15
WlnTER GARDEn Request for Qualifications RFQ EN19‐030 Design Criteria Professional Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656‐4111

RFQ EN19-030 - Design Criteria Professional Services

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

     

 

 

                         

     

    

 

WlnTER GARDEn

Request for Qualifications RFQ EN19‐030 

Design Criteria Professional Services 

City of Winter Garden 300 West Plant Street

Winter Garden, FL 34787 (407) 656‐4111

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

LEGAL ADVERTISEMENT

CITY OF WINTER GARDEN

REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN19-030

DESIGN CRITERIA PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) NO. EN19-030 – FOR A DESIGN CRITERIA PROFESSIONAL TO PREPARE THE DESIGN CRITERIA PACKAGE FOR THE NEW FIRE STATION PROJECT, WHICH IS INTENDED TO BE A DESIGN-BUILD CONTRACT; AND TO SERVE AS THE CITY’S REPRESENTATIVE DURING THE SELECTION OF THE DESIGN-BUILD FIRM FOR THE PROJECT, CONCERNING THE EVALUATION OF THE RESPONSES SUBMITTED BY THE DESIGN-BUILD FIRMS; REVIEW AND APPROVE FOR COMPLIANCE OF THE DETAILED WORKING DRAWINGS FOR THE PROJECT; AND FOR EVALUATION OF THE COMPLIANCE OF THE PROJECT CONTSTRUCTION WITH THE DESIGN CRITERIA PACKAGE. The City of Winter Garden, Florida, is requesting qualification statements from a “Design Criteria Professional”. For the purpose of the RFQ, is a firm who holds a current certificate of registration under chapter 471 as a registered engineer to practice engineering and who has documented experience in the preparation of design criteria package for public facilities and meets the minimum qualification described in this document. In determining whether a firm is qualified, the City shall consider such factors as the ability of professional personnel; past performance; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the City, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. Qualification packages must be received no later than 4:00 p.m. (local time) on Tuesday, August

27, 2019. Any qualification packaged received after the above-noted time will not be accepted under any circumstances. Any uncertainty regarding the time a qualification package was received will be resolved against the respondent. Qualification packages submitted after this designated time will be returned unopened. Firms or companies interested in providing the Design Criteria Professional services shall submit (1) original and five (5) copies of their qualifications to the City of Winter Garden reception desk by the submission deadline to the attention of:

Laura Zielonka City of Winter Garden 300 West Plant Street

Winter Garden, FL 34787 RFQ EN19-030

1

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

No faxed or electronic submissions will be accepted. The City, though written inquiries directed to Laura Zielonka, will receive questions regarding the RFQ. The deadline for receipt of written inquiries is Tuesday, August 13, 2019 close of business. Pursuant to Section 287.133(2)(a), Florida Statutes, interested firms who have been placed on the convicted vendor list following a conviction for public entity crimes may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract, and may not transact business with a public entity for services, the value of which exceeds $15,000, for a period of 36 months form the date of being placed on the convicted vendor list. Interested firms may obtain a copy of the RFQ documents at City Hall, 300 West Plant Street, Winter Garden, FL 34787. The RFQ documents are also available online at http://www.cwgdn.com/bids.

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

2

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

I. INTRODUCTION

The City will be requesting RFP’s for the design and construction of a new fire station on a portion of a City-owned parcel located on Marsh Rd in the SW portion of Winter Garden, FL. The design-build project must provide the highest level of functionality while maintaining cost efficiency to the greatest extent possible. The City desires that the design-build criteria package be complete within 45 days of the contract commencement.

II. RFQ PURPOSE

The City of Winter Garden is requesting qualification statements from a “Design Criteria Professional” (DCP). For the purpose of this RFQ is a firm who holds a current certificate of registration under chapter 471, Florida Statutes as a registered engineer to practice engineering and who has documented experience in the preparation of design criteria package for public facilities and meets the minimum qualifications described in this document. The DCP Consultant shall provide the City a Design Criteria Package for the City of Winter Garden New Fire Station Project no later than 45 days after the contract has been signed.

III. SCOPE OF SERVICES

The Design Criteria Package at a minimum shall contain concise, performance-oriented drawings or specifications of the public construction project. The purpose of the Design Criteria Package is to furnish sufficient information to permit Design-Build firms to prepare a bid or a response to the City’s request for proposal, or to permit the City to enter into a negotiated Design-Build contract. The Design Criteria Package must at a minimum specify performance-based criteria for the public construction project, including the legal description of the site, survey information concerning the site, material quality standard, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, storm water retention and disposal, and parking requirements applicable to the project. Pursuant to FL 287.055(9)(b) a Design Criteria Professional (DCP) who has been selected to prepare the Design Criteria Package for the City is not eligible to render services under a Design-Build contract executed pursuant to the Design Criteria Package. The basic services provided by the DCP Consultant shall include but not be limited to preparation of bidding documents incorporating schematic design, performance specifications and design criteria for the Project (the bidding documents shall require compliance with the design criteria by the Design-Build firm awarded this Project) and enforcement of the design criteria including but not limited to notifying the City of regarding the Design-Builder’s compliance or non-compliance with the requirements of the design criteria. The successful DCP Consultant will be tasked with the following duties and responsibilities:

3

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

1. Schematic The DCP Consultant shall become familiar with the Project site and shall provide the City with the following services as part of this task: a) Update the existing topographic survey. b) Provide Geotechnical Soils report. c) Provide Drainage Calculations and preliminary drainage analysis for the proposed

stormwater design. d) Review and validate the City’s proposed Project schedule and construction phasing

plan. e) Analyze the cost estimates prepared by the City for this Project and provide an

updated construction estimate.

2. Design Criteria Package The DCP Consultant shall coordinate with the City, as to the methodology, procedures, format and other specifics that the Design Criteria Package shall contain. The Design Criteria Professional shall prepare the Design Criteria Package for bidding by incorporating all information as required by the City, and all federal, state, and applicable local codes. The preparation of the design criteria bidding documents shall include, but not be limited to the following:

a) Finalize all design criteria for the Project to be utilized by Design-Build firms to bid, design and construct the Project. The design criteria shall include issues related to infrastructure design analysis of the schematic phase design, and performance specifications.

b) Preparation, coordination and incorporation of all construction related documents, including front-end documents.

c) Coordination of bidding documents and other related deliverables, to ensure

consistency of Design-Build bid documents.

d) The DCP Consultant shall consult with the City in preparation of the design criteria bid documents and shall seek approval from all applicable City staff prior to bidding the Project.

3. Bidding and Award of Contract The DCP Consultant shall assist the City in obtaining bids and in the award of the Design-Build contract for the work that was bid pursuant to the Design Criteria Contract documents.

4. Design-Builder’s Design Phase The DCP Consultant shall, at a minimum, monitor the Design-Builder’s design phase as follows:

a) The DCP Consultant shall instruct the Design-Builder’s Engineer of Record to prepare all required drawings utilizing CADD.

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

4

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

b) The DCP Consultant shall instruct the Design-Builder’s Engineer of Record team of the City’s requirements as to the various phases of design and approvals required and/or mandated by the City.

c) Coordinate and monitor the Design-Builder’s design phases and recommend approval or disapproval to the City.

d) Respond to all inquiries and evaluate alternatives presented from the Design-Builder for compliance with the bidding documents and possible City approval.

e) Review all Design-Builder’s documentation at all phases of design, submit and obtain review comments and subsequent approvals from the City’s departments having the authority to review the Project.

5. Construction Phase The DCP Consultant shall ensure and require that the Design-Builders Engineer of Record team provide construction administration of the construction to ascertain compliance with all approved construction documents This shall include but not be limited to construction administration of the Design-Build Construction Contract as set forth in City’s agreement with the DCP Consultant and in the General Conditions of the Design-Build Construction Contract, unless otherwise provided in City’s agreement with the DCP Consultant. On the basis of on-site observations as the DCP Consultant, the DCP Consultant shall keep the City and Design-Builder informed immediately in writing of the progress or lack of progress and quality of the construction work and shall endeavor to guard the City against defects and deficiencies in said work. The Consultant shall at all times have access to the work, whether it is in the preparation stage or in progress. The DCP Consultant shall conduct on-site observation visits during the construction of the Project. Compensation for each authorized site visit shall be determined during negotiations at a lump sum cost per visit. The frequency of the on-site visits will be determined by the City’s Projects Manager based on the Design-Builder’s schedule. The DCP Consultant shall prepare a monthly progress report in the format acceptable to the City.

6. Design-Builders Submittals The DCP Consultant shall review and evaluate samples, schedules, shop drawings, and other submissions for conformance with the Design Criteria and the Design-Build Contract documents. The DCP Consultant shall also prepare in a timely manner change order items, including the proper documentation, for the City’s review and approval. The DCP Consultant shall assemble, for transmittal to the City other written items required for the Design-Builder including, but not limited to, shop drawings, guarantees, operation and maintenance manuals, and releases of claim and record documents.

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

5

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

7. Quality Control The DCP Consultant shall evaluate the materials and/or workmanship for conformance with the Design-Build Contract Documents, evaluate quality control testing reports, advise the Design-Builder and the City immediately of any unacceptable materials and workmanship the DCP Consultant may discover and ensure that the Design-Builder take appropriate action to remedy unacceptable conditions.

8. Certification for Payments The DCP Consultant shall require that the Design-Builder’s Engineer of Record review and approve all requisitions for payment prior to submitting them to the DCP Consultant. The DCP Consultant shall review the Design-Builder’s notarized requisitions for payment, along with the schedule of values, the Project schedule, and other requirements as noted in the construction contract and shall determine the amounts to be paid to the Design-Builder and shall recommend for City’s approval certificates for payments in such amounts. These certificates will constitute a representation to the City that the work has progressed to the point indicated.

9. Record Drawings Upon completion of construction, the DCP Consultant shall coordinate and require that the Design-Builder’s Engineer of Record, utilizing record data provided by the Design-Builder along with the Engineer of Record’s own record data, shall revise and update the original working drawings showing all changes made by addenda, substitutions, change orders or field instructions during construction, in accordance with the Design-Build Contract. After original working drawings have been updated by the Design-Builder’s Engineer of Record to conform to the record data, and after review and approval of these record drawings has been obtained from the Consultant and the City, the DCP Consultant shall require the Engineer of Record and the Design-Builder’s expense for duplication, to furnish the City these documents pursuant to the Design Build contract.

10. Substantial Completion Upon notification from the Design-Builder’s Engineer of Record that the Project is substantially complete including, but not limited to, the Design Builder’s contract and all Regulatory Agency and Life Safety Standards, the Consultant shall promptly do the following: Conduct inspections to determine the date or dates of substantial completion for the project. If the project is found substantially complete and in accordance with the Design-Build Contract documents, the DCP Consultant shall then certify that to the best of the DCP Consultant’s knowledge and professional judgment the Project has been constructed in accordance with the Contract Documents, and shall furnish such other certification as required by applicable laws or regulations. If the Project is deemed to be incomplete, the DCP Consultant shall notify the Design-Builder in writing of the deficiencies and shall verify the Design-Builder’s correction of the deficiencies, as required, and shall then certify.

6

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

11. Final Completion If the DCP Consultant finds the Project to be complete and acceptable, the DCP Consultant shall obtain the City’s approval to advise the Contractor of acceptance and commencement of the warranty period.

12. Project Closeout Upon acceptance of the Project by the City as outlined in the Design Build contract, the DCP Consultant shall immediately commence the closeout of the Project, finalizing all aspects of the construction phase, including: obtaining from the Design-Builder’s Engineer of Record all required submittals, such as marked-up record documents, warranties, operating and maintenance manuals, releases of claim; updating and submitting record documents; verifying the Contractor’s completion of punch list items; assisting the City with respect to the final inspection by all authorizing jurisdictions; completing the processing of any remaining contract change orders; evaluating the assessment of liquidated damages, if any, and reviewing and processing final payments to the contractors.

IV. SUBMISSION REQUIREMENTS

The interested and qualified firms shall submit a Statement of Qualifications describing their qualifications and experience in the type of work requested. Submissions shall be single-sided, portrait orientation, 12-point font. The required submission material includes the following:

A. Firm’s Qualifications List of firm’s employees, their qualifications, and their role in providing the

services to be performed.

Firm’s and employee’s certifications and registration with regulatory agencies, professional organizations, etc.

List of firm’s sub-consultants, their qualifications, and their role in the services to be provided.

B. Firm’s Experience and Past Performance List of firm’s other current or recently completed similar services within the past

two (2) years with other public or private agencies.

List of at least three (3) client references to include organization name, contact person, telephone number(s), and e-mail address.

Success in meeting time and budget requirements.

C. Firms Resources and Equipment

List and quantity of firm’s (and firm’s sub-consultants’, if applicable) equipment including CADD workstations, traffic counters, etc.

D. Legal Action against the Firm

Is there any legal action against the firm? Has there been any in the past? If so, describe the nature of the action, it status, and if resolved, what the outcome was.

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

7

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

E. Firm’s Current Workload Is the firm appropriately staffed for its current workload?

F. Firm’s Office Location List the location of all offices (firm and sub-consultants) involved with this project

and approximate distance (in miles) and time (in hours) to City Hall.

The City reserves the right to accept or reject any or all submittals that it may, in its sole discretion, deem unresponsive or waive technicalities that best serve the overall interests of the City. Firms or persons submitting a response to this RFQ are sometimes herein called “proposer(s),” or “respondent(s)” and sometimes herein the successor proposer awarded a contract is called “consultant” or “contractor.” Cost of preparation of a response to the RFQ is solely that of the proposer and the City assumes no responsibility for such cost incurred by the proposer. Any request to withdraw a qualification package must be addressed in writing as above. Such requests must be received by the City prior to the deadline for submission.

V. NEGOTIATION OF PROFESSIONAL SERVICE CONTRACTS The City negotiates a contract with the firm ranked as the most qualified, at a rate of compensation that the City deems fair, competitive, and reasonable. The firm and the City hold detailed discussions to establish a clear project scope and the exact services the consultant will provide. If an agreement cannot be reached with the first firm, the City shall begin negotiations with the second firm. Again, if an agreement cannot be reached with the second firm, the City will begin negotiations with the next highest ranked firm. Contract Award The City reserves the right to make an award consistent with the maximum discretion afforded to the City under Florida law with regard to municipal procurement. The City shall have the right to select who in the opinion of the City will be in the best interest of and/or the most advantageous to the City after considering the criteria set forth in this RFQ. The City also reserves the right to reject any Proposer who has previously failed in the proper performance of a contract or to deliver on time contracts of a similar nature with other governmental entities or who, in the City’s opinion, is not in a position to perform properly under the intended contract award. The City reserves the right to waive any minor informalities or technicalities in proposals received, as may be deemed in the best interest of the City in the City’s sole discretion. Additionally, the City reserves the right to reject all Proposers at any time prior to execution of a contract and to resolicit (or not) in its sole discretion. A decision to terminate the solicitation process may be made at any time before the City enters into a contract with a selected Proposer. A recommendation of contract award does not constitute a contract. The award of contract to the selected respondent is subject to

8

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

City Commission approval and the execution of a contract with terms acceptable to the City. The city staff makes recommendations to the City Commission, and the City Commission ultimately has the authority to award contracts, including the right to re-rank Proposers differently than recommended by the City staff.

All proposals will be subject to a review and evaluation process. It is the intent of the City that all proposers responding to this RFQ, who meet the requirements, will be ranked in accordance with the criteria established in these documents. The City will consider all responsive and responsible proposals received in its evaluation and award process.

Firms submitting a proposal along with the required information and documentation will have their proposal evaluated and scored based on the evaluation criteria set forth herein.

Further, each proposal will be evaluated for full compliance with the RFQ instructions to the proposers and the terms and conditions set forth within the RFQ document. The City will consider the factors set forth in the City of Winter Garden Purchasing Manual in making determinations on the responsibility and responsiveness of proposers and proposals. Proposals will be scored and ranked in accordance with the weighting and grade specified in the following table. The City is not obligated to make an award to the Proposer with the lowest bid or price submitted. Proposals will be evaluated and an award made to that Proposer who is determined to be responsible and responsive to this Request for Proposal and whose proposal is the most advantageous to the City in terms of price, quality of service, the Proposer’s qualifications and capabilities to provide the specified services and comply with the applicable conditions of this Request for Qualifications and Contract, and who in the judgment of the City will best serve the needs and interests of the City.

Bid Protests

Bid protests shall be governed by the provisions of and process set forth in the City of Winter Garden Purchasing Manual (“Purchasing Manual”). The Purchasing Manual is incorporated herein by this reference and is available for review online on the City’s website. Failure to timely file a written bid protest and pay the required bid protest fee in accordance with the Purchasing Manual shall constitute a waiver and invalidation of any protest to the award of contract under this solicitation. Proposers are responsible for reviewing the City’s procurement website on a routine basis for potential notices of addendums to this solicitation, notice of award recommendations, protest documents and other matters relevant to this solicitation.

A stay of award which may be in place pending a protest shall terminate upon a final decision being rendered by the City or earlier as determined by the City in accordance with the City’s Purchasing Manual. The City is not required to stay an award of contract once the City has made a final decision even if litigation is threatened or filed against the City. If a bid protest proceeding reaches a de novo appeal hearing before the City Commission, such City Commission is considered quasi-judicial in nature.

By responding to this solicitation, all proposers agree that in the event a proposer prevails in litigation against the City arising from any procurement act, omission or decision relating to

9

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

this solicitation, that in no event shall the City have monetary liability which exceeds the proposer’s actual preparation cost for submitting a response to this solicitation. No other damages, including but not limited to damages for lost profits, lost business opportunity and/or compensatory or consequential damages of any type or special damages of any type shall be due to or recovered by the prevailing proposer in litigation against the City, even if the contract is awarded by the City to another proposer, if the protester has failed to obtain an injunction from a court of proper jurisdiction prohibiting the City from making such award. This provision is not intended to create a cause of action for monetary damages or injunctive relief if one does not exist in accordance with common law.

In the event of any inconsistency or ambiguity between the terms of the Purchasing Manual as compared with the terms of this document and the formal solicitation specifications at issue, the terms of this document and the formal solicitation specification at issue shall govern and control.

Public Records

In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be specificallyprovided by applicable exemptions or confidentially provisions of state or federal law, all proposers should be aware that this RFQ and the responses thereto are in the public domain and are subject to public inspection and disclosure. The successor proposer awarded a contract will have to fully comply with all state laws relating to public records including with all “contractor” provisions of Section 119.0701(2), Florida Statutes.

VI. PROOF OF PROFESSIONAL LIABILITY INSURANCE

The successful respondent shall be required to provide evidence of both general (public and 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 Winter Garden by companies acceptable to the City at the following minimum limits and coverages with deductible amounts acceptable to the City:

Comprehensive General Liability Insurance: $1,000,000.00 (The City of Winter Garden is to be named as an additional insured.)

Professional Liability Insurance: $1,000,000.00 (Design errors and omission)

The contractor shall not commence any work in connection with an agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the contractor allow any subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than workers’ compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida that 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

10

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

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 consultant and/or subcontractor providing such insurance.

b) Workers’ Compensation Insurance: The contractor shall obtain during the life of

this Agreement, workers’ compensation insurance with employer’s liability limits of $500,000/$500,000/$500,000 for all the contractor’s employees connected with the work of this project and, in the event any work is sublet, the contractor shall require the subcontractor similarly to provide workers’ compensation insurance for all of the latter’s employees unless such employees are covered by the protection afforded by the 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 subcontractor 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 Winter Garden

c) Contractor’s Public Liability and Property Damage Insurance The contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Winter Garden as an additional insured, and shall protect the contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the contractor or by anyone directly or indirectly employed by the contractor, and the amount of such insurance shall be the minimum limits as follows: Automobile Bodily Injury Liability & Property Damage Liability $1,000,000 Combined single limit per occurrence (each person, each accident) All covered automobile will be covered via symbol 1 Liability coverage will include hired and non-owned automobile liability Include waiver of subrogation in favor of the City of Winter Garden Comprehensive General Liability (Occurrence Form) This policy should name the City of Winter Garden and additional insured and should indicate that the insurance of the consultant is primary and not contributory over the insurance of the City of Winter Garden.

$2,000,000 GENERAL AGGREGATE $1,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE $1,000,000 PER OCCURRENCE

11

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

$1,000,000 PERSONAL AND ADVERTISING INJURY Include waiver of subrogation in favor of the City of Winter Garden

Subcontractor’s Comprehensive General Liability, Automobile Liability and Workers’ Compensation Insurance The contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the contractor’s policy, as specified above. Owner’s Protective Liability Insurance The contractor shall procure and furnish an owner’s protective liability insurance policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Winter Garden as the Named Insured. Contractual Liability – Work Contract

The contractor’s insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.

$1,000,000 PER OCCURRENCE $2,000,000 AGGREGATE

Certificates of Insurance

Certificate of Insurance Form, naming the City of Winter Garden as an additional insured will be furnished by the contractor upon notice of award. These shall be completed by the authorized resident agent and returned to the office of the buyer. This certificate shall be dated and show:

The name of the insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, it’s 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.

VII. SELECTION CRITERIA

A. Scoring 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. Firm’s Qualifications 20 points 2. Firm’s Experience and Past Performance 25 points 3. Firm’s Resources and Equipment 20 points

12

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

4. Legal Action against the Firm 20 points 5. Firm’s Current Workload 10 points 6. Firm’s Office Location 5 points

B. Description Of Selection Process

A city selection committee will evaluate each respondent’s qualifications and will short-list and recommend to the City Commission no fewer than three (3) firms to provide the requested services. The City Commission’s decision shall be final. The criteria for selection shall be based on the selection criteria below, including the firm’s qualifications, service location, past performance, and reference checks. The City reserves the right, before awarding the contract, to require a respondent to submit evidence of its qualifications, as it may deem necessary. The City shall be the sole judge of the competency of respondents. The successful respondent shall be required to execute an agreement that provides, among other things, that all plans, drawings, reports, and specifications that result from respondent’s services shall become the property of the City. The agreement shall be in a form and with terms acceptable to the City. Upon the successful negotiation of an agreement, a formal written agreement will be prepared and submitted to the City Commission for approval, and executed by both parties.

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

13

City of Winter Garden 300 W. Plant St

Winter Garden, FL 34787

REQUEST FOR QUALIFICATIONS RFQ NO. EN19-030

COMPANY INFORMATION/SIGNATURE SHEET RFQ

FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF WINTER GARDEN.

COMPANY NAME TELEPHONE (INCLUDE AREA CODE)

FAX (INCLUDE AREA CODE)

E-MAIL ADDRESS

IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE AUTHORIZED SIGNATURE (manual) INDICATE BELOW: NAME/TITLE (PLEASE PRINT)

STREET ADDRESS CITY ST ZIP

FEDERAL ID# ____________________________ ___ Individual ___ Corporation ___ Partnership ___ Other (Specify) ____________________________ Sworn to and subscribed before me this _____ day of _______________, 20 ___. Personally Known _____________ or Produced Identification ___________ ______________________________ Notary Public – State of _______________________ (Type of Identification) County of __________________________________ ___________________________________________ Signature of Notary Public ___________________________________________ Printed, typed or stamped Commissioned name of Notary Public

14