Loading...
Exh 8CAGENDA ITEM 8C FEBRUARY 10, 2003 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Professional Engineering Services RFP No. 0203-2 Well Rehabilitation, Replacement and Abandonment for Well Nos. 2, 1N, SN, 2S, and 6S SUBMITTED BY: Donna Kaluzniak, CEP, Utility Director DATE: January 28, 2003 BACKGROUND: The City's new Consumptive Use Permit from the St. Johns River Water Management District includes requirements to either repair or abandon and replace Well Nos. 2, 1N, and 2S. In addition, the City's Water Master Plan also identified the need to rehabilitate We115N, and install an additional We116S. Although this work will be completed in phases, the City preferred to have a single design engineer complete permitting, plans, and specifications for the wells. Four proposals were received from the following firms on January 10, 2003: • Camp, Dresser & McKee • CH2M Hill • Hartman & Associates • Integrated Science and Engineering Staff evaluated ranked the proposals, and the three top-ranked firms were: 1. CH2M Hill 2. Integrated Science & Engineering 3. Camp, Dresser & McKee BUDGET: Funds for a portion of the project (Well No. 2 and Well No. SN) were budgeted in the amount of $450,000 in the Water Production Fund, Account No. 400-5502-533-6300. RECOMMENDATION: Authorize staff to negotiate a contract for RFP No. 0203-2, Well Rehabilitation, Replacement and Abandonment for Well Nos. 2, 1N, SN, 2S, and 6S with CH2M Hill. If a satisfactory price cannot be agreed upon, authorize staff to negotiate with the second most qualified firm, Integrated Science & Engineering. ATTACHMENTS: 1. Proposal Scoring Sheet 2. Request for Proposal No. 0203-2 REVIEWED BY CIT MANAGER: AGENDA ITEM 8C FEBRUARY 10, 2003 cn C co N Z Z l"' N N MN 0 O o Z O -~ Z J W a~ ~~ fn Z U~ Z W ~ N Z c~ a Z m ~a D Z_ Q C7 ~' Z Z W CW L O cwj a J J W O~ a 'Z O a~ ~_ O~ Zm oa ~"' Q W ~ ~ J J Q J W W 10. h M •f ~ ~ ~ ~ ~ N Q ~ h ~ t^O V ~t 7 `7 y ~ U t~ o a ~ a ~ ri h a E a ~, ~, •c a` ~ aim > > > ° ' °o ro aMO ro c_ o ro ~ r: is ~ o UW ~. ~ ~ O O O ~ c :a O •. O •- O •- of m ~ ~ cy o C y ii ~ m Y O Y O Y O Y O o ~ o ad o, is of ,= o O N U ~ ~ Q a` Q ~ O H h h N h t ~ Q7 ~ N ~ N a r c ~aa a ~ ~ ~ ~ ~ ~ 0 ~U~ ;? ~ m ~ m~ tq N h h ~ ,~ ° ~ ~ N N N of ~ C N ~ t OV ~ H o N ~ ~ ~ E y ,~ o ~~Q a ~ `O m c ~ cti C7 M ~o ~ ~: y h 3 Q~ ~ 3 p U~ y ~ ~ za0 ~ ~~a ~ ~U~(Qj WO~w ~ w . y ~ ° N a o a~~ ~°~Q UZ ° a~~aQ~~ w Q a33~~U~ ~ cw= a3~3 °W3° ° ~w ~'~~ uiao uiLL!ui a ~ w,~a~~w a,~ aWW ~ u;uia~ aw ~ ~,~~~~Ww ~uiac~ow , ` ,~aw ~W,~ ui a~ o''a~ ~ a~ a ~_~aaaZ ~ Y~au;aa ~~~ o , c~•= c ~a ~a3 ~ ~ ~ •~ i ~ u;ui a ~-- maw aa~ wo r "~ • ° ~; ;may~mc~ ~ ~ ~;y ~~ ~mc~;a~iy~°'aot ' ` ~ ~, ~ . ~ y~'~°"mE`~°E ` ~ ~ ° ~ ~ I c~~3~my~'m W ' m ° o ~ wa ~.y o, ~ m ~ ~~F-~J>3~ m ~,~ ~ o m o o `o ~' 3OJ~2=~a~L~l~ m ~ `~° a i m o °U' °mhh~z ~ a o i o o o ~^e U~OpY~I~JT>- iS N - °~ y 'O od 4 N ~ C '~' m E O N ° ~ c C U U =Q ..~W c ii ~ m C_ C O N N ~ O a I 'O o Qa °o '' U c U i.~ to ,m~,no U O ~ o.~ ~S O j ~ m a~ a~ o U3~ (ate .03 Ism OZUI~ W I ~ 2 3 U ~ ° ~ ~ xs~ ~~ E - Z O c F 0 w o,~ ~~ _ U . ~ O C __ N c 0 N ~ T ~~ y O Z N W ~ Q ~ ~ c .~77`= W ~ U y I (~U a W~a~~ a~00'~~0 Y N C C N c ~ .~ ~ N ~ C ~ c LL'oo~o° ~~ ~~~ ~ - L ~ ~ m mp 3 ILL W I p p ~ ~ m .LL.-ova c y '" m ~~o_~oN aEi '~ a ~° n o~` I N o m y ~ c a ~ oa O a~ cU..~.c .0 ~ ~ N ~ ` c ~ I- N U L Q ~ U O O i ~ N ,V C YU me g ~ LL c ~ m U o a ~... J ~'~ I_I ~_ ~ ~ H ~ ~ ~ 'm' C ~ ~ N .~ C C U ~ (V ._ 0~~~ r~ar~ a~ H~,o~ ~ oa aN ~~ I~~ N m~'a~ aEi ~ - > d~ °~~ a ~Q,LmE c U ~ ca~c~a~~i O O - O y ~ m aU (~ c •- N I I d c Qwn.cUn~ AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 REQUEST FOR PROPOSALS N0.0203-2 PROFESSIONAL ENGINEERING SERVICES WELL REHABILITATION, REPLACEMENT AND ABANDONMENT WELL NOS. 2, 1N, SN, 2S AND 6S CITY OF ATLANTIC BEACH The City of Atlantic Beach is seeking proposals and submittal of qualifications from engineering firms interested in providing professional services for the design of the abandonment and replacement of Well #2 with Well #2R; the rehabilitation of Well SN; the abandonment of Well Nos. 1N and 2S; and siting and installation for future Well #6S. Proposals must be submitted in triplicate by 4:30 p.m. January 10, 2003 and addressed to: Ms. Donna Kaluzniak, Utility Director 1200 Sandpiper Lane Atlantic Beach, FL 32233 904-247-5834 dkaluzniak(~ci. atlantic-beach. fl. us All questions concerning the submittal of proposals must be addressed to Donna Kaluzniak, CEP, Utility Director. No questions may be directed to any other party. 1. INFORMATION: A. Owner: City of Atlantic Beach B. Manager: Department of Public Utilities 2. PROJECT SCOPE: The objective of this RFP is to award a contract to provide engineering and other professional services required to accomplish the preparation of design plans, specifications, permitting and bidding services for the following items. This work will be completed in phases, with Phase I consisting of Items A. and B., Phase II consisting of Items C and D. A. Abandonment and Replacement of Well No. 2 with Well 2R (Phase I~ This well is located at Wastewater Treatment Plant #1, 1100 Sandpiper Road. Abandonment will be required by the SJRWMD, and the well will need replacement to meet production needs. The existing well is 18" X 12" diameter, 1290 feet deep, originally installed in 1962. Scope will include determination of site; well, piping, and pumping design, specification and permitting for the replacement well; and application for matching funds from SJRWMD for abandonment of the existing well. AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 B. Rehabilitation of Well No. SN (Phase I~ Well No. SN is located at 902 Assisi Lane, 12" X 8" diameter casing, 720 feet deep. Well No. SN needs minor rehabilitation and a higher horsepower motor with extension of the suction line, as the draw has been reduced. Scope includes specifications and permitting for rehabilitation of existing well. C. Abandonment of Wells 1N and 2S at Water Plant #4 (Phase II). Abandonment of these two wells will be required by the St. Johns River Water Management District (SJRWMD). The wells are 6" X 4" diameter, with well 1N at 429 feet and well 2S at 619 feet deep. Design specifications and application for matching funds from SJRWMD and permitting will be included in this scope of work. D. New Well No. 6S (Phase III This will include determination of site, notation of any easements required, design, specification, and permitting of piping, pumping, controls and all associated items required for a fully functional potable well. 3. CITY DOCUMENTS: During preparations of a response to this RFP, the following material is available at the Public Works Office of the City for review by prospective consultant(s). The consultant(s) accept the responsibility for the accuracy of any information furnished and ultimately incorporated into their response. A. The City's Water Master Plan B. Well logging results C. Consumptive Use Permit 4. CONSULTANT(S) WRITTEN PROPOSAL REQUIREMENTS AND SELECTION PROCESS: A. SELECTION PROCESS: Consultant selection shall be in accordance with this request for proposal. The evaluation process shall determine qualifications, interest, and availability. City staffwill first review all written responses. This review will result in a ranked list of fully qualified respondents. If deemed necessary, informal interviews may be conducted of selected respondents determined to be best qualified based upon the evaluation of the written responses. The determinations shall be based upon the criteria below. An agreement will be developed for signatures upon approval of the City Commission. The City reserves the right to reject any and all proposals, waive informalities and technicalities, and make awards to the firm whose proposal best serves the interest of the City. Also, the City reserves the right to make such investigation as it deems necessary AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 to determine the ability of any proposer to perform the services requested. B. METHOD OF RANKING: During the review of written responses, each criterion below will be ranked on a scale of zero (0) through ten (10). In addition, each criterion has been assigned a percentage value that weights the criterion's significance to the project as shown below. C. WRITTEN PROPOSAL /QUALIFICATIONS PACKAGE REQUIREMENT: Respondents aze to adhere to the requirements shown below. Failure to do so may result in rejection ofproposal asnon-responsive. - Be concise and to the point. - Provide adequate information on each criterion below. - Provide the ranking criteria information below in the order shown. D. RANKING CRITERIA: 1) Firm's Professional Qualifications and Project Team[20%]: List Consultant team members and sub-contractor firms, including detailed resumes. Give brief bullets on education, training and experience for project personnel. Team members listed in the proposal must be available for work on the City's project during the entire contract period. In the event a team member leaves the employ of the consultant during the contract period, another team member with equal or better experience and qualifications must be substituted, with the notification of the Utility Director. 2) Past record of professional accomplishments [25%]: A list plus brief description of completed projects similar to the City project under consideration. Provide a reference list of public sector entities within the state of Florida for which similar services have been provided. Include owners' contact person, FAX number and telephone number, and type of projects completed. 3) Staff Availability and Capability to Meet Deadlines [15%]: Current and projected workload for the project team which indicates the availability of staffto complete assigned projects in a timely manner. Timeliness of completion of current or past projects for the City of Atlantic Beach will be included in this criterion, if applicable. 4) Project Approach: (10%] Describe the firm's specific proposed approach to the complete the project. AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 5) Financial Responsibility and Insurance[10%]: The form of business of the prime consultant, i.e., proprietorship, partnership, corporation; years in business; changes in ownership; bank reference; and any other information the applicant may wish to supply to verify financial responsibility. Include the most recent audit summary for the firm, and current certificate of insurance. 6) Cost Estimating [10%]: Provide evidence of the ability to accurately estimate the cost of construction projects designed by the engineer. Consultant must be able to provide realistic estimates to be used in the City's budgeting process. Accuracy of project cost estimates provided for past or current City of Atlantic Beach projects will be included in this criterion, if applicable. 7) Proximity [5%]: Location of the consultant's home office (corporate headquarters) and location of the local office where the project(s) will be produced. The members of the project teams should be permanently assigned to the project office. Routine and responsive face-to face interaction will be important in servicing the City's needs in performing this contract. In the event a team member is relocated, another team member with equal or better experience and qualifications shall be substituted. Team members shall not be transferred, relocated or reassigned while performing work on a specific City project without prior notification of the City's project manager. 8) Cost [5%]: Quote rates, fees, or charges. Detail other cost proposals or cost breakdown information. a. Schedule of direct labor rates (without fringe benefits) for the following categories of personnel to be used on this requirements contract. Principal (Partner or Senior Officer) Project Manager (Responsible Professional) Design Engineer or Architect (Registered) Designer or Technician (Non-registered) Drafter Field Inspector Clerical (Typist, Word Processor, Printer, Assembly) 4 AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 Other (Specify) b. Proposed overhead rate on direct labor, profit rate, costs of printing, CAD systems or other direct project costs. c. Any other information available to show pricing methods. d. Miscellaneous guidance: - Proposed rates and costs will be used in the negotiation of fees and shall remain in effect throughout the current term of the continuing contract. - List the proposed overhead rates in use by the firm. In no case will the City pay a total overhead rate that exceeds 150 percent of direct labor. - Profit rate shall be applied only to direct labor plus associated overhead and shall not exceed 10 percent. No mark-up or profit shall be paid on non-labor related job costs, reimbursable expenses, or services provided by subcontractors. - Prior to negotiation on each requirement for the scope of service, the selected consultant(s) will be required to provide the proposed total compensation, utilizing the rates shown in this proposal and detailing employee hours needed for each activity, number of sheets required for drawings, amount proposed for surveys, geotechnical investigations, other specialty sub-consultant costs, and all other costs associated with the project. A fee of $10,000 or more must be approved by the City Commission. E. PROPOSAL Is NOT A BID: This request for proposals /qualifications is not to be considered a BID. The City of Atlantic Beach will evaluate proposals based on the criteria set forth in this RFP. Fee proposals are requested as part of the RFP package. However, the City reserves the right, at its sole discretion, to exclude the fee proposals from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm(s) are the most highly qualified to perform the required services. 5. INDEMNIFICATION REQUIREMENT: The City shall require the following or similar indemnification paragraphs to be made part of the contract(s) as entered into with the successful proposer(s). The City shall be held harmless against all claims for bodily injury, sickness, disease, 5 AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 death or personal injury or damage to property or loss of use resulting therefrom arising out of performance of the agreement or contract, unless such claims are a result of the City's own negligence. The City shall also be held harmless against all claims for financial loss with respect to the provision of or failure to provide professional or other services resulting in professional ,malpractice, or errors or omissions liability arising out of performance of the agreement or contract, unless such claims are a result of the City's own negligence. 6. INSURANCE REQUIREMENTS: The consultant(s) shall procure and maintain during the term of the continuing contract, insurance of the types and in the minimum amounts stated below. Coverages Schedule Minimums A. Workers' Compensation Florida $100,000 -each accident Statutory Coverage and Employer's $100,000 -each employee Liability (including Appropriate $500,000 -policy limit for disease Federal Acts) B. Comprehensive General Liability $1,000,000 -bodily injury each occurrence $1,000,000 -bodily injury aggregate $1,000,000 -property damage each occurrence $1,000,000 -property damage aggregate C. Products -Completed Operations $1,000,000 -aggregate D. Business Auto Liability (All autos -owned, hired or used) Same as Comprehensive General Liability E. Professional Liability F. Ezcess or Umbrella Liability Same as Comprehensive General Liability Optional Insurance shall be written by an insurer holding a current certificate of authority pursuant to Chapter 624, Florida Statutes. Prior to commencing any work on the continuing contract, certificates of insurance, approved by the City, evidencing the maintenance of said insurance AGENDA ITEM 8C FEBRUARY 10, 2003 City of Atlantic Beach December 3, 2002 shall be furnished to the City's construction project manager. The certificates shall provide that no material alteration or cancellation, including expiration and non-renewal, shall be effective until fifteen (15) days after receipt of written notice by the City. All coverages shall name the City as "additional insured". Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful proposer(s)' obligation to fulfill the insurance requirements herein. 7. ANTI-COLLUSION REQUIREMENT: Under no circumstances shall any prospective proposer, or any person or persons acting for or on behalf of any said prospective proposer, seek to influence or gain the support of any member of the City Commission or the City Staff favorable to the interest of any prospective proposer or seek to influence or gain the support of any member of the City Commission or City Staff against the interest of any prospective proposer. Any such activities shall result in the exclusion of the prospective proposer from consideration by the City. 8. PUBLIC ENTITY CRIMES REQUIREMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in SECTION 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.