Loading...
Exh 8GAGENDA ITEM #8G NOVEMBER 11, 2002 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Professional Engineering Services Technical and Price Proposal Preparation for Privatization of Water/Sewer Services at U.S. Naval Air Station Mayport SUBMITTED BY: Donna Kaluzniak, CEP, Utility Director DATE: November 4, 2002 BACKGROUND: The United States Navy has issued a Request for Proposals (RFP), to include technical and price proposals for utility privatizations at several facilities in the southeast, including the Naval Air Station at Mayport, Florida. The Navy's RFP encompasses all utilities-water, sewer, electric, and gas, but allows proposers to submit packages for certain utility combinations. The City of Atlantic Beach plans to submit a proposal to take ownership of the water and sewer systems at NAS Mayport. The City issued an RFP for a consultant to assist in the prepazation of the technical and price proposals. In addition, the consultant will help the City make a final determination of whether purchase of the Navy's system will be of mutual benefit to both the City and the Navy. Two proposals were received from the following firms on October 16, 2002: • Gannett Fleming, Inc. • Stone, Joca & Mahoney, Inc. Staff evaluated the proposals and interviewed the both firms. After the proposal evaluation and informal interviews, the top ranked firm was Gannett Fleming, Inc. BUDGET: Funds in the amount of $100,000 were budgeted for the project in FY02, but were not used due to the Navy's previous method 'of bundling the proposal requests, which would have required the City to propose on both NAS Jax and NAS Mayport. The bundling requirement was recently modified to allow Atlantic Beach to propose on the project. Funding will need to be allocated during amid-year budget modification. RECOMMENDATION: Authorize staff to negotiate a contract for Technical and Price Proposal Preparation for Privatization of Water/Sewer Services at U.S. Naval Air Station Mayport with Gannett Fleming, Inc. If a satisfactory price cannot be agreed upon, authorize staffto negotiate with the second most qualified firm, Stone, Joca & Mahoney, Inc. ATTACHMENTS: 1. Scoring Sheet for Navy Privatization Project 2. Request for Proposal REVIEWED BY CITY MANAGER r M O cV O a u. ~ ~ ~ ~ LL ~ ~ ~ a a~ Q a~ wQ ~~ a~ ~~ oa a~ oa ~Q aZ wN C~ ~~ a E-- oa Qw U ~~ p. w a cn ~ W a~ an U_ Z W U~ W I- ~ ~O O O~ F"' LN 1_ J Q >/~ wa 3 ~ a~ • a~ Q' oo Z o O ~ N ~t7 coo•Z o0 CrJ O ~ M 1~ O C Cfl d' I` C r ~ lf') ~ L U ti ti O ~ ~ ~ O CV ti f~ O ~ ~ ~ = ti ~ ti ti Y ~ ~ ~ O 07 O ~ ~ ~ ;SOS c+7 c~ o O OO ~f;rwrxold ~ o : c~ : ~ ~ uor;eredard o ° fesodo~d aoud N o o pue sJs~(jeuy;sod ~ r •aaue~nsuJ ~ o ~ ~ ~ if;rJJglsuodsabl X Y Y 0 0 Y Y 0 0 Jel~UeUl~ 0 o c ~ Sri iE 0 o c ui •u. sauJJpeap;aaW o o; ~f;JJJgede~ pue ~~°, °o, °o, ~f;rl114eJrenb'}~e;S ~: o ~ o yoeorddy;oatord ''' ti s;uawysJldwoooy o ° ° JeuoJssa~oad N u ~ ~ o ~o prooa~y ;sed ~ ~ ~ . weal ;oato.~d o pue suoJ;eoJ~rJenb ~ ~... "' ~ CD "' CO Jeuorssa~ord ~' T ~- !~ ~ • C ~E ~~~ (B ~ U C7 I.L C O UO CB U CA ~ ~ ~ L ~_ U a a~ c 3 -Y o .~ ~ N E ~ ~ Y >, ~ ~ c Z ~ U ~ ~~ c ~~ c`o ~ = o c" c~ •~ _ N ~ ~ Y ~, c~ .a c .~ c o a3 ~ U ~ ~ -0 0 ~ U a~ >~ •> ? L ~ Q~ ~ Q~ ^.•~ o a~ ~ ~ AGENDA ITEM #SG NOVEMBER 11, 2002 AGENDA ITEM #SG NOVEMBER 11, 2002 September 25, 2002 CITY OF ATLANTIC BEACH REQUEST FOR PROPOSALS N0.0203-1 PROFESSIONAL ENGINEERING SERVICES FOR TECHNICAL PROPOSAL AND PRICE PROPOSAL PREPARATION FOR PRIVATIZATION OF WATER/SEWER SERVICES AT U.S. NAVAL AIR STATION MAYPORT The City of Atlantic Beach, Florida is soliciting for proposals from professional engineering firms to provide services to develop a technical proposal and price proposal for Privatization of Water and Sewer Services at U.S. Naval Air Station Mayport. Proposals must be submitted in triplicate by 4:30 PM on October 16, 2002 and addressed to: Ms. Donna Kaluzniak, Utility Director 1200 Sandpiper Lane Atlantic Beach, FL 32233 904-247-5834 dkaluzniak@ci.atlantie-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. SCOPE OF WORK: A. The scope of work will include the preparation of a technical proposal and price proposal to purchase existing water and sewer facilities and to provide all water and sewer services at the Mayport Naval Air Station and, its associated off-base service areas. The technical and price proposals will include all data, information, and cost/pricing as required by the Naval Facilities Engineering Command Request for Proposals (RFP) No. N62467-00-R-1801, available on the web site at http://esol.navfac.navy.mil. The selected consultant will use their expertise, creativity and skill to assist the City in proposing an offer that is most advantageous to both the City and the U.S. Navy. The consultant will assist the City in preparing the following documents: 1) Volume I - Economic/Price Proposal. This document will include all of the items as described in Section 7 of the Navy's RFP and any applicable amendments. a) The consultant will determine the best purchase price for the infrastructure, and terms and conditions of a Conveyance Agreement. b) Provide a 25-year cost projection, with a breakout of AGENDA ITEM #8G NOVEMBER 11, 2002 September 25, 2002 projected capitalization costs. c) Delineate the pricing formula for enhancements, service requests, trouble calls, and other services. d) Describe how the City can meet the Navy's objective to secure and maintain Iong term cost controls while pursuing modernization and technological growth of the assets, and provide high quality service with the lowest cost over the long term. 2) Volume II -Technical Proposal.. Volume II will include all items as described in Section 7 of the Navy's RFP and any applicable amendments. . a) Include all of the Service Requirement (Factor I) information including service standards, asset maintenance, disaster response, regulatory compliance and liability, transition plan, coordination, service requests, joint use of and access to infrastructure, use of assets for others, insurance, default by owner, operation and maintenance plan. b) Include a section on the City's Experience and Past Performance in the operation and maintenance of utility systems (Factor 2). c) Describe the City's Financial Capability (Factor 3) to purchase, expand, operate and maintain a system of the size and complexity which the City is proposing to purchase. d) Include the section describing Support for Small Business and Small Disadvantaged Business and Women-Owned Business Program (Factor 4). 3) All associated documents, apperidices, attachments, acknowledgement of receipt of addenda to constitute a complete solicitation package. B. Schedule: Time is of the essence-for the completion of this project. The U.S. Navy deadline for submission of proposals is June 3, 2003. The project must be completed prior to this deadline, with sufficient time to obtain City staff review and City Commission approval of the technical proposal and a timely submission of a bid. C. Deliverables: A full price proposal and technical proposal (Volumes I and II}, meeting all requirements as described in the Navy's RFP, Solicitation No. N62467-00-R-1801 and amendments. Submit for the City's review the 75% and Final Technical and Price Proposal Package including: a. Three hazdcopy sets of all system maps and schematics for the City's use. a. Three hazdcopy sets of the Final Price Proposal (Volume I) for the City's use. b. Three sets of the Final Technical Proposal (Volume II) for the City's use. c. One additional set of the Technical Proposal and Price Proposal and associated documents on CD for City use. d. The Price Proposal and Technical Proposal (Volume I and Volume II) in the 2 AGENDA ITEM #8G NOVEMBER 11, 2002 September 25, 2002 format and number specified in the Navy's RFP No. N62467-00-R-1801, Sections 7 and 8 and applicable amendments, delivered to the appropriate U.S. Naval Facility prior to the specified deadline. 3. CITY DOCUMENTS: During prepazations of a response to this RFP, the following materials may be available at the Public Works Office or City Hall 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. Water and Sewer Master Plans B. Capital Improvement Programs and Plans C. Existing maps.on GIS 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 by the Atlantic Beach City Commission. The City reserves the right to reject any and all proposals, waive informalities and technicalities, and make awazd to the fum whose proposal best serves the interest of the City. Also, the City reserves the right to make such investigation as deemed necessary 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 noted below. C. WRITTEN PROPOSAL / QUALIFICATIONS PACKAGE REOUIREMENT~ Respondents are 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. RtwxrttG CRITERIA: AGENDA ITEM #8G NOVEMBER 11, 2002 September 25, 2002 1) Firm's Professional Qualifications and Project Team [15%]: 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 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. 2) Past record of professional accomplishments (20%]: A list plus brief description of completed projects similar to the project under consideration. Provide a reference list of other agencies, governments or companies for which similar services have been provided. Include owners' contact person, FAX number and telephone number, and type of projects completed. 3) Project approach [10%]: Describe the firm's specific proposed approach to providing the City with an appropriate response to the Navy's RFP. 4) Staff Availability and Capability to Meet Deadlines (20%]: 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. Time is of the essence for this project. Provide a schedule for completing the project showing major milestones and ability to meet the project deadline. 5) Financial Responsibility and Insurance [5%]: 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 fuiancial responsibility. Include the most recent audit summary for the firm, and current certificate of insurance. 6) Cost Analysis and Price Proposal Preparation [20%]: Provide evidence ofthe ability to accurately analyze the cost of operating and maintaining the Navy's existing system and providing needed capital improvements. Provide evidence that the firm can provide the price proposal data in the format required in the Navy's RFP. Consultant must be able to provide realistic estimates to be used in the Cities' 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. 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 September 25; 2002 of personnel to be used on this requirements contract. Priicipai (Partner or Seiuor Officer) Project Manager (Responsible Professional) Design Engineer or Arclvtect (Registered} Designer or Technician (Non-registered) Drafter Field Inspector Clerical (Typist, Word Processor, Printer, Assembly} Other (Specify) AGENDA ITEM #8G NOVEMBER 11, 2002 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 contract. - List the proposed overhead rates in use by the firm. -List the proposed profit rate in use by the firm. Profit shall be applied only to direct labor plus associated overhead. 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 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. 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. Rates, fees and charges aze requested as part of the RFP package. However, the City reserves the right, at its sole discretion, to exclude the fees 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. IND>LP.~T;FICAT;iON REQTJ ' + 11~NT: The City shall require the following or similar AGENDA ITEM #8G NOVEMBER 11, 2002 September 25, 2002 indemnification paragraphs to be made part of the contract(s) as entered into with the successful proposer(s). 6. The City shall be held harmless against all claims for bodily injury, sickness, disease, 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. INSURANCE REQUIREMENTS: The consultant shall procure and maintain during the term of the 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 - Compieteci Operations $1,000,000 -aggregate D. Business Auto Liability (All autos -owned, hired or used) E. Proiessionai Liauiiily F. Excess or Umbrella Liability Same as Comprehensive General 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 contract, certificates of insurance, approved by the City, evidencing the maintenance of said insurance shall be furnished to the City. 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". AGENDA ITEM #8G NOVEMBER 11, 2002 September 25, 2002 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 place