAboutItem #03 Award of RFQ #0701- Utilities Bldg.
AGENDA ITEM COVER SHEET
Meeting Date: November 21,2006
Item # 3
Contact Name:
Contact Number:
Joyce Tolbert
1516
~:;~:;V;~=~t Director: .~~
City Manager: ~
---...
Subject: Award of RFQ #0701 Professional Architectural & Engineering Services for a New
Utilities Administrative office Building
Background Summary:
The selected firm will assist the City in designing and building a new Utilities Administrative Office
Building which shall include miscellaneous offices. break/training room, conference area, bathrooms and
reception area. In addition, the project shall include site improvements such as parking, sidewalks,
drainage, landscaping, and utilities extension.
Issue:
Award of Architectural & Engineering Services for the new Utilities Administrative Building to the top-
ranked firm recommended by the Selection Committee.
Recommendations
Staff recommends that the City Commission award the Contract for RFQ #0701 to KZF Design, LLC ,
and authorize Staff to proceed with contract negotiations with KZF, and authorize the Mayor, City Clerk,
and Staff to execute all necessary contract documents.
Per State of Florida CCNA Act Statute 287.055, if contract negotiations are unsuccessful with the top-
ranked firm, staff shall terminate negotiations and initiate negotiations with the second-ranked firm, and
so on, until an agreement is reached.
Attachments:
1. RFQ #0701
2. KZF Letter of Interest
3. Stottler Staqq Letter of Interest
4. Bentley Letter of Interest
5. RFQ Checklist
6. RFQ Evaluation Totals
Financial Impact:
The budget includes $550,000.00 for the entire project from design through construction. This item is for the
design portion only.
Type of Item: (please mark with an "x'7
Public Hearing
_ Ordinance First Reading
For Clerk's DeDt Use:
_____ Consent Agenda
Ordinance Second Reading
Resolution
X Commission Approval
~ Discussion & Direction
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 ( )
~~fr
N/A
N/A
N/A
2
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Agent ~
November 13, 2006
TO:
DATE:
RE:
Award ofRFQ #0701 Professional Architectural & Engineering Services for a New Utilities
Administrative Office Building
ISSUE
A ward of Architectural & Engineering Services for the new Utilities Administrative Building to the top-ranked
firm recommended by the Selection Committee.
BACKGROUND/DISCUSSION
In compliance with State Statute Section 287.055 (CCNA Act) and policies and procedures of the City ofOcoee
Purchasing Code Chapter 21, a Request for Qualifications (RFQ) was advertised with the intention to award a
contract to one (1) qualified professional architectural and engineering firm to assist the City in designing and
building a new Utilities Administrative Office Building which shall include miscellaneous offices, break/training
room, conference area, bathrooms and reception area. In addition, the project shall include site improvements
such as parking, sidewalks, drainage, landscaping, and utilities extension. The planned new building will be
located west side of the entrance road at the entrance gate to the City of Ocoee Reclamation Facility at 1800
A.D. Mims Road, Ocoee Florida. The proposed building is intended to be of similar architectural style as the
Beech Center (recreational facility) located opposite the proposed new building.
The Finance Department reviewed the qualification packages and all were considered responsive. Complete
copies of all qualification packages are available in the Finance Department for your review. The qualification
packages were evaluated by the RFQ Selection Committee, which consisted of four (4) members: Charles Smith,
Utilities Director; Jamie Croteau, Assistant City Manager; David Wheeler, City Engineer; and Steve Krug,
Public Works Director.
The public RFP Selection Committee meeting was held on November 8, 2006 to evaluate the three (3)
responses. The Selection Committee evaluated and ranked the firms from 0-400 points on specific evaluation
criteria. The Selection Committee recommends contracting with the top-ranked firm. The Respondents and their
rankings are as follows:
1. KZF Design, LLC
2. Stottler Stagg & Assoc.
3. Bentley Architects & Engineers
281 Points
247 Points
245 Points
RFQ #0701
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR A NEW
UTILITIES ADMINISTRATIVE OFFICE BUILDING
EVALUATION FORM
SELECTION COMMITTEE MEETING 11/08/2006
COMBINED TOTALS....FOR FINANCE DEPT USE ONLY
COMBINED TOTALS
Bentley Architects & StoHler Stagg &
Evaluation Criteria Engineers KZF Design, LLC Assoc.
.... i,,! 'c
Overall Firm/Team's
Experience
(0-60 points) 43 47 47
!t-Irm/l eam s
Experience w/similar
projects
(0-140 points) 118 125 120
it-irm/l eam's Past
ability to deliver a
project on Budget
(0-100 points) 25 30 30
Project Approach
(0-60 points) 45 49 46
. '..
Certified Minority
Business Enterprise
(0-20 points) 0 12 0
IUTilce Location
(0-20points) 14 18 4
Ranking 3 1 2
COMBINED TOTAL
ALL EVALUATORS 245 281 247
(0-400 points)
2
RFQ #0701
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR
A NEW UTILITIES ADMINISTRATIVE OFFICE BUILDING
CHECKLIST
10/31/20062:00 pm
Bentley Architects &
1 Engineers, Inc.
Yes
Yes
Active
2 KZF Design, LLC
Yes
Yes
Active
3 Stottler Stagg & Assoc.
Yes
Yes
Active
Listed Alphabetically
ARCHITECTURE
I
ENGINEERING
INTERIORS
KZF Design, LLC
2101 Park Center Drive, Suite 290
Orlando, FL 32835-7608
- Z F ~ $~ ~~ ~ main 407.298.1988
.. ~ fax 407.298.1985
. ~ lie #AA0003374 KZF.COM
PLANNING
I
I
October 31 , 2006
I
Ms. Joyce Tolbert
Purchasing Agent,
Finance Department
City of Ocoee
150 N. lakeshore Drive
Ocoee, Fl34761
,
-
I
Subject:
Request for Qualifications for Architectural/Engineering Services
for New Utilities Administrative Office Building - RFQ #0701
I:
Dear Ms. Tolbert,
.
-,
KZF Design LLC is an architectural and interior design firm located in Orlando. Our
firm's in-house master planning, space programming, architecture and interior design
services will be combined with the mechanical, electrical, structural and communications
engineering services of TLC-Engineering for Architecture, the site/civil engineering of
Dyer Riddle Mills & Precourt (DRMP), and landscape architecture of JCR Consulting
(WBE), all Florida-based consultants. This KZF Team will provide the complete
architectural/engineering design services required for your new office project.
I
I
I
!
.
Among our municipal experience, our firm designed the interior fit-out design for
Ocoee's new Public Works Building. Comparable in size to your proposed new
Utilities Administrative Office Building, KZF designed new one-story facilities for the
Social Security Regional Office and Service Centers in Kissimmee and Deland and
new Orlando CIS Border Patrol Offices. These projects included offices, training,
conference, computer, and customer service facilities. A developer leased these design-
build facilities back to the United States Government.
.
KZF Design recently completed the construction documents for the new 38,000 square
foot New Smyrna Beach Police Station. We are also designing a new freestanding
Emergency Operations Center as part of their overall municipal campus master plan.
!
The City of Port Orange commissioned KZF Design to provide space assessment and
programming, master planning, and construction phasing services for the proposed new
Port Orange Public Safety Facilities. A new 65,000 square foot Police Station with an
integral Emergency Operation Center and Conference Center, new three-bay Fire
!
.
-
.
~
.
KZF Design, LLC
2101 Park Center Drive, Suite 290
Orlanda, FL 32835-7608
.
.
main 407.298.1988
fax 407.298.1985
lie #AA0003374
.
Station, and a Fire Administration Building with public fire safety training facilities are all
part of this extensive study. Brevard County Parks & Recreation selected KZF Design
to renovate two old Community Centers in Titusville.
I
.
Summary
As a result of our local government experience, KZF Design has the expertise to lead
the City of Ocoee through the initial space programming/planning and preliminary design
effort and then develop the construction documents for the proposed new Utilities
Administrative Office Building. KZF Design team offers the City a Central Florida team
of architects, interior designers, mechanical, electrical, structural, and site/civil engineers
with municipal government design experience.
.
I
.
Attached is our response to you Request for Qualifications based upon our current
understanding of your scope, our experience on similar projects, and our past working
relationship with the City of acoee. Please contact me if you need more information
about KZF Design Team's services, qualifications, or personnel.
.
.
We look forward to the opportunity to personally express our interest and demonstrate
our design expertise. I hope to hear from you soon.
.
.
.
.
Sincerely,
KZF Design LLC
~4~
-
Executive Vice President
.
.
I
I
I
I
KZF.COM
~
-'1
II
I
II
II
I
I
I
I
I
~
.
I
I
-
I
I
I
I
I
I
I
COMPANY INFORMATION/SIGNATURE SHEET RFO #0701
FAILURE TO COMPl Y WnH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW A TTESTJNG THA T YOll HAVE READ AND
UNDERSTAND All. RFQ fNSTRUCTIONS AND THAT YOU UNDERSTAND TH." T TI-U:: SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEOALL Y BINDING CONTRACT WITH THE CITY
OF OCOEE.
KIF DesiQn LLC
COMPANY NAME
407-298-1988
TELEPHONE (JNCLUDE AREA (,ODE)
407-298-1985
FA.X (INCLUDE AREA CODE)
joe.morgan@kzf.com
E-MAIL ADDRESS
~
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS.
PLEASE INDICATE BELOW;
ec. VP
NAMEffrrLE (PLEASE )
2101 Park Center Or., Suite 290
STREET ADDRESS
Orlando, FL 32835
CITY STATE ZIP
FEDERAL ID # 59-3647562
_Individual -LCorporalion _Partlllnship _Other (Specify)
S.....orn to and subscribed before me thi~
%-tt-.day of tD:..fo~ . 20~_
Personally Known 1/ or
G)'ih ~B.AK. HAYMAN
~-.: ~t\ MY CClW.l15SION , DO 43lI573
: 0 : EXPIRES: oaooera, 200!1
1lIRled'lJru1lal;wy NlIa ~
Produced Identification
(Type of Identification)
Signat of NOlary Public
~e lA-k: rl-~ fVIAn
Printe ,lyped or stamped
COmmissioned name of NOI<lry Puhlic
RFQ #070 I Architectural - (IT Hldg
14
October 30,2006
Joyce Tolbert, Purchasing Agent
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
RE: RFQ No. 0701: Architectural & Engineering Services for a New Utilities
Administrative Office Building
Dear Ms. Tolbert:
Stottler Stagg & Associates, Architects Engineers Planners, Inc. (SSA) is pleased to
submit our proposal for the above-referenced project.
Our staff of architects and. engineers has built a reputation for professionalism
combined with quality service and innovative design solutions. SSA commits to the
City of Ocoee the full resources of our firm and will ensure strong project management
and leadership.
As a multidisciplinary firm, SSA maintains project control and communication by
keeping a majority of the work in-house. Successful implementation and conclusion of
complex projects requires an effective and strong management plan providing full and
efficient utilization of the technical resources of the project participants. Once a
project's requirements are fully identified, project team members with related
experience are selected to fully meet our client's needs.
SSA can work to a very fast track schedule and has demonstrated experience with
cost control throughout team approach. In the past 5 years, six major projects with
budgets all exceeding $7 million were bid at an average of 3 percent under budget.
We are very excited about the opportunity to work with the City of Ocoee. We look
forward to discussing this project in greater detail and respectfully request shortlist
consideration.
Bino Campanmi, CEO
Stottler Stagg & Associates
Architects Engineers Planners, Inc.
Enclosure
8680 N. Atlantic Avenue, Cape Canaveral, FL 32920
Ph: 321.783.1320 . www.stottlerstagg.com . Fax: 321.783.7065
00'
o;U
+-J2;
ccSvi
.,....j ~
Ul..L.l
OZ
ooZ
ooj
ccSp..,
~~
~
~
+-JZ
ool..L.l
U'J
~I-<
o;~
+-JC::
+-J=:C:
Ou
+-J ~
oo-<x::
COMPANY INFORMA nON/SIGNATURE SHEET RFO #0701
FAILURE TO COMPL Y WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW A'ITESTJNG THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEG ALL Y BINDING CONTRACT WITH THE CITY
OF OCOEE.
Stottler Stagg & Assoc., AEP, Inc.
COMP ANY N Ai\1E
321-783-1320
TELEPHONE (INCLUDE AREA CODE)
321-783-7065
-----
FAX (iNCLUDE AREA CODE)
.l1carnp-anini@slo1tLerstagg.cOID-
E-MAIL ADDRESS
IF RE\J1TrANCE ADDRESS IS DIFFERENT
FROM PL:RCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Bino Campani -, CEO
NAMEtTlTLE (PLEASE PRINT)
.868D..N.-Atlantic.A.ve---
STREET ADDRESS
Cape Canaveral, FL 32920
CITY ST;\ TE Zl P
FEDERAL ID #_59::213..4145--_
_Individual 1.__Corpor<ltion _____Partnership __OthL~r (Specify)
Sworn to and sub::cribed berNe me thi, ~~day of bC~_~ \"" . 20 0 (p
Personally Kno',vn
x
or
Produced Identification___
Notary Public. Slate of _ f"l~~ ~ "'-
County of ~I'-ev,,^~
~~N~~
(Type ofldenritication)
f:;jQMi.t:I;;c;no;wA.._....\
_ OIlIIlIDDCM31251
. ~ ...... t/IdICII
! ~j ......IlN(IOO)02~
: (If ....... NaIIIY ....... . InlI
i............................................
Printed. typ<:d 'x stamped
Commissioncd name of Notar}- Public
RFQ #0701 Architectural- UT Bldg
14
II
I
I
I
I
I
I
I
I
I
I
I
I
,
f\~C ~-jlIE~I~____JJ~tGLN~~E~J...JN~:
October 31,2006
City of Ocoee
Attention: Joyce Tolbert, Purchasing Agent
150 North Lakeshore Drive
Ocoee, Florida 34761
RE: RFQ for Architectural and Engineering Services for the Design of a New Utilities Administrative
Office Building
Dear Ms. Tolbert and Members of the Selection Committee:
In response to the advertisement for professional architectural services for the above-referenced project,
Bentley Architects + Engineers, Inc. (Bentley), is very excited to submit this Letter of Interest and RFQ
response for consideration. Our preliminary research confirms this project is well matched to the Bentley
teaml Please consider the following strengths the Bentley team offers the City of Ocoee and will bring to this
project:
Bentley Architects + Engineers, Inc. isa full-service Architectural and Engineering firm located in Longwood,
Florida. Our firm has been a part of Central Florida since 1984 and will be available to serve Ocoee's needs
immediately.
Bentley Architects + Engineers, Inc. has extensive experience with the design of Administrative facilitiesl We
have provided architectural services for new designs, renovations and additions for numerous clients across
the state of Florida. Each of these administrative buildings contains similar elements to the City's proposed
Utilities Administrative Office Building.
We have proposed a team whose experience and expertise are unmatched! Dedicated Bentley staff will work
with experienced subconsultants we have added to the team as a complement to our own technical strengths.
This combination will ensure the best profeSSional resources will be available to meet Ocoee's design criteria.
The Bentley team is known for its responsiveness to project demands and attention to detail! We feel that
key factors such as: strong project management, implementation of quality control programs and strong
working relationships with subconsultants work interdependently to ensure the project is on-time, within
budget and within the requirements of the City of Ocoee.
We welcome this opportunity to provide profeSSional architectural services to the City and thank you for the
consideration of our qualifications. If you require any additional information about the Bentley team please do
not hesitate to contact me.
Sincerely,
William C. Bentley, PE
President
-'-_.__.-~--_..,
665 West Warren Avenue, longwood, Florida, 32750 T 407 331 6116 F 407331 4566 'NWW.baeonlinecom
COMPANY INFORMATION/SIGNATURE SHEET RFO #0701
F All.,URE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HA VB 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.
(407) 331-6116
TELEPHONE (INCLUDE AREA CODE)
(407) 331-4566
FAX (INCLUDE AREA CODE)
bill@baeonline.com
E-MAIL ADDRESS
Bentley Architects + Engineers, Inc.
COMPANY NAME
IF REMTITANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
William C. Bentley. President
NAMErrrrLE (pLEASE PRINT)
665 W Warren Avenue
STREET ADDRESS
Longwood. FL 32750
CITY STATE ZIP
FEDERAL ill #59-3045321
_Individual _Corporation ~Partnership _Other (Specify)
Sworn to and subscribed before me this 3/ day of O~ , 20 d(. .
Personally Known
v-
or
Produced Identification
(Type of Identification)
NOmry~~
Co_~
Signature of Notary Public
5 U 5"/t tv G.. 15o:s IT E 12:5
Printed, typed or stamped
Commissioned name of Notary Public
~~~ pUB{ SUSAN G. BOSHERS
~ ....... 1:> MY COMMISSION 1 DD 531500
* ~ oj( EXPIRES: April 25. 201?
..~... Bonded Thru Budget Notal'j Ser/lces
'tl"tiOFf\.O""
RFQ #0701 Architectural- UT Bldg
14
Mavor
S. Scott Vandergrift
center of Good Li .
~'o-e t'J~
Commissioners
Gary Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS
(RFQ) #0701
PROFESSIONAL ARCHITECTURAL &
ENGINEERING SERVICES FOR
A NEW UTILITIES ADMINISTRATIVE OFFICE
BUILDING
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fl.us
LEGAL ADVERTISEMENT
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS (RFQ) #0701
PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR A
NEW UTILITIES ADMINISTRATIVE OFFICE BUILDING
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 ofOcoee (City) is soliciting
statements of qualifications from interested professional architectural & engineering Firms to assist the City of
Ocoee in designing and building a new Utilities Administrative Office Building which shall include
miscellaneous offices, break/training room, conference area, bathrooms and reception area. (Firm) or
(Respondent) means any individual, firm, partnership, corporation, association, or other legal entity permitted
by law to practice architecture or engineering in this state. In addition, the project shall include site
improvements such as parking, sidewalks, drainage, landscaping, and utilities extension.
The City intends to award a contract to one (1) qualified architectural & engineering Firm to perform the
required services. In determining whether a Firm is qualified, the City shall consider such factors as the Firm's
locale and similar project experience, Firm's experience working on projects together, Firm's past project
performance in terms of scheduling and budget compliance, abilities of the professional Firm's project
personnel; and whether a Firm is a certified minority business enterprise.
Qualification packages must be received no later than 2:00 p.m., local time, on October 31, 2006. Any
qualification packages received after the above noted time will not be accepted under any circumstances and
shall be returned unopened. Any uncertainty regarding the time a qualification package is received will be
resolved against the Respondent.
Firms interested in providing the required professional services shall submit one (1) original and five (5) copies
of their qualifications to the City of Ocoee Finance Department by the submission deadline to the attention of:
Joyce Tolbert, Purchasing Agent
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Phone: (407) 905-3100 x 1516
FAX number: (407) 656-3501
jtolbert@ci.ocoee.fl.us
No fax or electronic submissions will be accepted.
Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted and shall be
directed to the Purchasing Agent. Deadline for receipt of written inquiries shall be 5:00 P.M., local time, on
RFQ #0701 Architectural- UT Bldg
2
October 24, 2006. Firms should not contact City staff, with the exception of the Purchasing Agent, or other
City consultants for information regarding this RFQ before the bid 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.
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 Bids/Vendors, or copies are available from the Purchasing Agent 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.
The information contained in this RFQ package, including the resulting bid documents,
addenda, contract documents, plans, and specifications does not constitute public record and is
exempt from the public records requirements of subsection (1) and s. 24(a), Art. I of the State
Constitution, and the bidder receiving this information shall maintain the exempt status of this
information.
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 8,2006
RFQ #0701 Architectural- UT Bldg
3
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0701
PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR A
NEW UTILITIES ADMINISTRATIVE OFFICE BUILDING
A. INTRODUCTION
1. The City of Ocoee, Florida (City) shall receive Qualification Packages from qualified
professional architectural & engineering Firms to assist the City of Ocoee in designing and
building a new Utilities Administrative Office Building which shall include miscellaneous
offices, break/training room, conference area, bathrooms and reception area. (Firm) or
(Respondent) means any individual, firm, partnership, corporation, association, or other legal
entity permitted by law to practice architecture or engineering in this state. In addition, the
project shall include site improvements such as parking, sidewalks, drainage, landscaping, and
utilities extension.
2. All Qualification Packages must be received by the City at the location stated in paragraph 4 of
the RFQ not later than no later than 2:00 p.m., local time, on October 31, 2006. 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 Qualification 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. Qualification Packages 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
3. Each Respondent shall examine all Qualification Packages and shall determine all matters
relating to the interpretation of such documents. All contacts shall be made to Joyce Tolbert,
Purchasing Agent, in writing, no later than 5:00 P.M., local time, on October 24, 2006. Firms
should not contact City staff, with the exception of the Purchasing Agent, or other City
consultants for information regarding this RFQ before the bid award date. Any contact with
any other member of the City Staff, City Commission, or its Agents during the RFQ, award,
and protest period may be grounds for Respondent disqualification.
4. One (1) original and five (5) copies of the RFQ must be submitted to the City ofOcoee Finance
Department in one sealed package, clearly marked on the outside with the appropriate RFQ
number and closing date and time and sent or delivered to:
City of Ocoee
Attn: Joyce Tolbert, Purchasing Agent
150 North Lakeshore Drive
Ocoee, FL 34761-2258
(407) 905-3100 ext. 1516
(407) 656-3501 - fax
itolbert@ci.ocoee.fl.us
No fax or electronic RFQ submissions will be accepted.
RFQ #0701 Architectural- UT Bldg
4
5. The interested and qualified firms shall submit a Statement of Qualifications describing their
qualifications and experience in the type of work requested. Submissions shall be limited to a
total of twenty five (25) 8.5"x 11" pages (including resumes and 2-page cover letter but
excluding front and back covers, dividers, Confidential Disclosure Form, and Company
Information Form), single-sided, portrait orientation, 12-point font. The person signing the
RFQ on behalf of the Respondent shall have the legal authority to bind the Respondent to the
submitted Qualification Package.
6. 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 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 the Qualification Package and the resulting
negotiated agreement that is in the City's best interest. The City's decision shall be final.
9. All applicable laws and regulations of the United States, the State of Florida, and the City of
Ocoee will apply to any resulting agreement. The provisions of the Consultant's Competitive
Negotiations Act (Section 287.055, Florida State Statutes) shall apply, where applicable.
10. The successful Respondent shall be required to execute an agreement, in form and content
acceptable to the City, indemnifying and holding harmless the City, its officials, officers,
employees, and agents from all claims.
11. The successful Respondent shall be required to provide evidence of both General (Public &
Property) Liability and Professional (Design Errors and Omissions) Liability Insurance in the
form of a certificate of insurance issued on behalf of the City of Ocoee and naming the City as an
additional insured, by companies acceptable to the City at the following minimum limits and
coverage's with deductible amounts acceptable to the City:
INSURANCE TERMS AND CONDITIONS
The 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 Sub consultant to commence work on a subcontract until all similar insurance
required of the sub consultant 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
RFQ #0701 Architectural- UT Bldg
5
shall be the sole responsibility of the General Consultant and/or sub consultant providing such
Insurance.
b) Workers' Compensation Insurance: The Consultant shall obtain during the life of this Agreement,
Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000
for all the Consultant's employees connected with the work of this project and, in the event any work
is sublet, the Consultant shall require the subconsultant similarly to provide Workers' Compensation
Insurance for all of the latter's employees unless such employees are covered by the protection
afforded by the Consultant. Such insurance shall comply fully with the Florida Workers'
Compensation Law. In case any class of employees engaged in hazardous work under this contract
for the City is not protected under the Workers' Compensation statute, the Consultant shall provide,
and cause each subconsultant to provide adequate insurance, satisfactory to the City, for the
protection of the Consultant's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City of Ocoee
c) Consultant's Public Liability and Property Damage Insurance: The Consultant shall obtain during the
life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the
City of Ocoee as an additional insured, and shall protect 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 & Property 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 ofOcoee
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 sub consultants
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.
RFQ #0701 Architectural- UT Bldg
6
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
· $1,000,000 Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of
Ocoee as an additional insured will be furnished by the Consultant upon notice of award. These shall
be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent.
This certificate shall be dated and show:
. The name of the Insured consultant, the specific job by name and job number, the name
of the insurer, the number of the policy, its effective date, its termination date.
. Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to
any material changes in provisions or cancellation of the policy, except ten (10) days
written notice of cancellation for non-payment of premium.
RFQ #0701 Architectural - UT Bldg
7
OP 10 J DATE llollN1>DIVYYYl
FRAZZ-l 11 04 04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDEO BY THE POLICIES BELOW.
, I
_ _ +~SURERS AFFORDING COVERAGE_____,____ i NAIe -__
I :=-;--~~~ .-.,--~~,----~--~- ----
~~;:-- _~' -~~~:~__~=_~~~=t_=:=~~-
I INSURER E:
ACORD.
CERTIFICATE OF LIABILITY INSURANCE
PAOOUCI!R
INi'ijilED------~----.-
fa~~~:;torI8 Name
COVERAGES
THE POlCIES OF lNS\.JRANCE LISTEn eSLOW HAVE BEEN IS6UEO TO THE INstJ;REO HAMED ABove FOR THE POLICY PERtOO INOICA n,Q. NO'TWITHS1ANQING
ANV REQUIREMENT, TERM OR CON~ Of ANY CONTRACT OR OTHER OOCUMENT WIlli RESPECT TO WHICH THlS CERTIf'ICA TE MA '( BE ISSUED OR
MAY PERT-'IN, THE IHSUft>\NCE AFfORCED flV THE POlICIES oeSCRI9EO HEREIN 1$ SUBJECT TO AU l1-iI:': TeRMS. EXClUSIONS AND CONDIT\ONS Of SUCH
POlIOES, AGGREGATE LlMrTS SHOWN M4V HAV'E BEEN FtEOlJCEO BY PAlO CLAIMS
T
IlOLICY NUMBER
x
~I;"~;
r X HlRED AUTQS
f-! NO~NEO AUTOS
1--<
i
I aAAMe l>>.BfUTY
ANY AUTO
I I!XCISW....R!LLA LlABlllTV
X ~ OCCUR 0 CLA~M.S W.OE
f
OEOUCTIBlE
RCTENTIO'"
i WORKE.RS COMPENSATlOH AHD
!Mf'\.OYIM' LIA8IUTY
~'f PROPRJETORIPART~C\JT1\ll!
aFJ:ICERiMEMBER EXC\.UOED1'
~~~~Sbtiow
0""..
Builders Risk
LIMITS
,EAC"OCCUMEHCE S 1, 000, 000
~~~isi~~~~:_ s 50, 000 =~
! MEOEXPIAnyon.SMI~. S 5,000
PERSONAL & ArN INJURY S 1,000,000
GENERAL AGGREGATE S :2,000,000
PROOUCTS . CQMP/OP AGG $ 4, 000, 000
COM8lNEO SiNGl!!. LiMIT
IEl'CJ;ld"'ll
11,000,000
~~~;~--'--
rp~~~~tf' S
------
I rp~~:;,g"MAGE ,
I AUTO ONl V . EA ACCIDENT S
EA ACe ,
.na ,
'1,000,000
,~,OOO,OOO
,
>________u
1
1
. X lTg~Y:i~~WiLjOE~~____
i E.L. EACl'l ACCIDENT S 500, 000
I E.L QfSEMe.E.AEMPLOYE.E S 500, OQO
j E.LolSEAse.POLtCYLlMrT S 500,00'0."-----
OTllEA THAN
AUTO ONlY.
i ---
I
-----1
Any 1 Loc
An 1 Oce
100, (XX)
1,000,000
OUCfU,noH Of OPERATIONS I \.OCATlOJrrtlI veHlCLU I DeLUSIONS ADDED IV ENDORSatENT I sPECW. ftRQ'J1$ONS
The insurance evidenced by this certificata shall nama the certificate
holders aa an additional insured on the Genaral Liability ~ Umbrella
Liability. Workers' Campeneation, Employers' Liability ~ General Liability
shall contain a Waiver of Subrogation in favor of the certificate holder.
The certificate holder ia added aa a 1BlB3:i.r:a.nrl:fir IUild:'!!:E R\J:k.
CERTIFICATE HOLDER
City of Oeoee
150 N. Lak..hore Drive
Ocoae rL 347El.~258
DCOKBOl
CANCELLATlON
SIiOULD ANY en: 'THe: QOVI! DUCltt81!10 POllCtE5 ee CAHClLLIO alllORE THI! DPIRA~
DATE THE:RI()', THI! !$SUING lNauMER wtlL !HDlAVOR TO M.AA. !.L DAYS WRfTTlN
HOllel TOTtlE C!:JmACAT1! HCK.OI:R NAMIO TO THe UI'l'. 'UT F~UFtE TO DO so 6HAlL
IMfI'OU NO oaLlGATION OR LlA8IUTY 0' ANY KIND IJPON THI!! lNSUUR, rrs NJENT! OR
IlIl1'RES1NrATIVU..
AUmORJ,lED UPIIII!,DlTATlVE
ACORl) 25 (2001108)
11) ACORO CORPORATION 198'
.s:~PL IF
RFQ #0701 Architectural- UT Bldg
8
B. BACKGROUND
The City is soliciting statements of qualifications from interested professional architectural &
engineering Firms to assist the City of Ocoee in designing and building a new Utilities Administrative
Office Building. The planned new building will be located west side of the entrance road at the
entrance gate to the City of Ocoee Reclamation Facility at 1800 A.D. Mims Road, Ocoee Florida.
The proposed building is intended to be of similar architectural style as the Beech Center (recreational
facility) located opposite the proposed new building.
C. SCOPE OF SERVICES
To assist the City of Ocoee in designing, permitting and construction administrative services for the new
Utilities Administrative Office Building, which shall include miscellaneous offices, break/training room,
conference area, bathrooms and reception area. In addition, the project may include site improvements
such as parking, sidewalks, drainage, landscaping, and utilities extension.
D. SUBMITTALS
Qualification Packages shall be designed to portray to the City how the Respondent's range of services
can best achieve the anticipated Scope of Services. In order for the City to evaluate the Qualification
Packages, each Respondent shall provide information relative to their ability to provide services that will
best meet the needs of the City. The required submission materials shall include the following:
I. Firm/Team's General Qualifications
· List of Firm's employees that are proposed to use on the project, their qualifications, and their role for
the services required.
· Firm's and employee's certifications and registration with regulatory agencies, professional
organizations, etc.
· List Firm's sub-consultants, their qualifications, and their role in this project.
· List of Firm's other current or recently completed similar services within the past five 5 years.
· List of at least three (3) client references to include organization name, contact person, telephone
number (s), and e-mail address.
II. Proiect Teams Specific Qualifications
· Project Manager education, experience and any special consideration
· Key Project Members education, experience and any special consideration
. Firm's Project organization and coordination structure
RFQ #0701 Architectural - UT Bldg
9
III. Anticipated Scope of Work
. Overall Plan of Action
. Description of Work Tasks
IV. Proiect Schedule
. Overall project schedule
. Milestones
. Submittal Dates
. Staff and Commission Meetings
V. Completed Standard Forms 254 & 255
. Project Team
. Sub-consultants
E. SELECTION 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 factor:
1. Overall Experience of the Firm/Team 15 %
2. Firm/Team's experience with similar projects 35%
3. Firm/Team's past ability to deliver a project on budget 25 %
4. Project Approach 15 %
5. Certified Minority Business Enterprise 5 %
7. Office Location 5 %
F. SELECTION PROCEDURES & CONTRACT NEGOTIATIONS
The criteria for selection shall be based on the selection criteria 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 it 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 up to three firms based upon the selection committee's evaluation
of the proposals and interviews. The City Commission's decision shall be final.
The City will attempt to negotiate an agreement with the top-ranked Respondent. If no agreement is
RFQ #0701 Architectural- UT Bldg
10
reached with the top-ranked Respondent, negotiations will be terminated and initiated with the second-
ranked Respondent, and so on, until an agreement is reached.
The successful Respondent shall be required to execute an agreement which provides, among other
things, that all plans, drawings, reports, and specifications that result from Respondent's services shall
become the property of the City. Upon the successful negotiation of an agreement, a formal contract will
be prepared and submitted to the City Commission for approval, and executed by both parties.
G. SCHEDULE
The following is the anticipated schedule for RFQ:
1.
2.
3.
4.
5.
6.
7.
Advertising of RFQ
Last Request for Information
Submittal Deadline
Short List
Interviews, if necessary
Recommendation to City Commission
Contract Award by City Commission
October 8, 2006
October 24,20065:00 P.M.
October 31,2006,2:00 P.M.
November 6 thru 10, 2006
November 13 thru 17,2006
December 5, 2006
December, 2006
Dates are subject to change at the City's discretion
H. 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 Bid Protest SHALL use the following procedures:
1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief.
2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content
of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the
relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3)
calendar days after the posting of the 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
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 ansmg 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 #0701 Architectural- UT Bldg
11
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS (RFQ) #0701
PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR A
NEW UTILITIES ADMINISTRATIVE OFFICE BUILDING
Confidential Disclosure A2reement
This
Agreement
IS
entered
into by and between
(hereinafter "Recipient") and the City of
Ocoee (hereinafter "City").
Recitals
WHEREAS City needs to disseminate certain building plans, blueprints, specifications, schematic drawings,
and diagrams, including draft, preliminary, and final formats, which depict the internal layout and structural
elements of a Utilities Administrative Building ("design information"), in order for it to be designed and
constructed pursuant to RFQ #0701 Professional Architectural & Engineering Services for a New Utilities
Administrative Office Building and its resulting bid (the "project"); and
WHEREAS, such design information is exempt from public records disclosure requirements of Florida Statutes
Section 119.011 (1) and s. 24(a), Art. I of the Florida State Constitution. This exemption provides that design
information made exempt by law may be disclosed to another governmental entity if disclosure is necessary for
the receiving entity to perform its duties and responsibilities; to a licensed architect, engineer, or consultant who
is performing work on or related to the water treatment facility; and that the entities or persons receiving such
information shall maintain the exempt status; and
WHEREAS the Recipient is willing to receive disclosure of the design information pursuant to the terms of this
Agreement for the purpose of bidding on the project and/or performing design services;
NOW THEREFORE, for good and sufficient consideration the Recipient agrees as follows:
1. The above Recitals are acknowledged by the Recipient and are incorporated herein by reference.
2. Recipient agrees that it shall prevent and protect the design information, or any part thereof, from
disclosure as a public record and shall not disclose the design information to any person or entity other
than one having a need for disclosure in connection with Recipient's authorized use of the design
information for the purposes of submitting a response to the bid solicitation.
3. Recipient agrees to take all steps reasonably necessary to protect the secrecy of the design information,
and to require all entities or persons receiving the design information to maintain its exempt status and
to prevent the design information from being disclosed as a public record or coming into the possession
of a person or entity that is not authorized.
RFQ #0701 Architectural- UT Bldg
12
3. Recipient agrees that all design information shall remain the property of City. All design information
and all copies thereof shall be returned to the City not later than thirty (30) days after the bid opening
together with a list of all of the names and addresses of all entities or persons to which the design
information has been disclosed; or, in the case of a designer, not later than thirty (30) days after the
project is finally completed..
Dated this
day of
,2006.
RECIPIENT
Signed:
Print Name:
Title:
Company:
Address:
Phone No:
Date:
Driver's License #:
RFQ #0701 Architectural- UT Bldg
13
COMPANY INFORMATION/SIGNATURE SHEET RFO #0701
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW A TTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERST AND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY
OF OCOEE.
COMP ANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of
,20_
Personally Known
or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFQ #0701 Architectural- UT Bldg
14