Loading...
HomeMy WebLinkAboutItem V(C) Approval and Authorization to Award Three (3) Continuing Contracts for RFQ #0403 for Surveying and Mapping Services; and Authorization for Mayor and City Clerk to Execute All Documents Agenda 10-05-04 be Center of Good i j,. Item V.C. 17) CITY OF OCOEE AGENDA ITEM COVER SHEET Date: September 24, 2004 Meeting Date: October 5, 2004 Subject: Award of RFQ#0403 Continuing Contracts for Surveying and Mapping Services Issue: Award Continuing Contracts for Surveying and Mapping Services to the three(3)short- listed firms recommended by the Selection Committee. Recommendation: Staff recommends that the City Commission award three(3)Continuing Contracts for RFQ#0403 to Southeastern SurveyingProfessional Engineering Consultants(PEC), and Weidener Surveying,as the top three(3)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 Southeastern Surveying,Professional Engineering Consultants(PEC), and Weidener Surveying. Background Summary: The City's continuing contracts for surveying and mapping services have either expired or are non-existent. In compliance with State Statutes Section 287.055 and the policies and procedures of the City of Ocoee Code Chapter 21,a Request for Qualifications(RFQ)was advertised with the intention to award continuing contracts for surveying and mapping services to no fewer than three(3)firms deemed to be the most highly qualified to perform the required services.Firms selected by the City will provide surveying and mapping services to the City on an as needed basis,where the professional fees are under$50,000 and construction costs are under$1 million,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. Fiscal Impacts: None Commission Action: Reviewed by City Manager /(071111 . Reviewed by City Attorney_ or y d afted contracts _X_N/A Reviewed by Finance N/A Reviewed by N/A Mayor Center of Good Lj,. Commissioners S. Scott Vandergrift ��?e �_1�' Danny Howell, District 1 1,i, � Scott Anderson, District 2 City ManagerCOE4' Rusty Johnson, District 3 Robert Frank _ Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Buy THROUGH: Wanda Horton, Finance Director ,:::;/7—kk DATE: September 24, 2004 RE: Award of RFQ #0403 Continuing Contracts for Surveying and Mapping Services ISSUE Award Continuing Contracts for Surveying and Mapping Services to the three (3) short-listed firms recommended by the Selection Committee. BACKGROUND/DISCUSSION The City's continuing contracts for surveying and mapping services have either expired or are non- existent. In compliance with State Statutes Section 287.055 and the policies and procedures of the City of Ocoee Code Chapter 21, a Request for Qualifications (RFQ)was advertised with the intention to award continuing contracts for surveying and mapping services to no fewer than three(3) firms deemed to be the most highly qualified to perform the required services. Firms selected by the City will provide surveying and mapping services to the City on an as needed basis,where the professional fees are under$50,000 and construction costs are under$1 million, 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. 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. All eleven (11) qualification packages were evaluated by the RFQ Selection Committee, which consisted of five (5) members: Commissioner Scott Anderson; David Wheeler, Public Works Director; Robert Zaitooni,Deputy Public Works Director; Alex Nasser, Engineer; and Ed Bishop, Accountant. The public RFQ selection committee meeting was held on Thursday September 16, 2004, with each member of the Selection Committee evaluating and ranking the firms from 0-100 points on specific evaluation criteria, with a total of 500 possible points. Please see the attached evaluation form. The Selection Committee opted to short-list the required three (3) firms with an alternate option for negotiation purposes only. The top three(3) short-listed firms and their rankings are as follows: 1. Southeastern Surveying 433 Points 2. PEC Professional Engineering Consultants 414.5 Points 3. Weidener Surveying 400 Points 4. Mactec 392 Points(Alternate) 5. DRMP Dyer Riddle Mills & Precourt 389 Points 6. FR Aleman 381 Points 7. Moore Surveying 374 Points 8. CPH Engineers 373 Points 9. Berryman& Henigar 369 Points 10. Metric Engineering 359 Points 11. Arcadis 348 Points RECOMMENDATION Staff recommends that the City Commission award three (3) Continuing Contracts for RFQ#0403 to Southeastern Surveying,Professional Engineering Consultants (PEC),and Weidener Surveying, as the top three (3) 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 Southeastern Surveying, Professional Engineering Consultants(PEC), and Weidener Surveying. 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. Because the City is contracting with three(3) firms, an alternate was chosen in case contract negotiations are unsuccessful with any one of the short-listed firms. In this event, Staff recommends that the City Commission direct Staff to negotiate with Mactec, as the fourth-ranked firm and alternate, and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents with Mactec. EVALUATION FORM RFQ #0403 Continuing Contracts for Surveying and Mapping Services COMBINED TOTALS Southeastern Weidener Berryman& Evaluation Criteria Surveying Surveying Moore Surveying Henigar PEC CPH Overall Experience of the Firm (0-100 points) 96 84 83 85 93 83 Past Performance& Experience of the Firm (0-75 points) 70 65 60 62 66 64 Past Performance& Experience with or in the City (0-75 points) 61 45 41 38 64 43 Past Performance& Experience of the Team Members (0-75 points) 68 63 62 60 67 63 Ability to meet Time& Budget Requirements (0-50 points) 44 41 42 36 39 39 Affect of Legal Action Against the Firm (0-50 points) 37 36 35 34 37 36 Location of the Office & Proximity to the City of Ocoee (0-25 points) 21 22 20 21 20.5 18 Projected Workloads of the Firm (0-25 points) 22 21 20 20 20 19 Certified Minority Business Enterprise (0-25 points) 14 23 11 13 8 8 COMBINED TOTAL ALL EVALUATORS 433 400 374 369 414.5 373 (0-500) Rank(1-11) 1 3 7 9 2 8 EVALUATION FORM RFQ #0403 Continuing Contracts for Surveying and Mapping Services COMBINED TOTALS FR Evaluation Criteria Arcadis Mactec DRMP Metric Eng. Aleman Overall Experience of the Firm (0-100 points) 78 86 85 78 81 Past Performance& Experience of the Firm (0-75 points) 58 62 64 63 61 Past Performance& Experience with or in the City (0-75 points) 37 54 43 41 40 Past Performance& Experience of the Team Members (0-75 points) 56 63 62 59 60 Ability to meet Time& Budget Requirements (0-50 points) 38 40 39 36 36 Affect of Legal Action Against the Firm (0-50 points) 35 37 43 35 44 Location of the Office & Proximity to the City of Ocoee (0-25 points) 19 22 18 20 16 • Projected Workloads of the Firm (0-25 points) 20 20 21 19 19 Certified Minority Business Enterprise (0-25 points) 7 8 14 8 24 COMBINED TOTAL ALL EVALUATORS 348 392 389 359 381 (0-500) Rank(1-11) 11 4 5 10 6 RFQ#0403 CONTINUING CONTRACTS FOR SURVEYING AND MAPPING SERVICES 8/5/04 2:00 pm UUALII-ILA I IONS (1) ORIGINAL(5) LOCATION License Noy FIRM ADDENDUM#1 COPIES FINANCIAL Check 1 Southeastern Surveying yes yes yes yes 2 Weidener Surveying/Mapping yes yes yes yes 3 Moore Surveying yes yes yes yes 4 Berryman & Henigar yes yes yes yes 5 PEC yes yes yes yes 6 CPH yes yes yes yes 7 Arcadis yes yes yes yes rcvd notarized 8 Mactec yes form 8/19/04 yes yes 9 DRMP yes yes yes yes rcvd notarized 10 Metric Engineering yes form 8/19/04 yes yes rcvd notarized 11 FR Aleman &Assoc. yes form 8/20/04 yes yes Listed in the order received. James M.Dunn,II,P.S.M. /� \ Myron F.Lucas,P.S.M. Larry R.Efird,P.S.M. Thomas K Mead,P.S.M. Brian R.Garvey,P.E. \ James L.Petersen,P.S.M. Daniel J.Henry,P.S.M. *4/ Gary B.Krick,P.S.M. i ` ' \® Charles E.Purdee,P.S.M. William C.Rowe,P.S.M. Roger Lonsway,P.S.M.(Retired) SOUTHEASTERN SURVEYING&MAPPING CORP. Marcia E.Russell,P.S.M. SURVEYING FLORIDA SINCE 1972 Ms. Joyce Tolbert, Buyer City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 RE: RFQ No: 0403 Continuing Contracts for Surveying and Mapping Services Southeastern Surveying and Mapping Corporation(SSMC)is pleased to submit this letter of interest. SSMC has many years of experience providing the type of Continuing Professional Surveying and Mapping Services called for in your Scope of Services. SSMC understands that the City of Ocoee requires Professional Surveying and Mapping Services performed under task orders issued under the continuing contracts which may consist of, but not limited to: review, planning, design and construction phase surveying and mapping services for public and private sector projects within the City. Typical assignments would include, but would not be limited to the following: • Horizontal and vertical survey for existing and new roadways, drainage ponds,ditches, canals, land parcels, etc. • Verification of existing rights-of-way and establishment of new right-of-way lines for ongoing projects. • Performance of preliminary and final roadway or utility alignment surveys • Parcel surveys • Preparation of legal descriptions with or without sketches of description • Plat review in accordance with Chapter 177, Florida Statutes • Establishment of the limits of existing ditches and canals • Collection of data through use of Global Positioning Satellite technology • Lake and pond water level elevation identification and verification • Horizontal and vertical underground and overhead utility(water, sanitary,fiber optic, coaxial, etc.) survey • Vacuum Excavation Services • Miscellaneous Surveying and/or Mapping Services SSMC has a history of and commits to continue performing all work in a timely manner,and to continue treating the City of Ocoee as a most favored client. Give SSMC the opportunity to continue to prove it to the City of Ocoee. Those persons authorized to make representation for SSMC are: I'll James L. Petersen,P.S.M.,/Principle in Charge (407)292-8580 ext. 215 -Fax No. (407) 292-0141 jpet ersen(southeasternsurveying.com Gary B. Krick,P.S.M.,/Project Manager (407) 292-8580 ext 211 -Fax No. (407) 292-0141 gkrick(iD,southeasternsurveying.com Southeastern Surveying and Mapping Corporation 6500 All American Boulevard, Orlando, Florida 32810 Page 2 Southeastern Surveying and Mapping Corporation is an independent employee owned Surveying and Mapping firm with twenty three survey field teams and ten Professional Surveyors and Mappers,one Professional Engineer, and nineteen Computer Technicians providing ample staff to handle any project and over thirty years of experience providing Professional Surveying Services for both the public and private sector. That experience has taught SSMC that the critical elements of our Professional Surveying Services are: Careful, Non-Stop Quality Control SSMC's infrastructure includes continually updated Quality Control, Operations, Field Procedures and Graphic Standards Manuals originated and maintained in-house. The manuals bring discipline and standardization to the work that is easy to translate to customer standards. Quick Response On All Assignments Adequate staff, a sensitivity to SSMC's clients needs and a finger on the pulse of all projects on a daily basis allows SSMC to respond to those assignments without delay. Good Planning And Management On All Projects CEach project has one point of contact, the Project Manager. The Project Manager will review the scope in detail with you prior to starting your Project. This insures that SSMC knows what you need and when you need it. The Project Manager coordinates the personnel, both field and office on a Cdaily basis which enables him to adjust manpower/effort as needed, and he will also follow up with a report to you on a weekly basis if required. SSMC prides itself on keeping clients informed. Results Delivered In The User's GIS and CAD Format And As "Intelligent Data" Intelligent Data is a computer generated database in which rigorous use of real world coordinates in ALL of the graphics allows the user to rely on the electronic files as a true depiction of all of the features of the mapped area. This aspect of electronic file delivery is ignored by some surveyors, but it is critically important to the end users. SSMC has several years and hundreds of projects worth of experience delivering Intelligent GIS and CAD Data. SSMC doesn't deliver anything else. ' Southeastern Surveying&Mapping Corp. is your best choice as the only SurveyingS ecialty Firm in the project area that has the staff(see SSMC's organization chart) and the resources (see SSMC's equipment list) and can apply every level of Surveying and Mapping technology (see SSMC's summary of successful performances on past projects)to your project for the maximum benefit to the City of Ocoee. Sincerely, ' Gary B. Krick, P.S.M. President/Project Manager / I \ AIJ alllu !I//l, .1.771771011%' \ 1 J 1 PEC PROFESSIONAL ENGINEERING CONSULTANTS, INC. 1 August 4, 2004 P-4193 I Ms. Joyce Tolbert Buyer City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 RE: Continuing Contracts for Surveying & Mapping Services RFQ No. 0403 Dear Ms. Tolbert and Members of the Section Committee: Professional Engineering Consultants, Inc. (PEC) appreciates the opportunity to submit our qualification statement for Continuing Professional Surveying Services to Ocoee. IPEC's Land Information Division offers six (6) full-time survey crews and an office staff, of which five (5) are Florida registered surveyors and mappers. This enables PEC to become an on-call extension of your staff for small and large assignments. ' Selection of the PEC Team will insure the City of Ocoee an experienced Team of professionals. In addition, PEC has served as continuing consultants for numerous Florida municipalities including the Counties of Orange, I Volusia, Seminole, Citrus, and Lake; the Cities of Orlando, Sanford, Port Orange, Altamonte Springs, Delray Beach, Lakeland, Mount Dora, Ocoee, Oldsmar, Ormond Beach, Plant City, and Winter Park; and the Lake County Water I Authority, Florida Department of Transportation, Florida Department of Environmental Protection, Florida Inland Navigation District, the Greater Orlando Aviation Authority, South Florida Water Management District, Suwannee River I Water Management District, Polk County, and the St. Johns River Water Management District. This experience combined with a 20 year history in serving the City of Ocoee enhances our team's ability to further serve the City. The same team of Professionals has performed for the City over this time frame creating a strong ' background and local knowledge of the City of Ocoee. Our dedication to the City of Ocoee is exemplified by our participation in the surveying and certification of the Annual Lake Starke Boat Race. I engineers "Engineering Our Community" I planners surveyors 200 East Robinson Street•Suite 1560.Orlando,Florida 32801 •407/422-8062•FAX 407/849-9401 I Joyce Tolbert P-4193 August 4,2004 Page 2 In order to respond to the County's requirements in a timely fashion, David White, P.S.M., will serve as Project Surveyor. Mr. White has gained the knowledge and experience necessary to perform many aspects of the profession through 28 years of practicing land surveying in the State of Florida. His practical experience is greatly enhanced by a formal education in Land Surveying from the University of Florida. Mr. White holds a Bachelor of Land Surveying degree and has continued his survey education through seminars and short courses. Mr. White is fully authorized by Professional Engineering Consultants to make representations for the firm. Assisting Mr. White with your variousjroects will be a senior level staff of p Professional Surveyors and Mappers. The average tenure of these professionals with PEC is over 15 years and is the identical staff which has successfully completed the projects listed herein. We have carefully reviewed the City's scope of services for this contract and our "PEC Team" understands the nature of the work to be accomplished, as well as the expectations and services that the City requires from their Consultants. We trust that the experience of our Team, when combined with this submittal package, will convince your Selection Committee that our Team is exceptionally qualified and has a strong professional desire to perform professional survey and mapping services for Ocoee. We urge the Selection Committee to contact our references regarding our performance on similar projects. Sincerely, ROFESSIONAL ENGINEERING CONSULTANTS, INC. / ;!// a r . id A. White, '.S.M. rincipalNice President I I I I I AthWeidener Surveying & Mapping P.A. 3 August 2004 Reply to: Orlando Joyce Tolbert,Buyer City of Ocoee 150 N. Lakeshore Drive Ocoee,Florida 34761 Re: Request for Qualifications RFQ#0403 Continuing Contracts for Surveying& Mapping Services Greetings: Weidener Surveying & Mapping, P.A. (WSM) is pleased to provide this proposal for Continuing Surveying and Mapping Services for the City of Ocoee. We are excited by the prospect inasmuch as it represents the reason we are in business. The City can be assured that WSM will provide quality services in an accurate,timely and economical fashion. Please note that WSM provides surveying and mapping services exclusively-we do not offer engineering services. Accordingly,all our personnel and facilities are available to the City,as required by any particular work order. Moreover,we have positioned ourselves on the cutting edge ofthe surveying and mapping profession,utilizing the latest methodology and the most sophisticated techniques available to provide accurate,timely and economical services to our clients. It is important to point out that WSM is structured to provide services to state, county and city agencies. All of our work is directly related to public agencies. Contrary to the practice of most surveying finns,WSM provides minimal land development services,preferring to work with governmental units in the pursuit of public improvements. We specialize in exactly the services the City is requesting. Please note that, we have been awarded open-end contracts with the following agencies: • Cities of Orlando,St.Cloud,Sanford,Hallandale,Miami,North Miami,Miami Beach,Coral Gables,North Miami Beach, Green Cove Springs and Tampa • Orange, Polk, Escambia, Walton, Broward, Miami-Dade, St. Johns, and Hillsborough Counties • South Florida Water Management District • St. Johns River Water Management District • Florida Department of Transportation, Districts Two, Four,Five and Six • Florida Department of Environmental Protection, Bureau of Survey and Mapping • School Boards of Miami-Dade, Lake, Escambia, and Monroe Counties • Tampa Bay Water • JEA-Jacksonville Electric Authority Miami Jacksonville 10418 N.W. 31 Tern 4540 Southside Blvd.,Ste. 702 Miami,FL 33172 Jacksonville,FL 32216 Tel: (305)599.6381 Tel: (904)998.0111 Fax:(305)599.2797 Fax: (904)998.0333 TainPa Orlando Pensacola 5019 W.Laurel Street 2992 Edgewater Dr. 4400 Bayou Blvd.,Ste.50 --Tampa,FL 33607 Orlando, FL 32804 Pensacola,FL 32503 Tel:(813)282.8291 Tel: (407) 426.8339 Tel: (850)484.5511 Fax`(813)282.8296 Fax: (407)426.8349 Fax: (850)477.8422 WSM has 50 surveyors, ten of whom are licensed Professional Surveyors and Mappers in Florida. We run 12 field crews daily, all with late model survey vans and fully equipped. Our employees are fully qualified and dedicated - they are the reason that we are able to complete projects on time and within budget. WSM is very much a team,a fact that certainly will work to the benefit of the City of Ocoee. We are joined in this proposal by MACTEC,a firm well known to the City,to provide any soft-dig services required under the contract. WSM and MACTEC have worked together extensively in the past. There will be no learning curve with this team. WSM has a considerable inventory of state-of-the-art equipment and facilities. This includes electronic total stations interfaced with data collectors, two of which are the latest"reflectorless" type with robotic capability. Each field party also has a level,seven(7)of which are the digital types which we have interfaced with the EFB(electronic field book)to automate the leveling process. The firm has twenty CADD work stations and five"E"size plotters. We provide mapping in AutoCAD and Micro Station. Still further,WSM has ten Trimble dual frequency GPS units teamed with field computers configured for Real Time Kinematic(RTK)application. We are currently deploying GPRS(cellular) communications in place of radios in RTK operations to increase range and efficiency. Frequently, WSM can provide surveying services utilizing only a single technician,a significant cost advantage to our clients. Margarita Weidener,PLS,President,will serve as Principal-in-Charge. She has the authority to negotiate and contractually bind the firm. She can be reached at (305) 599-6381. William L. Miller,PLS, our Central Florida Regional Manager,will be responsible for all the technical work. He is authorized to sign and execute work orders once the main contract has been executed. WSM has not had any litigation filed against the company nor has been subject to any investigation by a regulatory or professional licensing board. WSM is certified by the State of Florida Minority Business Advocacy and Assistance Office, the Florida Department of Transportation,Orange County,the City of Orlando, and many others as a Minority/Woman Business Enterprise. In all, we feel WSM is particularly well suited to this contract. WSM has been located in Central Florida since 1990. We have extensive experience and we are most interested in providing services to the City of Ocoee. We are very accessible to the City. Our office is 9 miles from City Hall and only 15 minutes away. We look forward to working with you in the near future. Very truly yours, WEIDENER SURVEYING&MAPPING, P.A. Margarita Weidener,PLS President Weidener Surveying & Mapping P.A. IMACTEC August 5,2004 Ms.Joyce Tolbert, Buyer City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 SUBJECT: RFQ#0403,Continuing Contracts for Surveying and Mapping Services MACTEC Proposal No. PROPO4ORLA-0318 Dear Ms.Tolbert: It is with great enthusiasm that we at MACTEC submit this statement of qualifications for your review.We feel that we have something special to offer the City and certainly appreciate the opportunity to do so. MACTEC Engineering and Consulting, Inc. (MACTEC), is the engineering and surveying branch of the MACTEC family of companies. MACTEC is a nationally recognized firm, currently ranked by Engineering News-Record as the 25th largest design firm in the United States. In Florida,we have offices in 10 cities and over 400 employees, including 65 in our Orlando office. Our 35-person surveying and mapping group is based in Orlando and consists of eight field crews, eight professional surveyors and mappers, six survey technicians and two administrative assistants. It is important to note that the majority of staff are original employees of Regional Engineers Planners and Surveyors, Inc. (REPS), a well known local surveying and mapping firm acquired by MACTEC in 1998. The REPS management and production team, led by Michael Jones, PLS, and Charles Gardiner, PLS, has remained intact for 17 years. We continue to build on our past experience in Central Florida to further develop our capabilities; as a result, we offer the City of Ocoee a Prime Survey firm with a continuity of management and staff with a proven record of performance to meet our clients' needs, as well as a tradition of excellence in the quality of the work produced. In that span of time, we have developed an in-depth knowledge and understanding of local survey practices in Central Florida. We primarily provide our services to governmental agencies. In fact, continuing surveying and mapping services contracts very similar in nature to your solicitation have historically been a mainstay of our practice. As described herein, our longstanding and continuous relationships with the City of Orlando (since 1991), the Florida Department of Transportation (since 1991),the Florida Department of Environmental Protection (since 1990) and Orange County(since 1996)are indicative of our ability to provide superior service and products to our clients. Under our firm's previous name of Harding ESE,we have had the privilege of providing our services to the City of Ocoee since 1999. In that time frame, we have had the opportunity to work with several City departments in preparing boundary, topographic and specific-purpose surveys, plat review and preparing legal descriptions. Adding to our experience within the City, as part of a project for Orange County, we recovered and located the majority of the controlling land corners within and adjacent to the City. The control network established as part of this project has been utilized on work for the City and on private projects alike. Our entire survey group that has provided services to the City over the past five years remains intact and includes Mike Jones, PLS, as Project Manager; Project Surveyors Chip Gardiner, PLS, Tom Jennings, PLS, and Chris Lindstedt, PLS; and the supporting services of Paul Wilson, PLS,and Richard Towne, PLS. We also pride ourselves in providing the physical resources needed to meet our clients' needs.This inventory includes 11 4x4 survey trucks; seven one-second, dual-compensator Nikon DTM 530 electronic total stations;two Zeiss electronic levels;eight survey-grade Trimble GPS receivers for static and RTK GPS operations; two Trimble ProXR receivers for use in GIS data J MACTEC Engineering and Consulting,Inc. 4150 N.John Young Parkway•Orlando,FL 32804-2620 407/522-7570•Fax:407/522-7576 jMs.Joyce Tolbert—City of Ocoee August 5,2004 Page 2 j collection operations, one "Li'l Groundhog spot-dig excavation rig, two heavy-duty 16' aluminum work skiffs with 25 HP J engines; a 16' Air Gator airboat for swamp operations; and two Honda all-terrain vehicles. Likewise, we have an extensive inventory of software which includes AutoCAD 2002, ARCView, GeoPAK, MicroStation J, GeoLab, and a complete suite of Trimble GPS software. You will find, through the references listed herein, that over the past 17 years of operations we have established a sound record of meeting schedule and budget requirements. In many cases when working with limiting amount budgets, we have been able to return funds to our clients by completing their assignments ahead of schedule. Likewise, there is no legal action by or against our firm that would affect our abilities to provide our services to the City. Our Survey department has never had a legal claim against it in 17 years of operation.Also, please know that we have in place all insurance requirements requested by the City. Our office location at 4150 North John Young Parkway,just north of Silver Star Road in west Orlando, is a convenient 20-minute drive to City Hall.As we have done in the past,we can and will respond to your needs immediately. In closing,we are ready and willing to respond to your surveying and mapping needs.Our projected workload is such that we can commit sufficient resources in providing the City superior services and products. If you have any questions or require additional information, please do not hesitate to call. We would greatly appreciate the opportunity to further discuss our qualifications and desire to serve the City. Sincerely, MACTEC Engineering and Consulting, Inc. R.Michael Jones, PLS Charles B."Chip"Gardiner, PLS Principal Surveyor/Project Manager Principal Surveyor rmjones@mactec.com cbgardiner@mactec.com enc J J J CITY OF OCOEE <\ �c`> CONTINUING SURVEYING AND MAPPING SERVICES AGREEMENT THIS AGREEMENT is entered into this day of , 20 by and between the City of Ocoee, Florida, a municipal corporation existing under the laws of the State of Florida (CITY), and (CONSULTANT). WHEREAS, the CITY has a present need for professional surveying services; and WHEREAS, the CITY shall have the option to use the CONSULTANT's professional surveying services ("Services"), as further described below, for City professional surveying projects meeting the criteria of Section 287.055 (2) (g), Florida Statutes (2003) (hereinafter referred to as "Project" or "Projects"); and WHEREAS, the CONSULTANT is willing and able to perform the Services for the CITY on the terms and conditions hereinafter set forth; NOW, THEREFORE, in consideration of the premises and mutual covenants given one to the other, the sufficiency of which is hereby acknowledged, the parties hereby agree as follows: A. TERM 1. Continuing Contract. This Agreement shall continue in full force for a period of five (5) separate one year terms. Each one year term shall automatically be renewable for the next succeeding one year term with the condition that the CITY'S obligation to pay under this Agreement for each year is contingent upon the CITY in its good faith judgment having sufficient funds to make an annual appropriation for the Services to be provided under this Agreement. The Agreement shall continue in full force and effect from the date first written above or until terminated in accordance with this Agreement. The CITY shall have the option of extending the term an additional one (1) year. The above time periods may be extended to complete Services being rendered under a Project that has already been identified in a Services Authorization issued prior to the expiration of the Agreement. B. TYPES OF PROJECTS 1. CONSULTANT may perform Services under this Agreement, including but not limited to those generally described below: 1 006.342914.1 Professional survey services in accordance with Section 472, Florida Statutes (2003) and Section 177, Florida Administrative Code and Applicable provisions of the City of Ocoee Code. These services shall include but not be limited to: a.) As-Built Surveys: Horizontal and vertical location surveys of constructed improvements for existing and new roadways, drainage ponds, ditches, canals, land parcels and other similar projects, including soft dig services necessary for same; b.) Boundary Surveys: Perimeters of parcels for locations, platting or dividing; c.) Construction Layout: Horizontal and vertical measurements for construction, including preliminary and final roadway or utility alignment surveys; d.) Control Surveys: Horizontal and vertical positions for support of subordinate surveys or mapping; e.) Hydrographic Surveys: Lake and pond water level elevation identification and verification and collection and analysis of related data concerning bodies of water; f.) Mean High Water Line Surveys: F.S. Section 177, Part II Surveys; g.) Plat review in accordance with Chapter 177, Florida Statutes; h.) Quantity Surveys: Measurements to determine quantity; i.) Right-of-way Surveys: Strip of land for travel, drainage and utilities, etc.; j.) Specific or Special Purpose Surveys: A specific purpose not defined by any other type; k.) Topographic Surveys: Horizontal and vertical spatial relations of selected man-made and/or natural features on or below the earth's surface; 1.) Collection and analysis of data through use of Global Positioning Satellite technology; m.) Providing survey data in digital form in a format compatible with what the CITY is currently using or otherwise in accordance with the City of Ocoee's requirements; n.) Advise, assistance and possible court and administrative hearing appearance(s) regarding future legal matters; 2 006.342914.1 o.) Verification of existing rights-of-way and establishment of new right-of- way lines for ongoing or projects p.) Verification of existing rights-of-way and establishment of new right-of- way lines for ongoing or projects q.) Parcel surveys. r.) Preparation of legal descriptions with or without sketches of description. s.) Preparation of horizontal and vertical underground and overhead utility (water, sanitary, fiber optic, coaxial, etc.) survey. t.) Miscellaneous surveying or mapping services not otherwise defined above. 2. The CITY shall, from time to time at its sole discretion, authorize the CONSULTANT in writing to provide Services under this Agreement by issuing a Services Authorization. A Services Authorization shall, by mutual agreement of the parties, set forth, (1) the Scope of Services, (2) the time for performance, (3) method and amount of compensation, (4) the items to be provided to the CITY, and (5) the services, information and data that can be provided by the CITY to the CONSULTANT. 3. The CITY does not guarantee, warrant, or represent that any number of Projects or any particular type of Project will be assigned to the CONSULTANT under the terms of this Agreement. Furthermore, the purpose of this Agreement is not to authorize a specific Project, but to set forth certain duties, obligations, rights, and responsibilities that may be incorporated by reference into any Services Authorization that may be mutually agreed to by the parties. The CITY shall have the sole discretion to select the Project(s), if any, that may be given to the CONSULTANT. 4. The CONSULTANT shall perform any and all Services in a timely, efficient and cost-effective manner and in a manner that comports with the highest standards of professional surveying. C. FEE FOR SERVICES 1. The CITY shall pay the CONSULTANT for the SERVICES as detailed in a Services Authorization issued under this Agreement. The compensation shall include salary, social security, federal and state unemployment taxes, worker's compensation insurance, sick leave, vacation and holiday pay, retirement and medical insurance benefits, travel and subsistence within the Orlando area, general and administrative overhead costs, quality control, profit, and any and all incidental reproduction, secretarial, and office support costs. Furthermore, the CITY shall not be charged overtime wage rates, unless and only to the extent that the CITY may authorize such charges in writing. 2. CONSULTANT fully acknowledges and agrees that if at any time it performs SERVICES under this AGREEMENT that have not been fully negotiated, reduced to writing, 3 006.342914.1 and formally executed by both the CITY and CONSULTANT, then CONSULTANT shall perform such SERVICES without liability to the CITY, and at CONSULTANT's own risk and expense. 3. CITY shall pay CONSULTANT not later than thirty (30) calendar days of its receipt of CONSULTANT invoices, unless, within the 30-day period, the CITY, 1) notifies CONSULTANT of an objection to the PAYMENT amount, and 2) either provides CONSULTANT with a determination of the proper PAYMENT, or requests further information from CONSULTANT so that a proper PAYMENT can be derived and agreed upon by the parties. 4. The CITY's objection to the PAYMENT amount shall be accompanied by the CITY's remittance of any undisputed portion of the PAYMENT. 5. Upon the termination of this AGREEMENT, CONSULTANT shall prepare a final and complete payment statement for all SERVICES and reimbursable expenses incurred since the posting of the last payment statement, and through the date of termination. CONSULTANT also agrees to maintain, and to cause each of its subcontractors to maintain complete and accurate books and records (BOOKS) in accordance with sound accounting principles and standards, in a form acceptable to the CITY, and relating to all SERVICES and related costs and expenditures to the CITY that have been contracted for and paid during the life of this AGREEMENT. The BOOKS shall identify the SERVICES rendered during each month of this AGREEMENT, the date that each PROJECT expense was incurred, and whether the expense was SERVICE or reimbursable-related. 6. The BOOKS may (but need not) be kept separate and apart from CONSULTANT's other books; but the CITY shall have the right, at any reasonable time and through any of its designated agents or representatives, to inspect and audit the BOOKS for the purpose of verifying the accuracy of any payment statement. If it is established by the audit, or by any other means, that CONSULTANT has over-billed or overstated its costs, fees, or reimbursable expenses (OVERCHARGED) to the CITY, then the amount of any OVERCHARGE shall be refunded to the CITY, including interest at one percent (1%) simple interest per month, together with the CITY's reasonable and provable costs (including auditing expenses) in discovering the OVERCHARGE and effecting its repayment. 7. CONSULTANT shall retain the BOOKS, and make them available to the CITY as specified above, until the later of five (5) years after the date of termination of this AGREEMENT, or five (5) years from the date of the final payment statement (of the PROJECT) prepared for the CITY, or such longer time if required by any federal, state, or other governmental law, regulation, policy, or contractual or grant requirement or provision. 8. When the CITY has reasonable grounds for belief(or information to believe) that, 1) CONSULTANT will be unable to perform the SERVICES; or 2) a pending or meritorious claim exists against CONSULTANT or the CITY arising out of CONSULTANT's negligence or CONSULTANT's breach of any provision of this AGREEMENT; then the CITY may withhold a 4 006.342914.1 payment otherwise due and payable to CONSULTANT. This provision is intended solely for the benefit of the CITY. 9. The acceptance by CONSULTANT, its successors, or assigns, of any final payment due upon the termination of this AGREEMENT, shall constitute a full and complete release of the CITY from any and all claims, demands, or causes of action whatsoever that CONSULTANT, its successors, or assigns may have against the CITY under the provisions of this AGREEMENT. D. INDEMNIFICATION AND INSURANCE Indemnification 1. The CONSULTANT agrees to indemnify, defend and hold harmless the City, its representatives, employees, and elected and appointed officials, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Consultant and persons employed or utilized by the CONSULTANT in the performance of any professional services rendered under this Agreement or any Services Authorization issued pursuant to this Agreement. For purposes of compliance with Florida law, CONSULTANT acknowledges that this provision shall be deemed a part of the project specifications or the bid documents. Insurance 2. General. The CONSULTANT shall purchase, maintain, and keep in full force, effect, and good standing, such insurance that is further described below, and any other insurance necessary to fully protect it from claims of the nature that are detailed below, that may arise out of, or result from, the CONSULTANT's operations, performance, or Services, or all of these things, or any of these things in combination (CONSULTANT's Operations), whether the CONSULTANT's Operations are by the CONSULTANT, any of its agents or Subconsultants, or anyone for whose act or acts it may be liable. The CONSULTANT'S insurance carrier shall be licensed to do business in the State of Florida and shall have an A.M. Best Rating of A or better. The insurance required by this Subsection shall be written for not less than the limits of liability specified below, or required by law, whichever is greater, and shall include contractual liability insurance as applicable to the CONSULTANT's obligation under this Agreement. 3. The CONSULTANT shall 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 5 006.342914.1 (The City of Ocoee is to be named as an additional insured) Professional Liability Insurance: $1,000,000.00 (Design Errors and Omission) 4. 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 Florida Statutes, Section 440.57. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the 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 sub-consultant 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 sub- consultant to provide adequate insurance, satisfactory to the City, for the protection of the CONSULTANT's employees not otherwise protected. The policy shall include an appropriate waiver of subrogation provision in favor of the CITY. c) CONSULTANT's Public Liability and Property Damage Insurance: During the life of this Agreement the CONSULTANT shall maintain COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the CONSULTANT 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: d) Automobile Bodily Injury Liability & Property Damage Liability 6 006.342914.1 The policy and coverages shall include_ • $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 e) 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 not contributory over the insurance of the City of Ocoee. The policy and coverage shall include: • $2,000,000 GENERAL AGGREGATE • $1,000,000 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 f) 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. g) Owner's Protective Liability Insurance: 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. h) Contractual Liability - Work Contract: The CONSULTANT's insurance shall also include contractual liability coverage. NOTE: THE CITY SHALL BE NAMED AS ADDITIONAL INSURED ON PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE,. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 5. Certificates of Insurance: The CONSULTANT shall provide a Certificate of Insurance Form, naming the City of Ocoee as an additional insured upon being issued any Services Authorization under this Agreement. This certificate shall be dated and show: (1) 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; and (2) a 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. 6. City As Additional Insured. The CITY shall be listed as an additional insured on all insurance coverage required by this Agreement, except Worker's Compensation and Professional Liability errors and omissions insurance. Furthermore, all other insurance policies .pertaining to the Services to be performed under this Agreement shall memorialize that the 7 006.342914.1 CONSULTANT's, or the CONSULTANT's Subconsultant's, or all of these entities' (Primary Insureds) insurance, shall apply on a primary basis, and that any other insurance maintained by the CITY shall be in excess of and shall not contribute to or be commingled with the Primary Insured's insurance. 7. CITY's Right to Inspect Policies. The CONSULTANT shall, upon thirty (30) days' written request from the CITY, deliver copies to the CITY of any or all insurance policies that are required in this Agreement. E. TERMINATION Termination Without Cause 1. This Agreement may be terminated by either party by delivering a thirty (30) written notice to the other party. In the event of the termination of this Agreement, any liability of one party to the other arising out of any Services rendered, or any act or event occurring prior to the termination, shall not be deemed to be terminated or released. The CONSULTANT shall be paid for Services completed prior to receipt of the termination notice and for reasonable termination settlement costs relating to commitments which had become firm prior to the termination; however, payment to the CONSULTANT will exclude any and all anticipated supplemental costs, administrative expenses, overhead and profit on uncompleted Services. Termination for Cause 2. In addition to any other termination provisions that may be provided in this Agreement, the CITY may terminate this Agreement, or any Services Authorization issued under this Agreement, in whole or in part if the CONSULTANT makes a willfully false Payment Statement; or substantially fails to perform any obligation under this Agreement or Services Authorization and does not remedy the failure within fifteen (15) calendar days after receipt by the CONSULTANT of written demand from the CITY to do so. The CONSULTANT may terminate this Agreement or any Services Authorization issued under this Agreement, if the CITY substantially fails to perform any obligation under this Agreement, and does not remedy the failure within fifteen (15) calendar days after receipt by the CITY of written demand from the CONSULTANT to do so; unless, however, the nature of the failure is such that it cannot, in the exercise of reasonable diligence, be remedied within fifteen (15) calendar days, in which case the CITY shall have such time as is reasonably necessary to remedy the failure, provided it promptly takes and diligently pursues such actions as are necessary therefor. 3. Upon termination of this Agreement for Cause by the CITY, the CITY may pay the CONSULTANT for those Services actually rendered and contracted for under a Services Authorization, and those reasonable and provable expenses required by any Services Authorization and actually incurred by the CONSULTANT for Services prior to the effective date of termination. Such payments, however, shall be, 1) reduced by an amount equal to any 8 006.342914.1 additional costs and damages incurred by the CITY as a result of the default(s) of the CONSULTANT, including all incidental and consequential fees and expenses. 4. Delivery of Materials Upon Termination In the event of termination of this Agreement (or any Services Authorization) by the CITY, prior to the CONSULTANT's satisfactory completion of all the Services described or alluded to herein, the CONSULTANT shall promptly furnish the CITY, at no additional cost or expense, with one (1) copy of the following items (Documents), any or all of which may have been produced prior to and including the date of termination: data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda; and any and all other documents, instruments, information, and materials (whether or not completed) generated or prepared by the CONSULTANT, or by any Subconsultant, in rendering the Services described herein, and not previously furnished to the CITY by the CONSULTANT pursuant to this Agreement, or any Services Authorization. The Documents shall be the sole property of the CITY, and the CITY shall be vested with all rights provided therein of whatever kind and however created. The CONSULTANT shall also require that all such Subconsultants agree in writing to be bound by the provisions of this Subsection. F. SUSPENSION 1. The CITY has the right to suspend the CONSULTANT's Services pursuant to any Services Authorization. However, if the CITY suspends the CONSULTANT's Services pursuant to any Services Authorization, the CITY will add to the Period of Service for such Services Authorization a period not less than the duration of such suspension and compensate the CONSULTANT for its reasonable and provable costs, profits (as agreed to by the CITY), and losses (including overhead costs, Reimbursable and Sub-consultant expenses incurred) associated with demobilization and remobilization for such suspended Service. G. NOTICES All notices denominated as such by this Agreement, or the City Code, or Florida law, required to be given to the CONSULTANT hereunder shall be in writing, and shall be given by hand-delivery or United States mail, postage prepaid, addressed to: All notices required to be given to the CITY shall be in writing, and shall be given by hand-delivery or United States mail, postage prepaid, to the CITY at: CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: City Manager 9 006.342914.1 A copy of such notice shall also be provided to the City of Ocoee, Department of Purchasing. Either party may change its address, for the purposes of this Subsection, by written notice to the other party given in accordance with the provisions of this Subsection. H. CONFLICTS OF INTEREST The CONSULTANT represents and warrants unto the CITY that no officer, employee, or agent of the CITY has any interest, either directly or indirectly, in the business of the CONSULTANT to be conducted hereunder. The CONSULTANT further represents and warrants to the CITY that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid, or agreed to pay, or given or offered any fee, commission, percentage, gift, loan, or anything of value (Value) to any person, company, corporation, individual, or firm, other than bona fide Personnel working solely for the CONSULTANT, in consideration for or contingent upon, or resulting from the award or making of this Agreement. Further, the CONSULTANT also acknowledges that it has not agreed, as an expressed or implied condition for obtaining this Agreement, to employ or retain the services of any person, company, individual or firm in connection with carrying out this Agreement. It is absolutely understood and agreed by the CONSULTANT that, for the breach or violation of this Subsection, the CITY shall have the right to terminate this Agreement without liability and at its sole discretion, and to deduct from any amounts owed, or to otherwise recover, the full amount of any Value paid by the CONSULTANT. I. WAIVER OF CONSEQUENTIAL DAMAGES IN NO EVENT SHALL THE CITY BE LIABLE TO CONSULTANT OR TO ANY THIRD PARTY FOR ANY PERSONAL INJURY, DEATH OR PROPERTY DAMAGE; NOR SHALL THE CITY BE LIABLE FOR ANY INDIRECT, INCIDENTAL, SPECIAL OR CONSEQUENTIAL DAMAGES, INCLUDING LOSS OF PROFITS, LOSS OF REVENUE, OR LOSS OF USE, OR COST OF COVER INCURRED BY CONSULTANT OR ANY THIRD PARTIES ARISING OUT OF THIS AGREEMENT AND/OR CONCERNING THE PERFORMANCE OF SERVICES BY THE CONSULTANT OR BY THE CITY UNDER THIS AGREEMENT OR UNDER A SERVICES AUTHORIZATION ISSUED UNDER THIS AGREEMENT. J. MATERIALS AND DATA 1. All data, field notes, inspector's reports, job files, test reports, contract plans and specifications used to record as-built (or other) conditions, copies of shop drawings, construction photographs, cost control and scheduling data, computer printouts, contractor's submittals, summaries, memoranda (WRITTEN WORK); and any and all other WRITTEN WORK, documents, instruments, information, and materials prepared or accumulated by CONSULTANT especially for the SERVICES rendered hereunder; shall be the sole property of the CITY. The CITY may reuse the WRITTEN WORK at no additional cost, and the CITY shall be vested with all rights of whatever kind and however created that may be in existence thereto; provided, however, that CONSULTANT shall in no way be liable or legally responsible to anyone for the 10 006.342914.1 CITY's additional use of any WRITTEN WORK on another project, and the CITY shall indemnify CONSULTANT for and from any claims made against CONSULTANT arising out of such use, except in those instances where CONSULTANT is reemployed by the CITY for the reuse of any material or data described in this SECTION. 2. The CITY acknowledges that the WRITTEN WORK is not intended for use in connection with any project or purpose other than the PROJECT, and the purpose for which the WRITTEN WORK was therefore prepared. Any use by the CITY of the WRITTEN WORK in connection with a project or purpose other than the PROJECT, without the prior written consent of CONSULTANT, shall be at the CITY's sole risk, and CONSULTANT shall have no responsibility or liability related thereto. 3. In the event of termination of this AGREEMENT prior to CONSULTANT's satisfactory completion of all the SERVICES described or alluded to herein, CONSULTANT shall promptly furnish the CITY, at no additional cost or expense, one (1) copy of the following items (DOCUMENTS), any or all of which may have been produced prior to and including the date of termination: data, field notes, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda; and any and all other documents, instruments, information, and materials (whether or not completed) prepared or accumulated by CONSULTANT, or by any CONSULTANT subcontractor, in rendering the SERVICES described herein, and not previously furnished to the CITY by CONSULTANT pursuant to this AGREEMENT. The DOCUMENTS shall be the sole property of the CITY, and the CITY shall be vested with all rights provided therein of whatever kind and however created. CONSULTANT shall also require that all such Subcontractors agree in writing to be bound by the provisions of this Paragraph. K. MISCELLANEOUS PROVISIONS Non-Exclusive Contract 1. This Agreement is non-exclusive, and may be terminated at the CITY's convenience with the proper notice having been given to the CONSULTANT pursuant to Section 8, above. It is understood and acknowledged that the rights granted herein to the CONSULTANT are non-exclusive, and the CITY shall have the right, at any time, to enter into similar agreements with other engineers, architects, landscape architects, planners, consultants, contractors, subconsultants, and so forth, to have them perform such professional services as the CITY may desire. Local, State and Federal Obligations 2. Discrimination. The CONSULTANT, for itself, its delegates, successors-in-interest, and its assigns, and as a part of the consideration hereof, does hereby covenant and agree that, 1) in the furnishing of Services to the CITY hereunder, no person shall be excluded from participation in, denied the benefits of, or otherwise subjected to discrimination in regard to this Agreement on the grounds of such person's race, color, creed, national origin, disability, marital status, religion or sex; and 2) the CONSULTANT shall comply with all 11 006.342914.1 existing requirements concerning discrimination imposed by any and all applicable local, state, and federal rules, regulations, or guidelines, and as such rules, regulations, or guidelines may be from time to time amended. In the event of a breach of any of the nondiscrimination covenants described in this Subsection, the CITY shall have the right to terminate this Agreement, with cause, as described above. 3. Compliance with Law. The CONSULTANT and its employees shall promptly observe, comply with, and execute the provision of any and all present and future federal, state, and local laws, rules, regulations, requirements, ordinances, and orders which may pertain or apply to the Services that may be rendered hereto, or to the wages paid by the CONSULTANT to its employees. The CONSULTANT shall also require, by contract, that all Subconsultants shall comply with the provisions of this Subsection. 4. Licenses. The CONSULTANT shall, during the life of this Agreement, procure and keep in full force, effect, and good standing all necessary licenses, registrations, certificates, permits, and other authorizations as are required by local, state, or federal law, in order for the CONSULTANT to render its Services or Work as described herein. The CONSULTANT shall also require all Subconsultants to comply by contract with the provisions of this Subsection. 5. Compliance With New Regulations. The CONSULTANT agrees that at such time as the local, state, or federal agencies modify their grant procedures in order for the CITY or the CONSULTANT to qualify for local, state, or federal funding for the Services to the rendered by the CONSULTANT, then the CONSULTANT shall consent to and make such modifications or amendments in a timely manner. If the CONSULTANT is unable to comply with applicable local, state, or federal laws and regulations governing the grant of such funds for Services to be rendered herein, then the CITY shall have the right, by written notice to the CONSULTANT, to terminate this Agreement for convenience. Furthermore, if the CONSULTANT's compliance with such laws, regulations, rules, or procedures causes a material change to a term or condition of this Agreement, or to any Services Authorization, then the CITY agrees, upon sufficient proof of material changes as may be presented to it by the CONSULTANT, to amend all related CITY/CONSULTANT contractual obligations, and to revise such Project budgets accordingly. 6. License Fee and Royalties. The CONSULTANT agrees that any invention, design, process, product, device, proprietary system, or proprietary process for which an approval (of any type) may be necessary, shall be paid for by the CITY, but shall be secured by the CONSULTANT (or, at the CONSULTANT's direction, by the Contractor during the CONSULTANT's construction phase services as may be memorialized in a Services Authorization) before the completion of any Services Authorization. Consultant Not Agent of City 7. The CONSULTANT is not authorized to act as the CITY's agent hereunder and shall have no authority, expressed or implied, to act for or bind the CITY hereunder, either in CONSULTANT's relations with Subconsultants, or in any other manner whatsoever except as otherwise stated in a Services Authorization. 12 006 342914.1 Subconsultants 8. General. The CONSULTANT shall have the right, conditioned upon the CITY's prior consent (which shall not be unreasonably withheld), to employ other firms, consultants, Contractors, subconsultants, and so forth (Subconsultants); provided, however, that the CONSULTANT shall, 1) inform the CITY as to what particular Services the Subconsultants shall be employed to do; 2) inform the CITY as to what extent (what percentage) of the total Project Services each Subconsultant shall be employed to do; 3) be solely responsible for the performance of all of its Subconsultants, including but not limited to their maintenance of schedules, correlation of Services, or both of these things, and the resolution of all differences between them; 4) promptly terminate the use and services of any Subconsultants upon written request from the CITY (which may be made for the CITY's convenience); 5) promptly replace each such terminated Subconsultant with a Subconsultant of comparable experience and expertise; 6) cause a Subconsultant to remove any employee(s) from a Project as the CITY shall request (again for the CITY's convenience); and 7) assure that such employee(s) shall be promptly replaced by other employee(s) of comparable experience and expertise and who are otherwise acceptable to the CITY. After the Subconsultant has received notice of the termination, or two (2) business days after the CITY has notified the CONSULTANT in writing of the required termination of the Subconsultant or the Subconsultant's employee, whichever shall occur first, the CITY shall have no obligation to reimburse the CONSULTANT for the Services subsequent to the notice of termination of any Subconsultant or employee who may be terminated pursuant to the provision of this Subsection; provided, however, that the CITY shall reimburse the CONSULTANT for the CONSULTANT's reasonable and provable Subconsultant demobilization or remobilization costs, as defined in herein ("Suspension"), and reasonable and provable additional fees charged by the new Subconsultant, if any, if the CITY terminates a Subconsultant for convenience; and provided, further, that the CONSULTANT shall receive no reimbursement for demobilization or remobilization costs or any additional fees or costs, if a Subconsultant is terminated for cause. It is also understood that the CITY does not, by accepting a Subconsultant, warrant or guarantee the reliability or effectiveness of that entity's Services. 9. Work Outside Scope and Time of Payment. The CITY shall have no obligation to reimburse the CONSULTANT for the services of any Subconsultant that may be in addition to the Basic Services, or for those Subconsultant Services not previously made known to the CITY, or that are otherwise outside of the Scope of any particular Project Services Authorization, unless and until the CITY has given written approval of such reimbursement. The CONSULTANT agrees to pay all such Subconsultants for their Project-related Services no later than thirty (30) calendar days after the CONSULTANT's receipt of payment from the CITY for work performed by the Subconsultants, unless such payment is disputed by the CONSULTANT, and the CITY receives written notice thereof 10. Subconsultant Contracts. The CONSULTANT shall provide a copy of all relevant provisions of this Agreement to all Subconsultants hired by it, or for which it may have management responsibilities as described in a Services Authorization and shall inform all Subconsultants that all Services performed hereunder shall strictly comply with the Agreement terms and provisions. The CONSULTANT shall also furnish the CITY, upon demand, with a copy of all CONSULTANT-Subconsultant contracts. 13 006.342914.1 Assignment and Delegation 11. The CITY and the CONSULTANT bind themselves and their partners, successors, executors, administrators, and assigns, to the other party of this Agreement in respect to all duties, rights, responsibilities, obligations, provisions, conditions, and covenants of this Agreement; except that the CONSULTANT shall not assign, transfer, or delegate its rights or duties, or both of these things, in this Agreement without the prior written consent of the CITY. The CITY has the absolute right to withhold such consent at its convenience, and, furthermore, if the CONSULTANT attempts to assign, transfer, or delegate its rights or duties in violation of these provisions without the CITY's consent, then the CITY may terminate this Agreement as a breach of contract by the CONSULTANT and a failure by the CONSULTANT to substantially perform its obligations hereunder, and any such assignment shall be null, void, and of no legal effect. The CITY shall have the right to assign its rights (or any part of them) or to delegate its duties and obligations (or any part of them) to another entity that shall be bound by all applicable terms and conditions as provided in this Agreement. Audits 12. Periodic Auditing of Consultant's Books. The CITY shall have the right, at any reasonable time and through any of its designated agents or representatives, to inspect and audit the Books for the purpose of verifying the accuracy of any Payment Statement or Completion Report. In addition to the above and upon request of the CITY, the CONSULTANT shall prepare an audit (for the most recent fiscal year) for the CITY, which shall include the CONSULTANT's paid salary, fringe benefits, general and administrative overhead costs, profit and the total amount of money paid by the CITY to the CONSULTANT. The Fiscal Report shall be certified as true and correct by, and shall bear the signature of, the CONSULTANT's chief financial officer or its certified public accountant. 13. Overcharge. If it is established by the audit, or by any other means, that the CONSULTANT has over-billed or overstated its costs, fees, or reimbursable expenses (Overcharge) to the City, then the amount of any Overcharge shall be refunded by the CONSULTANT, together with interest at the rate of one percent (1%) per month and the CITY's reasonable and provable costs (including the auditing expenses) in discovering the Overcharge and effecting its repayment. Truth in Negotiations 14. The CONSULTANT shall execute a Truth-in-Negotiation Certificate in the form attached hereto and made a part hereof, by reference, as Exhibit I. It is agreed by the CONSULTANT that any Project or Services Authorization price, and any additions thereto, shall be adjusted to exclude any significant sums [plus interest at twelve percent (12%) per annum simple interest on the sums, from the date of payment by the CITY] by which the CITY determines that the price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. 14 006.342914.1 Prohibition Against Contingent Fees 15. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONSULTANT any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. Entire Agreement 16. This Agreement, including the Exhibits hereto, constitutes the entire Agreement between the parties, and shall supersede and replace all prior agreements or understandings, written or oral, relating to the matters set forth therein, and that specifically related to the execution of this particular document. Amendment 17. This Agreement may be amended or modified only by a Services Authorization, or an Amendment, and as duly authorized and executed by the parties. Validity 18. The validity, interpretation, construction, and effect of this Agreement shall be in accordance with and governed by the laws of the State of Florida, only. In the event any provision hereof is determined to be unenforceable or invalid, such unenforceability or invalidity shall not affect the remaining provisions of this Agreement, which shall remain in full force and effect. To that extent, this Agreement is deemed severable. Headings 19. The headings of the Sections or Subsections of this Agreement are for the purpose of convenience only, and shall not be deemed to expand, limit, or modify the provisions contained in such Sections or Subsections. Timeliness 20. The City and the CONSULTANT acknowledge and understand that time is of the essence in this Agreement, and that the Services shall be performed in as expeditious a manner as may be in accord with the nature of each Project. Public Entity Crime 21. Any Person or affiliate, as defined in 287.133 of the Florida Statutes, shall not be allowed to contract with the CITY, nor be allowed to enter into a subcontract for work on this AGREEMENT, if such a person or affiliate has been convicted of a public entity crime within three (3) years of the date this AGREEMENT was advertised for proposals, or if such person or 15 006.342914.1 affiliate was listed on the State's convicted vendor list within three (3) years of the date this AGREEMENT was advertised, whichever time period is greater. A public entity crime means a violation of any state or federal law with respect to and directly related to the transaction of business with any public entity or agency (federal, state or local), involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, forgery, falsification of records, receiving stolen property or material misrepresentation. Any AGREEMENT with the CITY obtained in violation of this Section shall be subject to termination for cause. A Subconsultant who obtains a subcontract in violation of this Section shall be removed from the Project and promptly replaced by a Subconsultant acceptable to the City. Force Majeure 22. The parties acknowledge that adverse weather conditions, acts of God, or other unforeseen circumstances of a similar nature, may necessitate modifications to a Services Authorization, such modifications to include, but not limited to the particular Services Authorization's Scope, Term, and Fee. If such conditions and circumstances do in fact occur, then the CITY and CONSULTANT shall mutually agree, in writing, to the modifications to be made to any Services Authorization. Remedies And Costs 23. All remedies provided in this Agreement shall be deemed cumulative and additional, and not in lieu or exclusive of each other or of any other remedy available to either party, at law or in equity. Dispute Resolution and Exclusive Venue 24. As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall, by mutual agreement, select a mediator within fifteen (15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City, shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the mediator declares an impasse, which declaration, in any event, shall be issued by the mediator not later than sixty (60) days after the initial mediation conference. The sole and exclusive venue for any mediation shall be in Orange County, Florida. Any legal proceeding of any nature brought by either party against the other to enforce any right or obligation under this Agreement or any Services Authorization issued under this Agreement, or arising out of any matter pertaining to this Agreement or the work to be performed hereunder, shall be submitted for trial, without a jury, before the Circuit Court of the Ninth Judicial Circuit, in and for Orange County, Florida. The parties consent and submit to the jurisdiction of such court and agree to accept service of process outside the State of Florida in any matter to be submitted to any such court pursuant hereto. The City and Consultant expressly waive all rights to trial by jury regarding any legal proceeding of any nature brought by either party against the other to enforce any right or obligation under this Agreement, or any Services Authorization issued under this Agreement, or 16 006.342914.1 arising out of any matter pertaining to this contract or the work to be performed hereunder. As noted herein, the sole and exclusive venue for any litigation or other legal proceeding between the parties shall be the Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. IN WITNESS WHEREOF, this Agreement has been fully executed on behalf of the parties hereto and by its duly authorized representatives, as of the date first written above. ATTEST: ACCEPTED: By: Name: Name: Title: (SEAL) ATTEST: APPROVED: CITY OF OCOEE, FLORIDA By: Name: Name: S. Scott Vandergrift, Mayor Title: Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD ON APPROVED AS TO FORM AND , 20 LEGALITY this UNDER AGENDA ITEM NO. . FOLEY & LARDNER LLP By: Assistant City Attorney TRUTH-IN-NEGOTIATION CERTIFICATE 17 006.342914.1 The CONSULTANT hereby certifies that all wage rates, and any and all other unit costs supporting the compensation to be paid to the CONSULTANT pursuant to a Services Authorization for the Services as set forth therein, will be accurate, complete, and current at the date of the Services Authorization's execution. WITNESS: BY: BY: Print Name: Print Name: Title: Title: STATE OF FLORIDA } COUNTY OF } PERSONALLY APPEARED before me, the undersigned authority, , [ ] well known to me or [ ] who has produced his/her as identification, and known by me to be the of the corporation named above, and acknowledged before me that he/she executed the foregoing instrument on behalf of said corporation as its true act and deed, and that he/she was duly authorized to do so. WITNESS my hand and official seal this day of , 20_. NOTARY PUBLIC Print Name: My Commission Expires: 18 006 342914.1 Center of Good Liv Mayor Commissioners S. Scott Vandergrift .. ri `' Danny Howell, District 1 Scott Anderson, District 2 Acting City Manager Rusty Johnson, District 3 V. Eugene Williford r Nancy J. Parker, District 4 CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #0403 CONTINUING CONTRACTS FOR SURVEYING AND MAPPING SERVICES City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone: (407)905-3100•fax:(407)656-8504•www.ci.ocoee.fl.us LEGAL ADVERTISEMENT CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0403 CONTINUING CONTRACTS FOR SURVEYING AND MAPPING SERVICES Ocoee City Commission The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055,et seq. and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from surveying and mapping firms that are interested in providing general surveying and mapping services for various planning, design and review projects. The City intends to award continuing contracts to no fewer than three (3) 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; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the City, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. Firms selected by the City will provide surveying and mapping services to the City on an as needed basis, based upon task orders to be issued by the City under the continuing contracts. The contracts shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five years from the date of the execution. Qualification packages must be received no later than 2:00 p.m. (local time) on August 5,2004. Any qualification packages received after the above noted time will not be accepted under any circumstances. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. Qualification packages submitted after this designated time will be returned unopened. Firms or companies interested in providing the surveying and mapping 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, Buyer City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407)905-3100 x 1516 FAX number: (407) 656-3501 itolbertnci.ocoee.fl.us No fax or electronic submissions will be accepted. RFQ 0403 2 The City through written inquiries directed to Joyce Tolbert, Buyer, will receive questions regarding the RFQ. Deadline for receipt of written inquiries will be July 23,2004. Interested firms may secure a copy of the RFQ documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us/PE23.asp under Bids/Vendors, or copies are available from the contact person identified above for a non-refundable reproduction and/or administrative fee of$20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of RFQ documents will not be issued. Firms or companies interested in providing the surveying services may be disqualified if they have contacts with the Mayor, City Commissioners, or any City staff other than person identified above about the RFQ during the submission or selection process. Pursuant to Section 287.133(2)(a), Florida Statutes, interested firms who have been placed on the convicted vendor list following a conviction for public entity crimes may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services, the value of which exceeds $15,000 for a period of 36 months from the date of being placed on the convicted vendor list. City Clerk July 4, 2004 RFQ 0403 3 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ"#0403 CONTINUING SURVEYING & MAPPING SERVICES TYPICAL SCOPE OF SERVICES: The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055, and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from surveying and mapping firms that are interested in providing general surveying and mapping services for various planning, design and review projects. The City intends to award continuing contracts to no fewer than three firms deemed to be the most highly qualified to perform the required services. Each continuing contract shall automatically be renewed annually, for up to a maximum of five (5) total years, unless otherwise terminated by either party, in writing, given 30 days notice. The scope of work to be performed under task orders issued under the continuing contracts may consist of, but will not necessarily be limited to: review, planning, design and construction phase surveying and mapping services for public and private projects within the City. Typical assignments would include,but would not be limited to the following: • Horizontal and vertical survey for existing and new roadways, drainage ponds, ditches, canals, land parcels, etc. • Verification of existing rights-of-way and establishment of new right-of-way lines for ongoing or projects • Performance of preliminary and final roadway or utility alignment surveys • Parcel surveys • Preparation of legal descriptions with or without sketches of description • Plat review in accordance with Chapter 177, Florida Statutes • Establishment of the limits of existing ditches and canals • Collection of data through use of Global Positioning Satellite technology • Lake and pond water level elevation identification and verification • Horizontal and vertical underground and overhead utility (water, sanitary, fiber optic, coaxial, etc.) survey • Soft-dig services • Miscellaneous surveying or mapping services Interested firms must be experienced in providing surveying and mapping services for projects of a scope and nature comparable to those described. To be considered, the firm shall be a licensed professional in accordance with Florida State law and be familiar with all applicable State of Florida, Orange County and City of Ocoee codes, regulations and laws. Include a copy of the firm's contractor's license. RFQ 0403 4 SUBMISSION REQUIREMENTS: 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 (20) 8.5"x 11" pages (including resumes; but, excluding front and back covers, dividers, and a 2—page cover letter), single-sided, portrait orientation, 12-point font. The required submission material includes the following: I.Firm's Qualifications • List of all firm's employees,their qualifications, and their role for the City services. • Firm's and employee's certifications and registration with regulatory agencies, professional organizations, etc. • List firm's sub-consultants, their qualifications, and their role in this project. • List of firm's other current or recently completed similar services within the past two 2 years with other public or private agencies. • List and quantity of firm's (and firm's sub-consultants' if applicable) equipment including survey instruments, computers,plotters, vehicles, etc. • List of at least three (3) client references to include organization name, contact person, telephone number(s), and e-mail address. II.Firm's Office Location • List the location of all offices (firm and sub-consultants) involved with this project and approximate distance (in miles) and time (in hours)to City Hall. III. Firm's Financial Information • Tabulation of employee's current (base year) loaded hourly rates and anticipated annual increases and hourly rates. • Tabulation of all other charges and amounts which may appear or would be charged to the City on the firm's invoices such as production charges,travel expenses, etc. • Per crew(2-person, 3-person, etc.) loaded hourly rates, if any. The City reserves the right to accept or reject any or all submittals that it may, in its sole discretion, deem unresponsive, or to waive technicalities which best serves the overall interests of the City. Cost of preparation of a response to this RFQ is solely that of the consultant and the City assumes no responsibility for such cost incurred by the consultant. Any request to withdraw a Qualification Package must be addressed in writing as above. Such requests must be received by the City prior to the deadline for submission. RFQ 0403 5 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) The following is the City's Standard Insurance Requirements: The Contractor 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 Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor 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 Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require .the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor.. 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 Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee RFQ 0403 6 c) Contractor's Public Liability and Property Damage Insurance: The Contractor 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 Contractor 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 Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 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 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 Contractor is primary and not contributory over the insurance of the City of Ocoee. • $2,000,000 GENERAL AGGREGATE • $1,000,000 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 Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. 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 Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. RFQ 0403 7 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. 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 20 % 2. Past Performance and Experience of the Firm 15 % 3. Past Performance and Experience with or in the City 15 % 4. Past Performance and Experience of the Team Members 15 % 5. Ability to Meet Time and Budget Requirements 10 % 6. Affect of legal action against the Firm 10% 7. Location of the office and proximity to the City of Ocoee 5 % 8. Projected workloads of the Firm 5 % 9. Certified Minority Business Enterprise 5 % SELECTION PROCEDURES A City selection committee will evaluate each respondent's qualifications and will short-list and recommend to the City Commission no fewer than three (3) firms (or more as determined by the City)to provide the requested services. The City Commission's decision shall be final. The three (3) firms will be selected for contract negotiations. The criteria for selection shall be based on the selection criteria above, including the firm's qualifications, service 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. All successful Respondents shall be required to execute an agreement providing 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 ASSIGNMENT PROCEDURES When a surveying and/or mapping need arises, various City Departments will prepare and e-mail or fax a brief description of the required task and project schedule to the three (3) or more selected firms. Each request from City Departments shall include a specific project number and a financial account information number for funding. It shall be each Department's responsibility to verify funding source, amounts, and balances. RFQ 0403 8 Within 48-hours of the receipt, each firm shall e-mail or fax (followed by mailing of the original) a lump sum proposal for requested work to the requesting City Department within 48 hours of the request. Each City Department will individually select the successful proposal and issue a purchase order to the selected firm for the work. The selection criteria will not necessarily be dependent on the lowest proposal amount only. Other factors such as meeting project schedule, firm's capability in the type of service requested, and past performance may also be considered. The City shall reserve the right in its sole discretion to award a task to a firm that submits other than the lowest proposal amount for performing the task. No work shall commence until the verification of the issuance of the purchase order. Invoicing for completed work or progress billing shall be submitted to the requesting City Department for processing and submission for payment by the Finance Department with a copy to: Finance Department City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 RFQ 0403 9 COMPANY INFORMATION/SIGNATURE SHEET RFC,#0403 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 0403 10