Loading...
Item #12 Award of RFQ #0706 Engineering Services for Community Redevelopment AGENDA ITEM COVER SHEET Meeting Date: August 7,2007 Item # ,1- Contact Name: Contact Number: David A. Wheeler 1504 Reviewed By: Department Director: City Manager: Subject: Award of RFQ #0706 Engineering Services for Community Redevelopment Background Summary: The City of Ocoee has secured a $862,500 CDBG award from Orange County for reconstruction of the Lakewood Neighborhood, which extends from the railroad tracks north to approximately 125 feet north of Mobile Lane. The project requires engineering services related to the reconstruction of potable water facilities and the existing roadway network, and for the construction of new reclaimed water, sanitary sewer, and stormwater management facilities within the designated neighborhood. Because more than $1 million has been appropriated from the CDBG program and City utility funds, the City's engineering providers under continuing contract could not be assigned the work. The full cost of the project is expected to approach $3 million during multiple construction phases over several years. Under the terms of the Consultants Competitive Negotiation Act (CCNA) of Florida, any engineering work for which the anticipated construction cost exceeds $1 million must be procured through a separate competition based solely on technical capabilities. The project was advertised through a Request for Qualifications, with statements of qualification being due on May 22, 2007. Responses were received from eight firms. The Selection Committee identified and ranked the top-three firms, who were asked to make a presentation to the Committee on July 30, 2007. As a result of those presentations and other submitted materials, the Committee identified the top-ranked firm as PBS&J, second-ranked was Barnes, Ferland & Associates, Inc., and third-ranked was HDR Engineering, Inc. Issue: Should the City award a contract for engineering services related to provide engineering services for the Lakewood Neighborhood Redevelopment Project to the top-ranked firm recommended by the Selection Committee; i.e., PBS&J? Recommendations Staff recommends that the City Commission award the Contract for RFQ #0706 to PBS&J, as a continuing contract for (3) three years with (2) two (1) one year extensions, and authorize Staff to proceed with contract negotiations with PBS&J, and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents. Per 9287.055, F.S., 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. City Commission action should include authorization to do so. Attachments: 1. RFQ #0706 2. RFQ Checklist/Shortlist 3. PBS&J Letter of Interest 4. HDR Engineering, Inc. Letter of Interest 5. Dyer, Riddle, Mills & Precourt Letter of Interest 6. Mittauer & Associates, Inc. Letter of Interest 7. Bernello Ajamil & Partners, Inc. Letter of Interest 8. Weston & Sampson Engineers, Inc. Letter of Interest 9. Barnes, Ferland & Associates, Inc. Letter of Interest 10. Miller Legg Engineers, Inc. Letter of Interest Financial Impact: Funds are available for this award in the current budget in an amount of $440,000 from City funds. The $862,500 in CDBG funds from Orange County are reserved for construction. Type of Item: (please marl< with an "x') Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution ~ Commission Approval Discussion & Direction For Clerl<'s Deat Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) -:;J, , / -- \<:?JY1 ~--- . N/A N/A N/A 2 City Manager Robert Frank Commissioners Gary Hood. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Joel Keller. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: July 31, 2007 RE: Award of RFQ #0707 Engineering Services for Water Utility Modeling and Minor Utility Studies ISSUE Award of Engineering Services for Community Redevelopment to the top-ranked firm recommended by the Selection Committee. BACKGROUNDIDISCUSSION In compliance with 9287.055, F.S., (CCNA Act) and policies and procedures of the City ofOcoee Purchasing Code Chapter 21, a Request for Qualifications (RFQ) was advertised with the intention to award a contract to one (1) qualified professional engineering firm to provide engineering services associated with redevelopment of the Lakewood Neighborhood in north-central Ocoee. The Finance Department reviewed the qualification packages and all were considered responsive. Complete copies of all qualification packages are available in the Finance Department for your review. The qualification packages were evaluated by the RFQ Selection Committee, which consisted of five (5) members: Charles Smith, Utilities Director; Jack A. Butler, Capital Projects Manager; David Wheeler, City Engineer; Steve Krug, Public Works Director; and Wanda Horton, Finance Director. The public RFQ Selection Committee meeting was held on July 3, 2007 to evaluate the eight (8) responses and shortlist to the top three. The Selection Committee evaluated and identified the top three firms based on specific criteria. The Selection Committee then invited the top three firms to make a personal presentation in order to provide additional information prior to a final ranking. Those presentations were made on July 30, 2007, following which time the Selection Committee ranked the firms in order oftechnical capability. The Committee recommends contracting with the top-ranked firm. The Respondents and their rankings are as follows: 1. PBS&J 2. Barnes, Ferland & Associates, Inc. 3. HDR Engineering, Inc. Responses were also received from Dyer, Riddle, Mills & Precourt, Mittauer & Associates, Inc., Bernello Ajamil & Partners, Inc., Weston & Sampson Engineers, Inc., Barnes, Ferland & Associates, Inc., and Miller Legg Engineers, Inc. 1 City Manager Robert Frank Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.f1.us LEGAL ADVERTISEMENT CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT 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 professional engineering firms that are interested in providing design and construction services for redevelopment of the Lakewood Neighborhood in the City pursuant to funding supplied through Orange County by a Community Development Block Grant. This CDBG project will include a multi-year program to construct water distribution system upgrades, install sanitary sewer facilities, improve roads, and upgrade stormwater facilities. The project may also include construction of reclaimed water distribution facilities. The selected Consultant may also be tasked to produce future grant applications for additional CDBG funding and other financial resources. The City intends to award a contract to one (1) qualified engineering firm to perform the required services. In determining whether a firm is qualified, the City shall consider such factors as the firm's locale and similar project experience, firm's experience working on projects together, firm's past project performance in terms of scheduling and budget compliance, abilities of the professional firm's project personnel; and whether a firm is a certified minority business enterprise. Qualification packages must be received no later than 2:00 p.m., local time, on May 22, 2007. Any qualification packages received after the above noted time will not be accepted under any circumstances and shall be returned unopened. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. Firms interested in providing the required professional services shall submit one (1) original and five (5) copies of their qualifications to the City ofOcoee Finance Department by the submission deadline to the attention of: Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407) 905-3100 x 1516 FAX number: (407) 656-3501 jtolbert@ci.ocoee.fl.us No fax or electronic submissions will be accepted Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted and shall be directed to the Purchasing Agent. Deadline for receipt of written inquiries shall be RFQ #0706 Engineering Services Community Redevelopment 2 5:00 P.M., local time, on May 11,2007. Firms should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFQ before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the RFQ, award, and protest period may be grounds for Respondent disqualification. Interested firms may secure a copy of the RFQ documents through Demandstar by accessing the City's website at www.ci.ocoee.f1.us under BidsNendors, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of RFQ documents will not be issued. Pursuant to Section 287.133(2) (a), Florida Statutes, interested firms who have been placed on the convicted vendor list following a conviction for public entity crimes may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services, the value of which exceeds Category Two for a period of 36 months from the date of being placed on the convicted vendor list. City Clerk April 22, 2007 RFQ #0706 Engineering Services Community Redevelopment 3 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT A. INTRODUCTION 1. The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), Florida Statutes Section 287.055, and the policies and procedures ofthe City of Ocoee (City) is soliciting statements of qualifications from qualified professional engineering firms that are interested in providing engineering services for the Lakewood Neighborhood infrastructure reconstruction project, including design, plans production, and construction management services. The scope of work to be performed under this contract includes but is not limited to: Facility Inventory Compilation . Roadways . Potable water . Sanitary sewer . Reclaimed water . Private wells . Private septic systems . Households . Residential, commercial, and accessory structures . Driveways . Stormwater facilities, culverts, and other structures. Surveying . Property boundaries . Elevations . Contours . Topographic mapping Design Services . Plans production services in the latest available version of AutoCAD . Major roadway and intersection design and preparation of plans and construction documents . Drainage infrastructure and pollution abatement design and preparation of plans and construction documents . Installation and/or upgrade of sanitary sewer lift stations and associated force mains . Extension of sanitary sewer service to existing areas presently using private septic tank treatment . Extension of reuse mains to retrofit existing developments RFQ #0706 Engineering Services Community Redevelopment 4 . Replacement of undersized or nonconforming material water mains, and water main relocation . Design and preparation of plans and documents for new walls and rehabilitation of existing walls . Post-design services . Construction monitoring and inspection services (optional) . Miscellaneous engineering design services involved in the work . Preparation of subsequent CDBG and other financial resource applications 2. Responding firms (Respondents) must be experienced in providing engineering services for projects of a scope and nature comparable to those described. Use of qualified subconsultants for specialty work is acceptable. To be considered, the firm shall be qualified by a licensed professional in accordance with Florida State law and be familiar with all applicable State of Florida, St. Johns River Water Management District, Orange County, and City of Ocoee land development codes, regulations, and laws, and with City of Ocoee and Orange County construction standards. 3. All contacts regarding this solicitation shall be made to Joyce Tolbert, Purchasing Agent, in writing, no later than 5:00 P.M., local time, on May 11,2007. Potential Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFQ before the project award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the RFQ, award, and protest period may be grounds for Respondent disqualification. 4. Each Respondent must provide a Qualifications Package that consists minimally of a Transmittal Letter, a Statement of Qualifications, a Confidential Disclosure Form, and a Company Information Form. Please also include a copy of all applicable licenses held by firms or subconsultants proposing to perform the work. Statements of Qualifications must be limited to a total of fifty (50) 8.5"x 11" pages (including resumes, 2-page cover letter, and Forms 254 and 255, but excluding front and back covers, dividers, Confidential Disclosure Form, and Company Information Form), single-sided, portrait orientation except 254 and 255 forms, 12-point font. Any Qualifications Package failing to conform to these specifications is subject to rejection. The person signing the Transmittal Letter on behalf of the Respondent must have the legal authority to bind the Respondent to the submitted Qualification Package and shall be understood to do so. 5. All Qualification Packages must be received by the City at the location stated in paragraph 6 of the RFQ not later than no later than 2:00 p.m., local time, on May 22, 2007. Any Qualification Package received after the above stated time and date shall not be considered. It shall be the sole responsibility of the Respondent to have the Qualifications Package delivered to the Ocoee City Hall by U.S. mail, hand delivery, or any other method available to them. Delay in delivery shall not be the responsibility of the City. A Qualifications Package received after the deadline shall not be considered and shall be returned unopened. Any request to withdraw a Qualification Package must be addressed in writing. Such requests must be received by the City prior to the deadline of the submission RFQ #0706 Engineering Services Community Redevelopment 5 6. One (1) original and five (5) copies of the Qualifications Package must be submitted to the City of Ocoee in one sealed package, clearly marked on the outside with the appropriate RFQ number and closing date and time, addressed to: City of Ocoee Attn: Joyce Tolbert, Purchasing Agent 150 North Lakeshore Drive Ocoee, FL 34761-2258 (407) 905-3100 ext. 1516 (407) 656-3501 - fax itolbert@ci.ocoee.f1.us No fax or electronic RFQ submissions will be accepted All expenses for providing Qualification Packages to the City shall be borne by the Respondent. 7. Action on Qualification Packages is expected to be taken by the City within ninety (90) days of the due date; however, no guarantee or representation is made herein as to the time between receipt of the Qualification Package and subsequent Commission action. 8. The City reserves the right to accept or reject any or all Qualification Packages, to waive irregularities and technicalities, and to request resubmission or to re-advertise for all or any part of the RFQ. The City shall be the sole judge of each Qualification Package and the resulting negotiated agreement that is in the City's best interest. The City's decision shall be final. 9. All applicable laws and regulations of the United States, the State of Florida, and the City of Ocoee will apply to any resulting Agreement. The provisions of the Consultant's Competitive Negotiations Act (Section 287.055, Florida State Statutes) shall apply, where applicable. 10. The successful Respondent shall be required to execute an Agreement, in form and content acceptable to the City, indemnifying and holding harmless the City, its officials, officers, employees, and agents from all claims. 11. The successful Respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional (Design Errors and Omissions) Liability Insurance in the form of a certificate of insurance issued on behalf of the City of Ocoee and naming the City as an additional insured, by companies acceptable to the City at the following minimum limits and coverage's with deductible amounts acceptable to the City: INSURANCE TERMS AND CONDITIONS The selected Consultant shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Consultant allow any Sub consultant to commence work on a subcontract until all similar insurance required of the Subconsultant has been so RFQ #0706 Engineering Services Community Redevelopment 6 obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Consultant and/or 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 subconsultant to provide adequate insurance, satisfactory to the City, for the protection of the Consultant's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Consultant's Public Liability and Property Damage Insurance: The Consultant shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Consultant and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Consultant or by anyone directly or indirectly employed by the Consultant, and the amounts of such insurance shall be the minimum limits as follows: Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City ofOcoee Comprehensive General Liability (Occurrence Form) - This policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Consultant is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE . $1,000,000 PERSONAL & ADVERTISING INJURY RFQ #0706 Engineering Services Community Redevelopment 7 . Include Waiver of Subrogation in favor of the City ofOcoee Subconsultant's Comprehensive General Liability, Automobile Liabilitv and Worker's Compensation Insurance: The Consultant shall require each sub consultant to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subconsultants in the Consultant's policy, as specified above. Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent consultants and are directly imposed because of the named insured's general supervision of the independent consultant. The Consultant shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City ofOcoee as the Named Insured. Contractual Liability: If the project is not bonded, the Consultant's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability Builders Risk: . $100,000 Any (1) Location . $1,000,000 Any (1) Occurrence Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Consultant upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: . The name of the Insured consultant, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. . Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premIum. RFQ #0706 Engineering Services Community Redevelopment 8 ACORD. CERTIFICATE OF LIABILITY INSURANCE OPIl J9 DAT1E~ ntAU-l 11/04/04 , ,ttOOUCu. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO R1GHT1I UPON THE CERTIFICATE I IlOlJlER. THIS CERTIfICATE DOES Nar AMEND, EXTEND OR ALTER THE cOVERAGE AFFORDED BY THE POLICIES BELOW. IlIUR!RS AFFORDING COVERAGE NAIC . IMSUIWl 1IISlJlIERA: M aut. ..t.... a.. ere "u'" _It ~~:~torl. Name IlSIJIIER C: _0: 1lSIJIIERE: THE POUClI5 0# _USTIDIll!IDW HAVEseEN ISSUED 10 _INSURED ____ POUCY PERIllO INDICATill.IIOTWlTHST...""'G NN NEQUtMMENT. ,..,.. OR CONDITION Of All'( CQII1"MCT OR OTHER DOCUMENT wmt RESPB:T TO WHICH THIS CERTFICATE MAY IE ISSUED OR w.YPERT.AIN, THE MUFtAHClAFFORDEDeY1HEPOL.ICEI~HEREI\IISIUIJECTTO ALL THE TERMS. SCCLUSIONSAND CONCHTlONS OF SUCH POUOES. AGGREGATE UMfI.-..::IWN lI\VHA.VE BEliN N!DUCED IV PAlO CLAIMS. '~~ TmlOP_ POLICY ....... DA: . LMT5 ~..-.... EACH~ 'sl,OOO.OOO X ~ ~_UAIIl1TY -- .........' s50.000 I- CLAlUSMADE[!]OCCUR MEDElCP(My...._1 s 5. 000 ..RSONALI NN INJURV S 1. 000. 000 GENERAL AOOREGATE S 2,000.000 ~=~;;n= PROOUCT5.COIIPIOI'AGG' S 2, 000.000 ~__l.lAH./TY COMI/HIO lINGLE UJAIT 11.000.000 .!. _ AUTO lIa_1 - AU OWNED AUTOS 800II. v IN.AIRV S SCHEDUlED AUTOS lfW_I - .!. HIRED AUTOS IlODll. V IIUUIIV S .!. NON-CM'NED AUTOa lfW_ """"","",DAMAGE : S 1""'- '~S~ AUTO OM. y. EAACC1DENT S _ AUTO 0TItSI0 ntAH E4ACC ; , AUTOOM..'r. AGO 1 ij~LLALWlUrY IW:H~ 51.000,000 X X OCCUR 0 Cl.AlNS MADE _GATI! s2.000.000 I .=1 :::: 5 .. ~ 5 5 5 ..........._11OlI_ X T~~I~ I IU.;- _UAAnV E.L EACH ACCIOIHT S 500. 000 --~ I _ ElCCLUDI!Il? EJ..OISIAIE-IAP""OveE 5 500.000 ~~- E.L._.POUCVUNlT 5500 000 ~ Bui1der. Ri.k Any 1 Loc 100,lXXl ADv 1 ace 1,000.000 DO _OPOI'IIIATKlNIILDCAT1OHa/VIHICLIIIIXCLUSlONS-...-/SPIClAL- Th. in.uranca avidenced by thi. cartificat. .ha11 oaaa the c.rtific.te holdar. a. en additional in.urad on the Gan.ra1 Liability . ODbr.11a Liabi1ity. Worker.' Coapan.ation. -.p1oy.r.' Liability. General Liability .ha11 contain a waiv.r of Subrogation in favor of the c.rtific.te ho1dar. Tha c.rtiUcata ho1dar b added a. a IBEd jJBDd fir BJi.ldaIs Ri*- CERTlflCATE HOLDER COVERAGES City of Ocoaa 150 N, Laka.hera Drive Ocaae FL 34761-2258 CANCELLATION OCOIIOl IHDULD_O#----OOLlCIISIICNlCILWI---""" IMTI TKIRIOP', THe _1tIS\IRP WLL IINDMVOflI TO MM. ~ DAYS WIIIfrJ8 NOT1CI TO THe CllfNllCATlI1OLf)U HNlIaD TO'" LUT. &In' FAILURe TO DO.o IMALL _NO_T1OIlOA UA8lLlfVOf' _IGIIOUPCIIl __rrs...ana DR _ATNU. __ATMl ACORD 25 (2001JOel .s~PLtF o ACORO CORPORATION 195( RFQ #0706 Engineering Services Community Redevelopment 9 B. BACKGROUND The City is soliciting statements of qualifications from interested professional engineering firms to assist the City in designing and building adequate public infrastructure in the Lakewood Neighborhood. The Neighborhood extends from Rewis Street on the south to between Mobile Lane and Burnt Tree Court on the north and along both sides of Lakewood Avenue in the north-central portion of the city limits, encompassing 38.9 acres. The Neighborhood was identified as an area of special need by Orange County Community Development, which provided initial funding for the reconstruction and improvement of public infrastructure as part of its FY 2007 CDBG program. C. SCOPE OF SERVICES The selected Consultant will assist the City in designing, permitting and construction administrative services for improvement of public infrastructure within the Lakewood Neighborhood. The affected infrastructure includes roads, potable water distribution, sanitary sewer collection and conveyance, reclaimed water distribution, and stormwater collection, conveyance, and outfall. Fire protection facilities will be upgraded on the potable water system. The work will begin with preparation of an engineering study focusing on the design and public easement acquisition requirements of the planned improvements; identification of any additional public land requirements; acquisition of the required easements and property; performance of engineering design calculations; and production of a technical memorandum conveying the results of this phase of the project. Public hearings and private meetings with selected property owners within the Neighborhood may be required. The duration of this work is expected to be six (6) months. The next phase will be production of construction plans and specifications adequate for the City or Orange County to advertise for bids to do the work. Permits will also need to be secured from agencies, such as the St. Johns River Water Management District (SJRWMD), the Florida Department of Environmental Protection (FDEP), Orange County, and any other applicable entity. Coordination will effected non-City utilities, such as gas distribution and electric power service providers will be required. This phase of the project is expected to require seven (7) months of work. The final work anticipated in the Lakewood Neighborhood project is to construct the improvements. Consultant services associated with this part of the project may be expected to include conduct of a pre-construction meeting, advising the City in resolving disputes regarding the interpretation of the plans and specifications, and preparation of additional CDBG and other grant applications for securing additional funds for construction. Construction is expected to require 12 months of continuous work, but may be conducted in stages over multiple years as funding is secured. RFQ #0706 Engineering Services Community Redevelopment 10 D. SUBMITTALS Qualification Packages shall be designed to portray to the City how the Respondent's range of services can best achieve the anticipated Scope of Services. In order for the City to evaluate the Qualification Packages, each Respondent shall provide information relative to their ability to provide services that will best meet the needs of the City. The required submission materials shall include the following: I. FirmITeam's General Qualifications . List of firm's employees that are proposed to use on the project, their qualifications, and their role for the services required. . Firm's and employee's certifications and registration with regulatory agencies, professional organizations, etc. . List of firm's subconsultants, their qualifications, and their role in this project. . List of firm's other current or recently completed similar services within the past five 5 years. . List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. II. Proiect Teams Specific Qualifications . Project Manager education, experience and any special consideration . Key Project Members education, experience and any special consideration . Firm's Project organization and coordination structure III. Anticipated Detailed Scope of Work . Overall Plan of Action . Description of Work Tasks IV. Proiect Schedule . Overall project schedule . Milestones . Submittal Dates . Staff and Commission Meetings V. Completed Standard Forms 254 & 255 . Project Team . Subconsultants E. SELECTION CRITERIA Qualification Packages will be reviewed and evaluated by a Selection Committee and a short-list of qualified firms may be invited to make a formal presentation. The Qualification Packages will be reviewed and evaluated in accordance with the following criteria and weighting factors: 1. Experience with similar projects 30 % RFQ #0706 Engineering Services Community Redevelopment 11 2. Past ability to deliver a project on budget & time 3. Overall experience 4. Project approach 5. Projected workload 6. Certified Minority Business Enterprise 7. Office Location 20% 15 % 15 % 10% 5% 5% Information supplied by client references may be used in determining the relative merits of a Respondent under any and all of the above-listed criteria. F. SELECTION PROCEDURES & CONTRACT NEGOTIATIONS The criteria for selection shall be based on the criteria listed above, including the firm's qualifications, location, past performance, and reference check. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary. The City shall be the sole judge of the competency of Respondents. A City selection committee will evaluate each respondent's qualifications and will short- list and recommend to the City Commission up to three firms in ranked order of qualifications based upon the selection committee's evaluation of the proposals and any client references. All Respondents shall be notified via electronic or other means of staffs recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. The City will attempt to negotiate an agreement with the top-ranked Respondent. If no agreement is reached with the top-ranked Respondent, negotiations will be terminated and initiated with the second-ranked Respondent, and so on, until an agreement is reached. The successful Respondent shall be required to execute an agreement which provides, among other things, that all plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and submitted to the City Commission for approval, and subsequent executed by both parties. G. SCHEDULE The following is the anticipated schedule for this procurement: 1. Advertising of RFQ 2. Last Request for Information 3. Submittal Deadline 4. Recommendation to City Commission April 22, 2007 May 11,2007 at 5:00 P.M. May 22, 2007 at 2:00 P.M. June 5, 2007 or June 19,2007 Dates are subject to change at the City's discretion. RFQ #0706 Engineering Services Community Redevelopment 12 H. BID PROTESTS The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file a Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) the Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the staff's recommended ranking of Respondents to the City Commission. 3. After a Bid Protest has been properly filed with the City, the City, by and through its Purchasing Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. END INSTRUCTIONS RFQ #0706 Engineering Services Community Redevelopment 13 COMPANY INFORMATION/SIGNATURE SHEET RFQ #0706 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICA TION 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 FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) 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 ofIdentification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ #0706 Engineering Services Community Redevelopment 14 RFQ #0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT CHECKLIST 5/22/20072:00 pm 1 PBS&J yes yes yes Active 2 HDR Engineering Inc. yes yes yes Active Dyer,Riddle,Mills & Precourt 3 (DRMP) yes yes yes Active 4 Mittauer & Associates Inc. yes yes yes Active Bernello Ajamil & Partners 5 Inc. yes yes yes Active Weston & Sampson 6 Engineers Inc. yes no yes Active Barnes,Ferland and 7 Associates Inc. yes yes yes Active 8 Miller Legg yes yes yes Active Listed in the order opened. RFQ #0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT SHORTLIST 7/3/20073:00 pm w t./ ~.. ;j... i' 'i'! S~~~i$..on .Acknowledge bnfJdenti.al '.Ucense . .t. No. PROPOSER Requlrem.nts J~~endum #1" clo8ure f Check Shortli8ted Ranking 1 PBS&J yes yes yes Active yes 1 2 HDR Engineering Inc. yes yes yes Active yes 3 Dyer,Riddle,Mills & Precourt 3 (DRMP) yes yes yes Active no 4 Mittauer & Associates Inc. yes yes yes Active no Bernello Ajamil & Partners 5 Inc. yes yes yes Active no Weston & Sampson 6 Engineers Inc. yes no yes Active no Barnes,Ferland and 7 Associates Inc. yes yes yes Active yes 2 8 Miller Legg yes yes yes Active no Listed in the order opened. . . , . . . ~ ~ ~ . . ~ ~ ~ ~ ~ . ~ ~ ~ ~ . . . . . . . . . . . . . . . . . . . . . . . . PBSJ An employee-owned company May 22, 2007 Ms. Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Gcoee, FL 34761 RE: RFQ #0706 - Engineering Services for Community Redevelopment Dear MS.Tolbert: PBS&J currently serves as general consultanton several projects similar to those required in the City of Ocoee's request for engineering services for community redevelopment. Along with our subconsultants, Nodarse & Associates, Inc., and MACTEC Engineering & Consulting, Inc., PBS&J is able to provide all the services necessary to successfully plan, design, and implemenUhe improvements that the city and the Lakewood neighborhood envision. As outlined in this statement of Qualifications, we have assembled a team of professionals who have worked together previously on such assignments, and who specialize in infrastructure projects of this scope and character. Our relevant experience includes work for several local clients, such as the City of Maitland, City of Leesburg, City of Miramar, Disney's Celebration, and Baldwin Park. In the Qualifications section of this proposal, we have listed our contact with the City of Maitland for the "Ridgewood Quality Neighborhood"revitalization project, which is almost identical to the City of Ocoee's Lakewood project. We understand the challenges associated with these types of projects and are experienced in meeting the City's needs. We also realize that p'ublic meetings are instrumental in satisfying the expectations of the community, and ultimately, the city. The project schedule we have proposed identifies the timing of public meetings during each required task. PBS&J prides itself on its stellar performance in meeting project schedules and staying within our clients' budgets. The project references listed in this. submittal are excellent examples of challenging projects that were finished on time and within 'budget. ' In Ocoee, PBS&J is meeting an extremely challenging schedule to complete the City's Pine Street Park project by the July 1 sl funding deadline. As of this date, the project is on schedule. Headquartered in Florida (5300 West Cypress Street,..Tampa, FL 33607,813.282.7275), PBS&J has nearly 3,900 employees in 75 offices nationwide. The majority of our proposed team, as well as our subconsultants,are located in Orlando, just 12 miles from Ocoee. With nearly 400 employees in PBS&J's Orlando office, we have the resources to provide you with exceptional service. I look fOFWard to the opportunity to further discuss our Qualifications. If you have any questions, please feel free to contact me at 407.806.4393. ' "" Marc P. Walch, PE, BCEE Vice President 482 South Keller Road. Orlando, Florida 32810-6101 . Telephone: 407.647.7275 Fax: 407.647.0949. www.pbsj.com . . . I . . . . I . . . I . . . . . . . . . . . . , I _. I May 22, 2007 Ms. Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 .. . , ~ I Re: Request for Qualifications "RFQ" #0706 Engineering Services for Community Redevelopment Dear MS.Tolbert: For the last eO-years, HDR, an employee-owned corporation, has been building successful partnerships with local governments to provide superior engineering services. We are committed to providing the highest quality of service to our clients ensuring the finest improvements to the communities we serve. HDR has the experience and resources' available to support the City of Ocoee (City). Regionally, we are under contract to provide similar continuing engineering services to the cities of Cocoa and Altamonte Springs as well as Seminole County, and we recently signed a new continuing civil engineering services contract with the City of Deltona. Some of our other local clients include Orange County, the cities of Apopka, Oviedo, Winter Garden and Daytona Beach. . HDR has held many of its continuing contracts for five years or more. Our ability to manage similar contracts is unsurpassed by quality, client commitment and our frequent and open communication approach. Such an approach offers and establishes clear project goals at project startup. Our Team's extensive similar experience is the foundation that has prepared us to successfully meet and exceed the City's expectations. Our in-house capabilities include water, wastewater and reuse system design, stormwaterand drainage, all permitting functions, roadways, intersections and traffic. We have team specialists with expertise in GIS data collection and inventory cOrTJpilation, right-of-way services and utilities coordination. Additional expertise rests with team members that possess broad experience in supporting our clients through the application processes for grants and other funding mechanisms. This breadth of services is supported by our subcontractors which include EMI Consulting Specialties, Inc. - electrical/mechanical; Southeastern Surveying and Mapping Corp. - surveying; and Nodarse & Associates, Inc. (MBE) - geotechnical. The advantages that HDR brings to the City of Ocoee include the following: . Local Project Team - The HDR Team includes Professional Engineers supported by Engineering Interns and CADD professionals ready and available to support the City. . . Firm Management Team - Our Project Manager, Rich Voorhees, PE, BGEE, has over 30 years of experience. He will lead our engineering team that will ensure timely and quality work for the City. . Innovative Design Solutions - As an experienced engineering firm with expertise in utility, roadway and drainage design, we will offer the best environmental, technical and cost effective designs to help the City with its redevelopmeht project. . Committed Engineering Partner - HDR strives to create clients for life. Our Team offers superior client service that will enable the City of Ocoee to move forWard and complete this important project. HDR Englrleerlng.lnc. 315 E Robinson Stlliet Suite 400 Orlando. Fl32801-1949 Phone: (407) 420-4200 Fax: (407) 420-4242 2 W\WI.hdrinc.com I . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .. Seasoned Engineering Firm - HDR understands the importance of quality. We have been supporting Florida clients for over 3D-years. The projects below represent assignments that have required innovative design solutions and allowed for minimal disruptions in the communities. Additionally, HDR provided preliminary engineering, design, permitting and construction administration for the Conversion of Reclaimed Hydrants in the Country Creek Subdivision for the City of Altamonte Springs. The project included 9,046 linear feet (LF) of water main and the following pipe features: 6" HDPE (Directional Drill) 7,728 LF, 8" HDPE (DD) 1,318 LF. . Dedicated to Quality - Quality is of the utmost importance to the HDR because it is vital to a project's success. Our Quality Assurance/Quality Control Program is built around five key elements: maintaining a reputation for quality performance; client satisfaction; continuous process improvement; open communication; and teamwork. Our QA/QC Managers will conduct quality audits at key project milestones to ensure quality. We have enclosed one original and five copies of our submittal containing the requested information. As Department Manager for Orlando, I have the legal authority to bind HDR to this Qualification Package, and I will serve as the authorized representative for the firm. We are confident that we have the necessary experience that the City of Dcoee is seeking under this contract. HDR looks forward to further discussions with the City and are available as needed. If you have any questions, please contact me at (407) 420-4200; Email: steve.keves@hdrinc.com. Sincerely, HDR Engineering. Inc. 315 E Robinson Street Suite 400 Orlando. Fl32BOl-1949 Phone: (407)426-4200 Fax: (4071420-4242 3 www.hdrinc.com J)yer, Riddle, Mills & Precourt, Inc. Principals Wayne D. chalifoux Dooaldaon K. Barton, Jr. Lucius J. eus1nnan, Jr. . Jon S. Meadows Stephen L. Precourt Lawrence L. Smith, Jr. William T. Slone !J41 Lake Baldwin Lan. Orlando, Florida 32814 Phonel 407.8!J6.0S!J4 FUI407.8!J6.4836 Boca Raton, Florida Charlotte, North Carolina Chipley. Florida Columbia, South Carolina DeLand. Florida Ft. Myers, Florida Gainesville, Florida Jawonville, Florida Lake1and. Florida N01'Cl'Ollll, Georgia Palm Coast, Florida Panama City Beach, Florlda PCOSIICOIa, Florida. Punta Oorda, Florida Tallahassee, Florlda Tampa, Florida 1.800.375.3767 www.drmp.com ~~.RM.J! May 22~ 2007 DRMP #07-0481.0MK Ms. Joyce Tolbert Purchasing Agent City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761-2258 Subject: Request for Qualifications #0706 Engineering Services for Community Redevelopment Dear Ms. Tolbert: Dyer, Riddle, Mills, & Precourt, Inc. (DRMP) is pleased to submit our expression of interest to provide engineering services for the City of Ocoee's Community Redev~lopment. DRMP is excited about providing these services and is looking fOlWard to working with the City, and providing any sllpport you may need. . DRMP has provided exactly these same services to numerous cities and counties throughout the State of Florida. Through these experiences, we have found that an approach based on key City staff working hand-in-hand with experienced, qualified consultant support in a facilitated steering team environment has proven to be far superior. to one focused on consultant produced products alone. Therefore, City support and involvement in this project is critical to its ultimate success. All members of the project team are pioneers in their respective areas of expertise. DRMP has guided similar communities through the often complicated quagmire of design, permitting and consquction management on hundreds of projects. Those.. experiences make us thoroughly familiar with the aspects of this contract and extremely qualified to perform the work. We appreciate the opportunity to present our response to you, and hope you will agree that we have assembled a very talented team. We believe that our team's experience is outstanding, and that we can provide the City of Ocoee the highest quality services. Sincerely, Dyer, Riddle, Mills & Precourt, Inc. ~ frl~~ hine M. Alexander, P.E. Project Manager V. Eugene Williford, III Vice President-in-Charge May 22, 2007 5BD-1 WELLS DRANGE PARK, I!:. PHDNE: (9J:J.;"" FAX: ,: . Ww. Ms. Joyce Tolbert, Purchasing Agent City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761-2258 RE: Response to Request for Qualifications Engineering Services for Community Redevelopment RFQ #0706 City of Ocoee, Florida Dear Ms. Tolbert: MITTAUER & ASSOCIATES, INC. is pleased to submit the following qualifications to provide the City of Ocoee with Engineering Services in response to your Request for Qualifications for design and construction services for redevelopment of the Lakewood Neighborhood in the City of Ocoee with funding through a Community Development Block Grant. We understand that the CDBG project may involve a multi-year program with the following infrastructure improvements to be constructed in or around the Lakewood Neighborhood: .t Water Distribution System Upgrades .t Sanitary Sew~r Facilities .t Road Improvements .t Stormwater Facilities Upgrades .t Reclaimed Water Distribution Facilities .t Fire Protection System Upgrades MITT AU E R & As S 0 C lATE S, IN c. is qualified to render alllevels of engineering services to the City of Ocoee on its upcoming project( s). Our firm is familiar with the City of Ocoee as well as the surrounding area in Orange County. We have provided engineering services to five (5) communities in neighboring Lake County on severai CDBG.cfunded projects. Our firm has successfully handled numerous CDBG-funded projects that involved the construction of water and wastewater treatment plant improvements; sanitary sewer collection systems; reuse transmission mains; water and sewer linework for tie-ins for residential and commercial customers; fire protection systems; stormwater improvements; new road construction as well as road resurfacing. Our firm has successfully completed numerous projects involving all of the above-listed infrastructure improvements that are planned by the City of Ocoee. MITTAUER & ASSOCIATES, INC. is experienced in handling grant-funded projects through the Entitlement Communities Community Development Block Grant as well as the. Department of Community Affairs, Florida Small Cities Community Development Block Grant (CDBG) programs; the USDA Rural Development (RD); Department of Environmental Protection, State Revolving Fund (SRF); the DEP Small Disadvantaged Community Grant (SDCG); and the Legislative I I I I I I I I I I I I f ~ ~ ~ tl ~ i City of Ocoee May 22, 2007 Page 2 Appropriations Programs. We specialize in.serving small communities and understand the financial constraints under which most small communities operate. Our designs are cost effective with an emphasis on reduced operation and maintenance (O&M) costs. MITTAUER & ASSOCIATES, INC. is handling the following grant-funded projects for other communities in the State of Florida with a combined project budget of more than $25 million. We are working on the following CDBG, DEP and RD-funded projects: . Branford, CDBG 07 NR WWTP & Street Improvements . Callahan, DEP/RD WWTP Expansion . Callahan, CDBG 07 NR WWTP Expansion . Cinco Bayou, CDBG 07 CR Eglin Parkway Streetscape . Coleman, CDBG 06 NR Drainage System Improvements . Crescent City, CDBG 07 NR Water Main Replacements . Flagler Beach, SRF WTP Expansion . Floral City Water Association, Inc., RD Water System Expansion . Groveland, CDBG 04 NR Wastewater System Extensions . Groveland, RD Sampey Road WWTP Expansion . Hilliard, RD WTP & WWTP Expansion . Key Colony Beach, CDBG 07 NR Drainage System Improvements . Lady Lake, CDBG 2006-07 Street Resurfacing . Lawtey, RD Wastewater Collection & Transmission Facilities . Lee, RD Wastewater Collection & Treatment Facilities . Levy County, RD University Oaks WTP & Distribution System . Penney Farms, CDBG 06 NR New Hope WW System Extension . Penney Farms, FDSC WW Collection & Transmission Facilities . Pomona Park, CDBG 07 NR Fire Protection System - Phase n . Ponce de Leon, CDBG 07 NR Wastewater Treatment Plant Improvements . River Park Utilities Management Associations, Inc., RD Water System Expansion . Yankeetown, SRF New Water Treatment Plant . Zolfo Springs, CDBGIEDNOTTED Public Works Improvement Project . Zelfo Springs, CDBQ Disaster Recovery Initiative Public Works Improvement Project B"yselecting MITTAUER & ASSOCIATES, INC., the City of Ocoee will partner with a qualified engineering firm that is highly experienced and knowledgeable regarding all levels of engineering and grant~funding. We welcome the opportunity to serve the City of Ocoee. Sincerely yours, Mittauer & $ A. Mittanef, P.E. President JAMlbb . . . . . . . . . . . . . I I I . Bermello Ajamll& Pertnere, Inc. May 22, 2007 Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 RE: RFQ # 0706 ENGINEERING SERVICES FOR COMMUNITY REDEVELOPMENT Dear Members of the Selection Committee: "-'--'~----"'''':'!''~~'____nr lUilt Architecture Engineering Planning Interior Oesign Landscape Architecture Bermello Ajamil & Partners, Inc (B&A) is pleased to submit this proposal in response to the City of Ocoee's RFQ# 0706 referenced above. The B&A team brings timely innovation and creativity methods coupled with efficiency and pragmatism, these are hallmarks of our engineering and planning design practice. We believe that our firm and team partners bring the City of Ocoee the best design choice for the Lakewood Neighborhood project. Mr. Tony Melton, P.E., Partner, Director of Transportation Central Florida will be B&A's Project Manager and Principal Contact. Mr. Melton is a principal of the firm and has the authority to contractually bind B&A. . He will be responsible for ensuring that all the needs of the City of Ocoee are met. All work will be directed from the Central Florida office located at 315 E. Robinson Street, Suite 570, Orlando, FL 32801. He can be reached at (407) 210-6620 Cell: (407) 616-6910. The B&A team will include Southeastern Surveying for Land Surveying, EMD Environmental Consultants for Environmental Services and Universal Engineering Sciences for Geotechnical Services. The B&A team is skilled in providing engineering services including roadways, utilities, water and sewer, drainage, calculations, plans production and permitting. B&A also has its own in- house Construction Engineering Inspection division and can provide these services if requested. Because of our vast understanding of the engineering and planning design Challenges around the world, we bring fresh, new ideas to the City of Ocoee for the Lakewood Neighborhood redevelopm~nt. As outlined in our proposal, B&A and our team has extensive successful experience on projects throughout Florida very similar to the Lakewood Neighborhood Community Redevelopment project. In addition to the scope items outlined-in the Request for Qualifications, Bermello-Ajamil & Partners, Inc. is also prepared to provide planning and landscape architectural services which could add tremendous value to the neighborhood while keeping within the project budget established by the City. Items to consider include pedestrian crosswalks, bike lanes, 350 E. Robinson Street . Suite 570 · Orlando' Florida. 32801 . USA . Main 407 210 6620 . Fax 407 650 0455 .. www.bermelloajamil.com ~ ~ & ~ ~ ~ . ~ ~ ~ ~ ~ . ~ ~ ~ & . ~ ~ . . ~ I I ~ I I I I I RFQ # 0706 Engineering Services For Community Redevelopment Page 2 sidewalks, lighting and landscaping;' These items could all be tied together to create' a' stronger sense of neighborhood, community cohesiveness and a safer and more pleasant environment. The B&A team is committed to exceeding your expectations on this project and does not anticipate any difficulties handling the workload if our team is selected. The depth and strength of our team and in-house resources allow us to perform 'Successfully on all fronts, responding in a timely manner and keeping projects on schedule' and on budget. Our team will have no difficulties handling the workload if selected. White the contents of this proposal cover all requested points of information as outlined in your Request for Qualifications, we would like to highlight several important attributes that we feel uniquely qualify the B&A Team for this important assignment. . B&A has proven experience in the planning, design, permitting and construction administration of many similar neighborhood improvement projects. . B&A has successfully completed many similar projects on time and on budget. . B&A and all of our team members have tremendous overall experience as companies, managers and staff. . We feel th.at our ability to easily and efficiently incorporate urban planning and landscape architectural design would add great value to the project. . Our staff has finished up most on-going assignments and is ready, willing and available for this project. . While B&A is not a Certified Minority Owned Business Enterprise in Orange County or the City of Ocoee, B&A is a Hispanic Owned Company and is certified in many jurisdictions across Florida. EMD, our environmental subconsultant, is a Certified Minority Business Enterprise. . The B&A office responsible for this proj~ct is located in downtown Orlando, a quick drive on SR 408 to Ocoee. We want to thank you for this opportunity to submit the B&A team qualifications for your review and consideration. Our goal is to personally present our thoughts to you on this project. Please contact me if we can be of further assistance or answer any of your questions. Sincerely yours, ~~ Director of Transportation Central Flori~a 350 E. Robinson Street · Suite 570 · Orlando. Florida. 32801 . USA . Main 407 210 6620 · Fax 407 850 0455 ... www.bermelloajamil.com I I I I D . ~ ~ 1050 High Ridge Court Mlnneola, FL 34715 tel: 407-952-2077 fax: 978-573-4143 W\NW. westonandsampson.com p/Bnn/ng, permitting, de~$:= WlJstod,IIiPSOR@ May 22, 2007 Ms. Joyce Tolbert, Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Re: City of Ocoee, RFQ #0706, Engineering Services for Community Redevelopment Dear Ms. Tolbert: Established in 1899, Weston & Sampson provides innovative, cost-effective, and viable solutions to environmental, infrastructure, and utility engineering challenges for both public and private clients throughout the eastern United States. Our areas of expertise include civil, water, wastewater, stormwater,solid waste, environmental, geotechnical, structural, and. transportation engineering; information technology; landscape architecture; and facilities operation & maintenance. Weston & Sampson is among the top 400 design firms in the United States according to the Engineering News Record With more than 230 professionals .throughout the Northeast and Florida, Weston &. Sampson offers capabilities ranging from project development and planning through design, construction, and long-term operation and maintenance. We carefully assemble our project teams to meet specific client needs and ensure project success, and we pride ourselves on the expertise and experience our staff'provides on each assignment. Weston & Sampson has been recognizedfor exceeding clients' expectations by providing attentive personal service, technical quality, and adherence to cost and schedule requirements. Our professionals offer many years of experience working with both municipal and private sector clients. This careful selection of professionals enables Weston & Sampson to understand and assist our clients in developing a systematic approach to their needs. Weston & Sampson's proposed project manager, Mr. Steven J. Moreno, has over 22 years of experience in utilities, engineering management, and the environmental & safety field. He has two Bachelor degrees, in Business and in Engineering, and has held positions as Capital Improvements Manager, Pretreatment Director, Engineering Manager, Environmental & Safety Director, and Consultant for local government agencies as well as in the private sector. This experience has enabled Mr. Moreno to approach many types of problemsaJ?d resolve them in innovative and creative ways, saving our clients time and money. Massachus_ Rve Centennial Drive (HQ) Peabody, MA 01960-7985 00 f'oxbomu\tl Blvd., SURe 250 FOlCborough, MA 02036 226 New Boston Street Wohllm. MA n1801 Oonnecllcut Rhode Island 273 DIvIdend Road 4778 Tlogue AIIf!f:U3 Rocky HW, CT 08087 Coventry, RI 02816 New Hempshlre Maine Vermont 196 HMoveI: Strael PO Box 189 38 North MSl Street Suite 28 York, ME 03909' Waterbury, vr 05676 Portsmouth, NH 03801 'NewYork 301 Manchester Road SU~e201A Poughkeepsie, NY 12603 florida 1050 HIgh RIdge Court . Mlnneola'.!},~!11;i When it's essential...it~,~~tb,fltl~fliI~~ill&~; I .1 I I I I I I 'I Ms. Joyce To~bert, Purchasing Agent May 22, 2007 Page 2 If selected, Mr. Moreno will be your contact person and project manager. He has lived in Florida for the last seven years and is very knowledgeable of most of the systems within central Florida. The last position he held was Capital Improvement Program Manager for the Florida Governmental Utility Authority (FGUA) that covers most of the utilities in Polk, Osceola, Citrus, Lehigh Acres, and Golden Gate counties. In addition to his primary responsibilities, Mr. Moreno worked with all grant applications, permitting (submission, renewal, and negotiations), land development, right-of-way permits, conveyance agreements, emergency management, and the . development of operational protocols' for utility systems. Weston & Sampson's local office is located less than 20 miles away, providing you with fast response, availability, and accessibility. Weston & Sampson is ready to offer the City. of Qcoee cost-effective solutions for your infrastructure engineering and environmental needs. We look forward to working with you and demonstrating why we have been in business for over 100 years. Very truly yours, WESTON & SAMPSON Steven J. Moreno, BBA, BSIE Area Manager, Florida T:lMMkoti"l!lPrnpoaaJs\B2207lO<oeeICoved.etter.doc Weston&sampson@ I, I, I , I' rt ~. I., ~Yi-'_> t I;,!",;~"" 1&,<,', ' ~i{' , . ..BFA Environmental ConslJltants .......... -" . -. -. --- '. .'-'" Barnes', , 'Fe:rland" ,and A,~soc.jates~" Inc. ," J\:1ay22; 2007 C:;:ity,qfoco,ee, , , Finance Department , 15~ N. Lakeshore Drive . Ocoee, Flqrida 34761 Attn: Ms. Joyce'Tolbert, Purchasing Agent, Re: , ' RequesHoi' Qualifications (RFQ) #0706 . Engineer~ng Services for'ConUnunityRedevelogment ' Dear Ms: Tolbert:', , , , · B.arnes, ferllmd aP.d ASsociates; Inc. (BFA.) .is please 'to present ,to the ,City of' Ocoee one' (1) 'origirlal. apg five (5) :copies of our' ,Statement.. of Qualifications 'in response ,to the Request for Qualifications "(RFQ) , # '.0706 ;for Engineering Service!! for ConimunityRedevelQP1l1etit. BFA has assemble~ a projecfteam whi~h is higllly qualified arid experienced to meenhe full range ofthe Qity'sengineerjng and admiriistrationneeds ,for this project;'." , "BFA's.principal who, will. serVe as the priniary contact with the City of Qcoee for UJisprojectwill be ~.paniel L " Allen, P .E.,Semor Vice P"resident. Mr; Alle'rihas full 'corp6rat~ a~thority to contraptuiUfy conun,i.t. the firm: J;JFA's office' is located at 3655 Maguire Blyd, Suite 150, Orlando, Florida 32803. (407-896-8608/ FAX 407-896-1822). ' ". -'" .... '. .' . . - . ' I', I ,', I. . _ .' , " . :SF A fully understai1ds the scope of services. as providing comprehensive engineermganalysis ahd design services . for redev.elopment'ofthepublic inrrll$tructute inthe Lakewood Avenue Neighbo'rhood'Area:The BFA Project 'Fe~"' is truly'unique in, its capability to' proV,ide high quality, 'cost competitive engiD.,ootfug' set\{ices to the City of Ocoeein . . <', an extre~ely efficient manner. We believe' our :team's exp~iience~ qualifications ~d kri.owledge of the CDBG , process and ouf 19D.g standing profesSional associati9n, Wi~ Orange CoUnty Housfug atlQ Corinntinity' DevelOpment Divisidn staff are, pa.rtic~lariy appropriate for the c;onsulting s~rvices; ~the City will requITe arid' we conimitto pex:formin~ any task in a timely manneI.'. , '. , '. ,'..' < o. . . lJ~ A qffers the ;fqllowing evid~ce,of our unique expertise and qulili[1cations for,the 90unty' Ii consideta~on: .. . B~Ais a certifie.d MBE firin; " ' , "', , " , , ' " . . B.F A has' recentlycoinpleted.a significan~. Duinber ofsimilar jttfras~c:turexedevelopment projects. . .. ,Our reputation for providing personal attention to the clierit'-s unique .804 special needs, and high quality - affordable service. " : ' . , Inclosing, B~~, Ferland and Ass~ciates' gr,eatly appre~iate the opportunity to present our professional qualifications 'for .your thoughtful consider~ti?n. and ,sir\perely,loo~ forward to estabHshlng a .professional relationship with the City of Ocoee. c" ,. Daniel'L, Allen; P .E. Senior Vice President . . , 3655 Maguire'Bouleyard ~"Suite 150.0rlando,Florida 32803 :: . ,::." 'O~ice ~40i) '89,678,608 ~ F,aX (407) 8~6.1822" . ' ' . .' ," '. '", , " .~ ~. :~. I I I I I I I I !,; I it, I I ~t: '.'~) I I#~ ~! I I I ~c,. RU~ MILLE~EGG May 22, 2007 CITY OF OCOEE Ms. Joyce Tolbert, Purchasing Agent 150 North Lakeshore Drive Ocoee, Florida 34761 Re: Engineering Services for Community Redevelopment - RFQ No. 0706 Miller Legg Proposal No. 07-P033S Dear Ms. Tolbert: The Miller Legg Team is enthusiastic to submit our qualifications in response to the City of Ocoee's Request for Qualifications for Engineering Services for Community Redevelopment. Miller Legg is a 42-year-old, employee-owned company with six offices in Central and South Florida, with 185 professionals. Miller Legg's Central Florida office, located in Winter Park, Orange County, Florida will be the office from which the work will be directed. Marc Stehli, PE, will be our Project Manager and the City's main contact person. Working closely with Mr. Stehli will be our Deputy Project Manager, Darren Badore. Our Central Florida office is comprised of over 40 professionals and has well-established civil engineering, surveying, landscape architecture and planning departments. For this contract,. we have augmented our Team with Buchheit Associates, Inc. Surveyors & Mappers, a Minority Business Enterprise (MBE). Ms. Kimberly Buchheit, PSM, has over 20 years of experience including extensive involvement in Government and Municipal Projects, Design Surveys and Right-of- Way Mapping, Boundary/Topographic Surveys, Preparation of Subdivision Plats for recording, and Construction Layout. Miller Legg has carefully reviewed the City's Request for Qualifications (RFQ) solicitation and believes we are staffed with qualified professionals who can accomplish' all of the tasks required to bring forward a successful, timely and cost-effective project. , The following is a brief list of reasons why we believe the City should select our Team as your consultant: Desir" Excellence Miller Legg has been working on redevelopment projects for close to fifteen (15) years now and has extensive experience with Neighborhood Improvement Projects. We have completed several public sector neighborhood improvement projects throughout the State, including Tropical Valley Neighborhood Improvement Project, North County Southeast Quadrant, North Andrews Gardens Neighborhood Improvement Project (Bid Package No.'s 1 through 6) to name a few. The firm has an infrastructure redevelopment team in place which is familiar with all aspects of master planning, design and permitting of new/replacement systems, cost estimating, budgeting, construction administration, grant assistance, public outreach and all other services that will make your project a success. IMP R 0 V I N G COM M U NIT IE S. eRE A TIN G EN V I RON MEN T S. Central Florida Office: 631 S Orlando Avenue' Suite 200 . Winter Park, Florida' 32789-7122 (407) 629-8880 . Fax: (407) 629.7883 www.millerlegg.com I I I I' I I I I I; I I , I I I I I I I I City of Ocoee - Engineering Services for Community Redevelopment Technical Excellence . Miller Legg has made a corporate commitment to project management excellence and as such, spends a considerable amount of resources in training our personnel. This, along with various management tools we have in place, enables our project managers to consistently perform the services we are contracted to do on or ahead of schedule and within budget. Our previous clients, whose names are given as references, :~an attest to our performance. Because of our corporate commitment to strong project management, Miller Legg can demonstrate numerous occasions in which we have managed multi-disciplinary teams of both in- house staff and subconsultants toward the successful completion of complex projects. Peige 2 of2 r' I I I I I , .. .,~.. ,-,.~.._.~~.__...__. .", --"'-"'---'-"~'l FOCUS ON THE ! LONG TERM I ! II"" u,>,,J,. J.."'~III_' tI"r/ ".;// ~II.1Jjr~' ({Jl) OllL!u3{ /n...'}lJ~. (Jill" J.::::,j~'I1~ .....ut-'f/or! /Ill) fL'tll.'/l ::;IL'lL'({r~r-Jl/.1' Iif oflr ~~} II' ;,.( )} 1 }} h'il f . ()Ul" ~-;ll,"(~l.'..<.."; i~ ril;/f Uf'UIl /((:-:[11'.'/ t.ji"J/l r~,/df;('ll-::-:I,il'_"";' H',!" L'ilU)/fnl~/c' ('fir :,'/uj/ to ~}rOIC PI'(iJ~_':-:;:,'ii}Il(//I!.:,I. Excellence In the Public Realm Marc Stehli, PE, who will function as Project Manager for this project has over 15 years experience in the Central Florida"area. He has been responsible for the design and management of the roadway and utility infrastructure improvement elements of numerous projects within Orange County and the City of Ocoee. Throughout this time, Mr. Stehli has developed a familiarity with the City of Ocoee and those issues pertinent to the City. Within the last two years, Mr. Stehli has worked successfully with the City's staff on projects such as the Wesmere Property, the Wesmere Townhomes, Crestwood Commons, expansions to Health Central, and the installation of reclaimed water distribution systems within the existing Reserve and the Reflection neighborhood subdivisions. The working relationships developed with City staff through these projects will assist Miller Legg in facilitating the successful completion of this project. Darren Badore will function as Deputy Project Manager for this contract. He has over 12 years of Neighborhood Improvement Project experience. From 1995 - 1999, Mr. Badore worked as a designer on Public Sector Redevelopment Projects and from 1999 - 2007, he managed the Broward County Neighborhood Improvement work that Miller Legg has, a $100 million program. This relevant experience includes project management, design, permitting and the coordination of multi- disciplinary services for large and small-scale public projects. His time and experience working, first hand, with the City, Contractor and the Community affected by these types of projects will be a valuable asset. In closing, as Principal-in-Charge, I will ensure that the City has Miller Legg's corpora.te commitment for staffing and resources to exceed your expectations. We believe the Miller Legg Team is best suited to assist the City, given the Team's breadth of successful experience in providing similar professional services throughout the region. We look forward to building ~ long-term relationship with the City and are ready to begin work immediately. 0/ ~. - Dan A. Tintner, PE . Senior Vice President DA T/dlb/.