Loading...
Exh 8CAGENDA ITEM #8C AUGUST 27, 2001 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Continuing Contract for Professional Engineering Services SUBMITTED BY; Robert S. Kosoy, P.E., Director of Public Works Donna Kaluzniak, CEP, Utility Director DATE: August 20, 2001 BACKGROUND: In order to expedite small to intermediate engineering and construction projects, staff advertised Requests for Proposals for a continuing contract with up to three engineering firms. It is in the City's best interest to, have three engineering firms in order that multiple projects can be completed expeditiously, and to take advantage of a particular firm's ability to complete a specific size and type of project. These will be nonexclusive contracts for a period of three years, renewable for an additional two yeazs, to provide engineering for stormwater, roadway, water, wastewater or other public works or utility projects. The continuing contract will be used for projects with an estimated construction cost of $300,000 or less. Design fees under these contracts will not exceed $30,000, and any project design greater than $10,000 will require City Commission approval. Proposals from the following nineteen firms received on July 9, 2001: Aikenhead & Odom Applied Technology & Management Camp, Dresser & McKee Connelly & Wicker CGI Consulting Engineers Edwards Engineering Eisman & Russo GAI Consultants Gannett Fleming Gee & Jenson Hartman & Associates Jones Edmunds & Associates J. Lucas & Associates North Beach Engineering Pitman-Hartenstein Prosser Hallock Reynolds, Smith & Hills Taylor Engineering Waitz & Moye Staffreviewed the. proposals and ranked the firms on the following criteria: Past record of professional accomplishments; firms professional qualifications and project team; staffavailability and capability to meet deadlines; financial responsibility and insurance; cost estimating; contract administration; proximity; and fee schedules. AGENDA ITEM #8C AUGUST 27, 2001 After review, staff checked references and interviewed the following five top ranked firms: Aikenhead & Odom Camp, Dresser & McKee Edwazds Engineering Prosser Hallock Waitz and Moye After completing the reference checks and interviews, staff has ranked the following three Srms as those recommended for the continuing contracts: Aikenhead & Odom Edwazds Engineering Waitz &Moye BUDGET: .Funds for the current fiscal yeaz were budgeted under the Sewer Utility fund in the amount of $50,000, and will be budgeted in future yeazs for specific projects under their designated accounts. RECOMMENDATION: Award continuing engineering contracts to Aikenhead & Odom, Edwards Engineering, and Waitz &Moye, and authorize the City Manager to sign the contracts. ATTACHMENTS: 1. Request for Proposal dated June 11, 2001. REVIEWED BY CTTY MANAGER: ~, _ ~. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 21, 2001 REQUEST FOR PROPOSAL /QUALIFICATIONS (RFP) CITY OF ATLANTIC BEACH The City of Atlantic Beach is seeking letters of interest and subnuttal of qualifications from engineering firms interested in providing professional services support for the development, design, and overview of small to intermediate Public Works and Public Utilities related projects and programs. The goal of this RFP is to award up to three simultaneous continuing contracts to three separate engineering fmns to provide these professional services. These will be nonexclusive, continuing contracts for a period of three (3) years, renewable for an additional two (2) years at the discretion of the City, subject to mutual agreement. Fee will be negotiated and purchase order will be issued for each requirement scope assigned under these continuing contract(s). Proposals must be submitted in triplicate by 4:30 n.m.. Monday, July 9.2001 and addressed to: Mr. Robert S. Kosoy, P.E., Director of Public Works 1200 Sandpiper Lane Atlantic Beach, FL 32233 904-247-5834 All questions concerning the submittal of proposals must be addressed to Robert S. Kosoy, P.E., Director of Public Works or Donna Kaluzniak, CEP, Utility Director. No questions may be directed to any other party. I. INFORMATION: A. Owner: City of Atlantic Beach B. Managers: Department of Public Works Department of Public Utilities 2. PROJECT SCOPE: The objective of this RFP is to award up to three simultaneous continuing contracts, to three separate engineering firms, to provide engineering and other professional services required to accomplish stormwater, roadway, water, wastewater, reclaimed water, site investigations and other public works or public utilities related projects on a continuing basis for any department within the City. Service requirements include: A. Engineering and other professional services relating to contractual construction and City executed construction projects, where the total estimated construction cost is not to AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 exceed $300,000, and the total design fee is not to exceed $30,000. The consultant services will result in: 1) Final design, including all sub-consultant work, construction cost estimates, bidding and construction documents (including permits) for implementing projects. 2) If elected by the City, contract administration during the construction phase. Such services may include resident inspection, shop drawing approvals, field surveys, as-built drawings, warranty inspections or other services needed during and after construction. Services for the two parts listed above shall require separate fee negotiations. B. Professional services for the completion of preliminary and feasibility investigations, cost or rate studies, peer review, value engineering, economic compazisons, regulatory permitting or report preparation, and capital improvement planning activities resulting in reports and technical documents. C. Technical advisory services for the review of construction design plans, reports, and technical documents submitted to and prepared by the City. Detailed quantity surveys of material and labor for construction projects. Response to field and engineering questions and issues. D. Grant assistance for public works or public utilities projects. E. Modeling, mapping and GIS data conversion. Conversion of As-Built drawings to electronic format. F. Presentations as applicable for City Commission meetings or Public Hearings. 3. TERM: A. The contract(s) shall be in effect for a period of three (3) calendaz yeazs. The services outlined will commence immediately after completion of negotiation and awazd of contract(s) and extend for thirty-six (36) months from the date of award. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11.2001 B. The City reserves the right to extend the contract(s) for an additional two (2) year term, subject to the mutual agreement between the City and the consultant(s). 4. NONEXCLUSIVE: Notwithstanding the continuing contract(s) resulting from this 12FP, the City reserves the right to follow its normal purchasing procedures at any time to procure the services identified herein from other consultants. 5. MINIMUM REQUIItEMENTS OF CONSULTANT(S): A. Current Florida registration as a Professional Engineer. B. A local office (Duval County) in which the work will be done. C. Local staff with the capability of performing the required planning, design, analysis, estimating, permitting, development of technical and bid documents, and plan reviews of all phases of drainage, stormwater management, water, sewer, and roadways. D. Demonstrated capability, past experience and expertise in professional services related to all phases of public works and public utilities related projects, including, but not limited to, water, sewer, paving, drainage, roadways and traffic engineering, construction engineering inspection and administration, plan review, development oftechnical documents on as-needed basis. E. Firm must have minimum 5 years local experience in their azea(s) of expertise. 6. SCHEDULES: A. Assignment of Consultant(s): It is the City's intention to assign requirements in a reasonable manner with the consultant(s) having the continuing contracts which result from this 1tFP. Notwithstanding, the City reserves the right of sole discretion on assignment of each requirement /project, subject solely to the best interests of the City. B. Budgetary: Consultant fees will be negotiated for each requirement via a scope of services from Public Works or Public Utilities and a written proposal from the assigned consultant. Consultant fees under the continuing contract may not exceed $30,000 for any single project. The City Conunission must approve consultant fees in excess of $10,000 for any single project. AGENDA ITEM #SC AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 C. Time: 1) It is desirable for the consultants providing services for construction, reports, bid, and technical documents to begin work within 21 days of issuance of the notice to proceed. An actual production schedule will be established during negotiation with the consultant. 2) Consultant(s) providing technical advisory services for submittals and issues that aze .limited in scope will provide an oral review within three working days and when necessary a written review within five working days. 3) Consultant(s) providing technical advisory services for submittals and issues that are complex in scope will provide a written review within a time period to be determined. by the Public Works Director or Utility Director in conjunction with the consultant. 7. CITY REPRESENTATIVES: A. Designated Representatives - Public Works Director Utility Duector B. Project Manager - As designated for individual projects C. Technical Contacts - Public Works or Public Utilities Division Director(s) and/or other City Department Heads/Division Supervisors s. CITY DOCUMENTS: During preparations of a response to this RFP, the following material is available in vazious offices of the City for review by prospective consultant(s). The consultant(s) accept the responsibility for the accuracy of any information fiunished and ultimately incorporated into their response. A. The City's Comprehensive Plan. B. Public Works and Public Utilities related master plans, capital outlay plans, and permits. 9. FEE SUBMITTAL(S): Interested consultants aze required to submit a quotation of proposed rates, fees, oYChazges and other detailed cost proposals or cost breakdowns,. which shall be utilized in fee negotiations during-the 3-year term ofthe contract. These rates shall remain AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 stable during the 3-year term of the contract. 10. 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 staff will 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(s) whose proposal(s) best serves the interest of the City. Also, the City reserves the right to make such investigation as it deems 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 five (5). In addition, each criterion has been assigned a scaled value that weights the criterion's significance to the continuing contract. The scaled value is scaled one (1) through five (5) and will be multiplied by the ranking of each criterion to quantify that criterion. The scaled value is denoted in brackets [ ]following each criterion's title. The sum of the scores derived from this multiplication process will be used as an aid in selecting the consultant(s). Not more than three (3) consultant firms will be selected to be awarded continuing contracts to provide the nonexclusive professional services in this RFP. C. WRITTEN PROPOSAL /QUALIFICATIONS PACKAGE REQUIREMENT: 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. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 - Provide adequate information on each criterion below. - Provide the ranking criteria information below in the order shown. D. RANHING CRITERIA: 1) Past record of professional accomplishments [4j: A list plus brief description of completed projects. similar to City projects under consideration. Provide a reference list of public sector entities within the state of Florida for which similaz services have been provided. Include owners' contact person, FAX number and telephone number, and type ofprojects completed. 2) Firm's Professional Qualifications and Project Team[4j: 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 City projects 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 approval of the Director of Public Works or the Utility Director. 3) Staff Availability and Capability to Meet Deadlines [5]: Current and projected workload for the project team which indicates the availability of staff to 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) Financial Responsibility and Insurance[2]: The form of business of the prime consultant, i.e., proprietorship, partnership, corporation; yeazs 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. 5) Cost Estimating [3[: 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. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 6) Contract Administration [3]: The ability to observe and advise whether plans and specifications are being complied with, where applicable. The experience of firm and assigned personnel in observing and monitoring construction projects and or reviewing shop drawings and other construction phase services. 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 continuing 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 approval of the City's project manager. 8) Cost [2]: 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) Other (Specify) b. Proposed overhead rate on direct labor, profit rate, costs of printing, CAD systems or other direct project costs. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11.2001 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 cuaent 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 140 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 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 for any one project 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 aze 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) aze the most highly qualified to perform the required services. I1. INDEMNIFICATION REQUII2EMENT: The City shall require the following or similar indemnification paragraphs to be made part of the contract(s) as entered into with the successfulproposer(s). 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 aze a result of the City's own negligence. AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 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 aze a result of the City's own negligence. 12. INSURANCE REQUIREMENTS: The consultant(s) shall procure and maintain during the term of the continuing contract, insurance of the types and in the m;n;:num amounts stated below. L'OVeraECS. 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 Same as Comprehensive General Liability (All autos -owned, hired or used) E. Professional Liability Same as Comprehensive General Liability F. Excess or Umbrella 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 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 AGENDA ITEM #8C AUGUST 27, 2001 City of Atlantic Beach June 11, 2001 effective until fifteen (15) days after receipt of written notice by the City. All coverages shall name the City as "additionaP 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. 13. 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, 14. PUBLIC ENTITY CRIMES REQUI1EMENT: A person or affiliate who has been placed on the convicted vendor lisf 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. 10