SlideShare ist ein Scribd-Unternehmen logo
1 von 33
Downloaden Sie, um offline zu lesen
Mayor Chief Procurement Officer
Buddy Dyer David Billingsley, CPSM, C.P.M.
CITY OF ORLANDO
REQUEST FOR QUALIFICATION STATEMENTS (RQS)
DATE OF ISSUE: DECEMBER 18, 2017
RQS DUE DATE: JANUARY 25, 2018
RQS DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL
RQS DELIVERY LOCATION: City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
RQS TITLE: ENGINEERING DESIGN FOR DOWNTOWN
CONNECTOR TRAIL
RQS NO: RQS18-0093
(THIS NUMBER MUST BE PLACED ON FRONT OF
ENVELOPE / PACKAGE)
DIRECT ALL INQUIRIES TO: Roger Cooper, CPPO, C.P.M., Contract Administrator
Phone: (407) 246-2291
Email: TeamC@cityoforlando.net
BUSINESS NAME & ADDRESS: CONTACT INFORMATION:
Business Name Name of Contact Individual
Address Contact Address
City, State, Zip Contact City, State, Zip
Business Telephone Number Contact Telephone Number
Business email address Contact email Address
DUNS NUMBER (Dun & Bradstreet)
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 2
TABLE OF CONTENTS
SECTION TITLE PAGE
1 LEGAL NOTICE 3
2 SOLICITATION INFORMATION 4
3 SCOPE OF SERVICES 5
4 QUALIFICATION STATEMENT FORMAT 7
5 QUALIFICATION STATEMENT SUBMITTAL 11
6 TERMS AND CONDITIONS 12
7 QUALIFICATION STATEMENT EVALUATION 16
EXHIBITS AND ATTACHMENTS
EXHIBIT A DOWNTOWN CONNECTOR TRAIL 19
PRIMARY BICYCLE ROUTES STUDY
FINAL REPORT DECEMBER 2014
EXHIBIT B EVALUATION CRITERIA FOR SHORT-LISTING 20
EXHIBIT C EVALUATION CRITERIA FOR FINAL RANKING 21
ATTACHMENT 1 ADDENDUM RECEIPT VERIFICATION FORM 22
ATTACHMENT 2 CONFIDENTIAL AND/OR PROPRIETRY 24
INFORMATION EXEMPT FORM
ATTACHMENT 3 MINORITY/WOMEN-OWNED BUSINESS 26
ENTERPRISE PARTICIPATION FORM
ATTACHMENT 4 VETERAN BUSINESS ENTERPRISE 31
PARTICIPATION FORM
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 3
SECTION 1 - LEGAL NOTICE
NOTICE OF REQUEST FOR QUALIFICATION STATEMENTS FOR RQS18-0093
ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL
The release date for this Solicitation is December 18, 2017
Pursuant to Section 287.055, Florida Statutes, and the policies and procedures of the City of
Orlando, notice is hereby given that a sealed Qualification Statement for RQS18-0093 Engineering
Design for Downtown Connector Trail, for the City of Orlando, must be received by 2:00 p.m.,
local time, on January 25, 2018, at the Procurement and Contracts Division, 4th Floor, Orlando
City Hall, One City Commons, 400 S. Orange Avenue, Orlando, Florida, 32801 in order for a
Consultant to be considered for the project. Consultants interested in submitting a Qualification
Statement may download the Request for Qualification Statements (RQS) document from the
City’s eSupplier website at:
https://vendorlink.cityoforlando.net
Please be advised that you must maintain and update your eSupplier vendor file with the proper
contact and email information at all times during the solicitation process. The eSupplier system
functions as a courtesy notification system, sending an email announcement to registered suppliers
when additional documents or addendums to a solicitation occur. Unless a Consultant registers and
downloads the solicitation directly from the City’s eSupplier website, the notification system is not
activated. It is the responsibility of the Consultant to check the eSupplier website prior to
submitting a Qualification Statement to ascertain if any addenda have been issued, to obtain all
such addenda, and return executed addenda with the Qualification Statement if necessary.
In accordance with Section 287.055 (10), Florida Statutes, the City of Orlando declares that all or
any portion of the documents and work papers prepared and submitted pursuant to this Notice of
Request, shall be subject to reuse by the City.
The City of Orlando has adopted Minority and Women-Owned Business Enterprise goals and a
Veterans Business Enterprise Preference. Consultants are encouraged to utilize MBE/WBE/VBE
firms as sub-consultants in responding to this Request for Qualification Statements. Such
utilization will be given favorable selection consideration. Consultants must certify that employees
and applicants for employment are not discriminated against because of race, color, religion, sex,
national origin, age, marital status or disability.
The City reserves the right to waive any informalities or irregularities in the selection process and to
reject any or all Qualification Statements, or to re-advertise.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 4
SECTION 2 - SOLICITATION INFORMATION
The Procurement and Contracts Division is the official source to obtain information relating to
City of Orlando solicitations. It is incumbent on the Consultant to obtain solicitation and current
award information prior to and after the scheduled opening date of a Request for Qualification
Statements. Information is updated daily as it becomes available. An award, or recommendation
of award, may be made at any time after the scheduled opening date of a Request for
Qualification Statements. You may obtain award and other solicitation information in a variety
of ways:
1. There are currently two Internet sites available to obtain RQS Advisory Committee
rankings, Notice of Intended Action for award, and other information:
a. The City of Orlando Procurement and Contracts Division’s Website:
http://www.cityoforlando.net/procurement/solicitations
If you are interested in obtaining solicitation information, copy and paste the
above link into your web browser and click on View Current Bids. Please
remember that you must keep your registration information up to date in order to
continue to receive notifications of solicitation opportunities that meet your
commodity code selections.
b. Direct link to eSupplier VendorLink Website:
https://vendorlink.cityoforlando.net/common/default.aspx
You may also access the same solicitation information by visiting the City’s
eSupplier VendorLink website directly by copying the above link in your web
browser.
2. You may visit the Procurement and Contracts Division to obtain award information,
solicitation packages, addendums, and other documents. Our office is located at:
City of Orlando, City Hall
400 South Orange Avenue, 4th
Floor
Orlando, Florida 32801
3. You may also call the Procurement and Contracts Division at (407) 246-2291, during
normal business hours, to request award and other solicitation related information.
Consultants choosing to contact the Procurement and Contracts Division directly for information
should still maintain an accurate and updated eSupplier vendor file with its proper contact and
email information at all times during the solicitation process. Consultants will receive information
from the City through the eSupplier system throughout the course of the solicitation and selection
process. The City shall not be responsible for a Consultant’s failure to create and properly maintain
an eSupplier vendor file and Consultants shall be deemed to have received all information posted
on or transmitted by such system.
We appreciate your interest in doing business with the City of Orlando and wish you much
success with your business ventures.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 5
SECTION 3 - PROJECT SCOPE
Bicycling offers an inexpensive and efficient alternative to the automobile. Increased bicycle
commuting reduces congestion on our overburdened transportation network, while lowering the
production of carbon monoxide and other ozone depleting emissions. The City of Orlando
realizes the importance of providing safe facilities for bicycle travel and prides itself on the
progress it has made as a bronze-level Bicycle Friendly Community, based on the League of
American Bicyclists' “5 E’s for a Bicycle Friendly America”. Creating a safe and convenient off-
street trail system has been a high priority for the City of Orlando since the late 1990s when the
Cady Way Trail was constructed. The City’s bicycle network currently consists of over forty (40)
miles of trails, located in three major areas: southeast, southwest, and northeast Orlando. There
has been a strong focus on connecting the Central Business District with bicycle infrastructure
due to the addition of bike share, increased residential density, burgeoning sports and
entertainment complexes, and new and expanding bus and rail transit options.
The Downtown Connector Trail is a crucial part of the overall trail network and also the last
major gap in the Orlando Bicycle Beltway. The Orlando Bicycle Beltway is a proposed 8.5 mile
loop trail, which goes through and around the Central Business District. This beltway will utilize
the existing Orlando Urban Trail, Cady Way Trail, and Lake Underhill Path. The previously
mentioned trails make up the west, north, and east segments of the beltway, making the south
segment the last major gap to be completed. The southern segment of the bicycle beltway is
known as the Downtown Connector Trail, which is proposed to go from the Lake Underhill Path
to the Central Business District. This segment of trail will better connect the Lake Como, Lake
Davis, and Lake Cherokee neighborhoods with a safe and convenient alternative transportation
option to access the Central Business District. In 2014 the City of Orlando completed the
Orlando Primary Bicycle Route study, which analyzed the Downtown Connector trail, providing
more insight into the preferred alignment, constructability, utility coordination, and other
possible constraints. See Exhibit A.
The selected consultant for this Solicitation will produce a set of biddable construction plans for
the Downtown Connector Trail. The Downtown Connector Trail will begin at the intersection of
Lake Underhill Road and Anderson Street where the existing Lake Underhill Path is located. The
trail will move west on Anderson Street approximately two (2) miles, to the intersection of
Anderson Street and Rosalind Avenue. The trail will be a minimum of ten (10) feet wide and
will be located within the existing Anderson Street right-of-way. The trail design will require
coordination between the City of Orlando, Florida Department of Transportation (FDOT),
Central Florida Expressway Authority, neighborhood associations, and all applicable utility
companies.
The general objective for the Downtown Connector Trail is to identify an acceptable alignment
and prepare sets of plans to be used by: the consultant for permitting and coordination; the
contractor to build the project; and the City to ensure the project is built as designed and to
specifications. Elements of work will include trail and trail intersection design, roadway design,
geotechnical activities, surveys, drainage, utility coordination, maintenance of traffic,
environmental permitting, signing and pavement markings, quantity calculation booklets and cost
estimates.
Through this request, the City seeks to select a consulting team to design the Downtown
Connector Trail located near Downtown Orlando. The professional services required for this
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 6
project may include, but not necessarily be limited to the following:
 Transportation Planning and Design
 Land Use Planning and Design
 Geographic Information Systems
 Graphic Design
 Public Outreach and Coordination
 Transportation Modeling
 Spatial Analysis
 Roadway Design
 Structural/Bridge Design
 Pedestrian and Bicycle Facilities Planning and Design
 Stormwater/Drainage Design and Permitting
 Environmental Consulting - Design, Permitting and Mitigation
 Geotechnical Engineering - Soils Investigations, Pavement Design, etc.
 Survey Services - Design Survey, Legal Descriptions and Right-of-Way Mapping
 Utility Coordination
 Traffic Engineering - Signals, Signs and Markings, and Maintenance of Traffic Plans
 Coordination of roadway lighting with OUC
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 7
SECTION 4 - QUALIFICATION STATEMENT FORMAT
Responses to this request shall include the following information and be presented in the order
shown, separated into sections as noted, including a Table of Contents that identifies each section
and its page number:
1. Letter of Introduction addressed to David Billingsley, Chief Procurement Officer.
2. Table of Contents
Tab each item in paragraphs 3 thru 7 below (including sub-paragraphs) and record tab
number/letter in the Table of Contents along with corresponding page number.
3. Business Experience and Qualifications
a. A copy of Respondent’s W-9 recently signed and dated.
b. Cover page from this Solicitation with ALL information completed in blanks
provided (including your DUNS number).
c. Complete Attachment 1 Addendum Receipt Verification Form.
d. Complete Confidential and/or Proprietary Information Exemption Form (attached to
this Solicitation as Attachment 2).
e. If Respondent is a business organization, please submit a copy of Respondent’s
certificate of authorization to practice, or offer to practice, engineering services as
a business organization in Florida pursuant to Section 471.023 of Florida Statutes.
Please note that such certificate of authorization must be held by the Respondent,
not a sub-consultant, and that it must be held by Respondent on or before the date
of submittal for this solicitation.
f. Federal SF 254 and SF 255 forms and/or SF 330 – even though this information
may be a duplication of information requested under a separate paragraph.
g. A list of the professional personnel the Respondent is proposing to assign to this
contract, their academic background, and their experience on other similar projects.
Please include the jurisdiction and license number of any relevant licenses and
certifications such personnel may hold.
h. A list of subconsultants the Respondent intends to utilize under this contract, the
subconsultants’ personnel that would be assigned, and their academic background
and experience on other similar projects.
i. A list of similar projects completed by the Respondent and subconsultants within
the last five (5) years along with a reference for each of those projects, including
current addresses, email addresses, and telephone numbers. Project descriptions
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 8
shall clearly explain what role the Respondent and subconsultants performed on the
project.
j. A description of the Respondent's expertise with similar projects, the Respondent’s
provision of services on those projects, and the public participation required by
those projects. The description shall also include the Respondent’s expertise with
scheduling, ability to adhere to schedules, cost control, and ability to work with City
staff and other stakeholders.
k. A description of the Respondent and subconsultants’ current and planned workloads
and the commitment of the assigned project manager and Respondent and
subconsultant personnel to dedicate the necessary time to any assigned task.
l. List the Respondent’s office location(s), with street address(es), where the work on
this project will be performed. If the work will be performed by Respondent at
more than one office location, indicate what percentage of work will be performed
at each location (for example, if Respondent has both Tampa and Orlando offices
where work will be performed). This information will have an effect on how you
score on Rating Factor F on Exhibits B and C.
m. A narrative description demonstrating Respondent’s understanding of the project’s
scope of work and its approach to successful project completion.
4. Please submit the Minority/Women-Owned Business Enterprise Participation Form
(attached to this solicitation as ATTACHMENT 3).
5. Please submit the Veteran Business Enterprise (VBE) Participation Form (attached to this
solicitation as ATTACHMENT 4).
6. Acceptance of Conditions
By submitting a Qualification Statement, Respondent acknowledges and agrees to the
following conditions. Where indicated below, Respondent shall include any requested
information, if applicable:
a. Evidence of Financial and Insurance Status
(1) The City reserves the right in the future to require the submittal of evidence
it deems necessary relative to the Respondent's financial status and insurance
status.
(2) The City reserves the right in the future to require the submittal of evidence
of Respondent's ability to obtain and maintain errors and omission
insurance, professional liability insurance, or malpractice coverage.
Please include answers to the following questions with your Qualification
Statement:
(i) Has any such coverage ever been cancelled? If yes, explain fully.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 9
(ii) Has anyone recovered against the coverage? If yes, explain fully.
b. Further Information
The City reserves the right to ask for further information from the Respondent,
either in writing or orally, and requests will be addressed to that person (or those
persons) authorized by the Respondent to represent same.
c. City’s Right to Judge
The City reserves the sole right to judge the Respondent’s representations, either
written or oral, as to their veracity, substance, and relation to this particular project
scope.
d. Public Information
The City is bound by Section 119, Florida Statutes, "Florida Public Records Act".
The Act specifies that virtually all memorialized (written) information is in the
public domain, and available to any person requesting it unless the information
qualifies as an exception to the Act, or is otherwise exempt under state or federal
law. Any written information, as defined by the Act, that is provided to the City
pursuant to the Qualification Statement Instructions or any ensuing contract for
services and materials would probably not be the City's to keep confidential. The
Respondent therefore agrees that at any time that the Respondent's written materials
may be in the City's possession, the Respondent shall make no demand or request
that the City take a legal position in regard to such materials that, in the City's sole
discretion, is contrary to the Act or any other Florida law.
e. Most Favored Client
To the extent allowed by law, the Respondent agrees to treat the City as a most-
favored-customer, and the Respondent specifically agrees that all prices, terms,
warranties, and benefits granted to the City are comparable to or better than
equivalent terms having been offered, being offered, or to be offered to any
Respondent customer during the term of the contract between the parties.
f. Cost Criteria
As part of contract negotiations, the City and the selected Respondent shall
negotiate compensation, including the multiplier rate for work to be performed.
This multiplier rate is determined by summing the direct labor cost, the indirect
labor cost, and the profit; and dividing this sum by the direct labor cost. The
maximum salary multiplier rate that is allowed without the approval of the City’s
Chief Financial Officer is 3.00. Compensation will be negotiated to an amount
which the City determines is fair, competitive, and reasonable. In making such
determination, the City shall conduct a detailed analysis of the direct labor cost of
the professional services for the scope of work. The City will require the firm
receiving an award for this project to execute a truth-in-negotiations certificate
stating that the direct labor costs supporting the compensation are current at the time
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 10
of negotiations. A contract for professional services will contain a prohibition
against contingent fees as required by Florida Statutes 287.055(6), as amended.
The Respondent shall also comply with the criteria for reimbursable expenses
outlined in the City’s Policy and Procedure Manual.
7. Investigations and Litigation
If the Respondent has ever been the subject of an investigation conducted by a regulatory
agency or professional licensing board, give the details and outcome of such action. If the
Respondent has been sued within five years of the Qualification Statement submittal date as
a result of actions or inactions in the course of its business or profession, give the details
and outcome of such suit(s) with your Qualification Statement.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 11
SECTION 5 - QUALIFICATION STATEMENT SUBMITTAL
Respondents submitting a Qualification Statement shall deliver one (1) unbound original, seven
(7) printed copies, and one (1) electronic copy in a sealed package. Original and all copies must
have identical content. They must be received by 2:00 p.m., local time, January 25, 2018, at the
Office of Procurement and Contracts Division, 4th Floor, City Hall, 400 South Orange Avenue,
Orlando, Florida 32801. Statements will not be accepted after this time. Respondents are fully and
solely responsible for ensuring the timely delivery and receipt of their Qualification Statements to
the City at the location and by the time listed in this Request for Qualification Statements.
The Qualification Statement submittal shall be enclosed in a sealed envelope addressed to the Chief
Procurement Officer, Attention: Roger Cooper, CPPO, C.P.M., at the address listed below.
Proposals submitted by mail must be received in the office of the Procurement and Contracts
Division by the time specified herein for the opening thereof. Please be advised that United States
Postal Service (USPS) Express and Priority service classes are delivered to the City once daily.
Accordingly, in order for a submission to be received by the office of the Procurement and
Contracts Division when the services of the USPS are used, a proposer or bidder is responsible for
ensuring that their submittal is transmitted in such manner as necessary for the USPS to receive,
sort, and deliver to the City by the submittal due date and time.
The City only collects other USPS mail one (1) time per day upon opening of the local Post Office
branch, which is then sorted by the City for delivery to the Procurement and Contracts Division and
other City departments. Submissions arriving at the USPS after the initial pick-up by the City will
be placed in the City’s call-box for pick-up and will not be delivered to or received by the
Procurement and Contracts Division until the next business day.
When using the USPS or any other mail delivery services, it is the sole responsibility of the
Respondent to ensure that Qualification Statements are received in the office of the Procurement
and Contracts Division by the due date and time. The City shall not be responsible for delays
caused by any occurrence.
All Qualification Statements shall be mailed or delivered to the office of the Procurement and
Contracts Division at the address listed below:
David Billingsley, CPSM, C.P.M.,
Chief Procurement Officer, City of Orlando
Attention: Roger Cooper, CPPO, C.P.M.
Contract Administrator
Procurement and Contracts Division
400 S. Orange Avenue, Fourth Floor
Orlando, Florida 32801
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 12
SECTION 6 - TERMS AND CONDITIONS
1. Questions Regarding the Solicitation Process
To ensure fair consideration for all Respondents, the City prohibits communication to or
with any officer, elected official (including the Mayor and City Council), department,
division, office or employee of the City, and any advisory committee members during the
solicitation process from the date of issuance of the Request for Qualification Statements
through award (execution of contract), except as provided below.
All communications relating to this Request for Qualification Statements between a
Respondent (or anyone on a Respondent’s behalf) and the City must be made through the
Procurement and Contracts Division. Any communications in violation of this provision
may be grounds for disqualifying the offending Respondent from consideration for
award and/or any award arising from a future solicitation.
Any questions relative to interpretation of the solicitation or the solicitation process shall be
addressed in writing as indicated below. Questions must be received by the Procurement
and Contracts Division on or before January 15, 2018, by 2:00 p.m., local time. Questions
received after the cut-off date will not be considered.
Any interpretation made to prospective Respondent will be expressed in the form of an
addendum to the solicitation which, if issued, will be conveyed in writing to all prospective
Respondents no later than five (5) days prior to the date set for receipt of Qualification
Statements. Oral answers will not be authoritative.
It will be the responsibility of the Respondent to contact the Procurement and Contracts
Division prior to submitting a Qualification Statement to ascertain if any addenda have been
issued, to obtain all such addenda, and to return executed addenda with their Qualification
Statements (if required). Direct all inquiries to:
Roger Cooper, CPPO, C.P.M.
City of Orlando
Procurement and Contracts Division
400 S. Orange Avenue, Fourth Floor
Orlando, Florida 32801
Telephone: (407) 246-2291
Email: teamC@cityoforlando.net
2. Living Wage
Respondent, as well as its subcontractors (first tier only), shall pay to all of their employees
providing services pursuant to a contract with the City, a living wage for the time spent
providing services to the City. (This provision does not include general administrative
personnel unless they are assigned to a City project.) “Living wage” means compensation
for employment of not less than $10.71 per hour for straight time, exclusive of FICA,
unemployment taxes, and workers compensation insurance and employee benefits.
Necessary payroll documentation shall be provided to confirm compliance with this
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 13
provision or the Respondent shall allow the City to audit (at Respondent’s place of
business) its payroll records to determine if compliance has been achieved. Failure to
comply with the provision may result in termination of the contract and/or preclusion from
future City contracts at the sole option of the City. This provision shall apply to all bid and
proposal awards for services which involve City expenditures that exceed $100,000.00 per
year.
3. Convicted Vendor List
A person or affiliate, as defined in §287.133, Florida Statutes, who has been placed on
the convicted vendor list following a conviction for a public entity crime may not submit
a bid, proposal, or reply on a contract to provide any goods or services to a public entity;
may not submit a bid, proposal, or reply on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids,
proposals, or replies on leases of real property to a public entity; may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity; and may not transact business with any public entity in excess of the
threshold amount provided in §287.017, Florida Statutes, for CATEGORY TWO for a
period of thirty-six (36) months following the date of being placed on the convicted
vendor list.
4. Discriminatory Vendor List
In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been
placed on the Discriminatory Vendor List, kept by the Florida Department of Management
Services, may not submit a bid on a contract to provide goods or services to a public entity;
may not submit a bid 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; may not be awarded or perform work as a contractor, supplier, subcontractor or
consultant under a contract with any public entity; and may not transact business with any
public entity.
5. Non-Discrimination
Respondents must ensure that employees and applicants for employment are not
discriminated against because of race, color, religion, sex, sexual orientation, national
origin, age, disability or marital status.
6. Solicitation Response Costs
The City is not responsible for any expenses which firms may incur in preparing and
submitting responses, including presentations, and any other expenses called for in this
Request for Qualification Statements.
7. Applicable law
This Request for Qualification Statements is issued in accordance with and shall be
governed by the provisions and procedures of Chapter 7 of Title II of the Code of the City
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 14
of Orlando which can be accessed online at:
http://library.municode.com/index.aspx?clientId=13349 or by contacting the Procurement
and Contracts Division. Any protest or appeal of matters relating to this solicitation must
be filed in accordance with the requirements of Chapter 7 of the City Code (including the
submission of the required non-refundable filing fee), except that a security bond shall not
be required for this solicitation.
8. Public Records
Qualification Statements received in response to this solicitation are exempt from
disclosure under the provisions of Florida law until such time as the City provides notice
of an intended decision or until thirty (30) days after the response opening, whichever is
earlier.
9. Americans with Disabilities Act
Persons with disabilities needing a special accommodation to participate in this solicitation
should contact the Procurement and Contracts Division, City Hall at One City Commons,
400 South Orange Avenue, Orlando, P.O. Box 4990, Florida 32802-4990, telephone (407)
246-2291, not later than seven (7) days prior to the date on which the accommodation is
requested.
10. Reserved Rights
The City, in its sole discretion by action of its Chief Procurement Officer or designee,
reserves the right to reject any and all Qualification Statements or to waive any irregularity
or informality in such submissions. At any time prior to the execution of a contract, the
City may determine, in its sole discretion, that it is not in the public interest to continue the
solicitation and/or its review of the submissions. In the event of rejection of a submission,
the City shall not be liable for any costs incurred in connection with the preparation and
submittal of the statement.
11. Proprietary Information:
A. In accordance with Chapter 119 of the Florida Statutes (Public Records
Law), and except as may be provided by other applicable State and
Federal Law, all Respondents should be aware the Solicitation and the
responses thereto are in the public domain. Respondents are requested
to identify specifically any information contained in their Response
which they consider confidential and/or proprietary and which they
believe to be exempt from disclosure, citing specifically the applicable
exempting law.
A generic notation that information is “confidential” is not sufficient.
Failure to provide the Procurement and Contracts Division Office with a
detailed explanation and justification including statutory cites and
specific reference to your Proposal detailing what provisions, if any, you
believe are exempt from disclosure, may result in your entire
Qualification Statement being subject to disclosure in accordance with
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 15
Chapter 119 of the Florida Statutes.
B. Each Respondent shall complete the “Confidential and/or Proprietary
Information Exemption Form”, included with this Solicitation as
Attachment 1, and submit the form with their Qualification Statement.
C. All Qualification Statements received from Respondents in response to
this Solicitation will become the property of the City of Orlando and will
not be returned to the Respondents. In the event of Contract award, all
documentation produced as part of the Contract will become the
exclusive property of the City.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 16
SECTION 7 - QUALIFICATION STATEMENT EVALUATION
1. Evaluation Criteria
Evaluation of Qualification Statements will be based upon the criteria set forth in Exhibit B,
the Evaluation Criteria for Short-listing, and Exhibit C, the Evaluation Criteria for Final
Ranking, respectively.
a. Proximity
In evaluating the criteria related to the proximity of the location of the Respondent’s
office to the City of Orlando, points will be awarded as follows:
(1) If the Respondent’s office, where the majority of its work will be performed
on this project, is located within the Orlando city limits, the Respondent will
receive four (4) points for this item;
(2) If the Respondent’s office, where the majority of its work will be performed
on this project, is located within Orange County, Florida (outside of
Orlando), the Respondent will receive three (3) points for this item;
(3) If the Respondent’s office, where the majority of its work will be performed
on this project, is located within the Florida counties of Lake, Osceola,
Brevard or Seminole, the Respondent will receive two (2) points for this
item;
(4) If the Respondent’s office, where the majority of its work will be performed
on this project, is located elsewhere within the state of Florida, the
Respondent will receive one (1) point for this item; or
(5) If the Respondent’s office, where the majority of its work will be performed
on this project, is located outside of the state of Florida, the Respondent will
receive zero (0) points for this item.
b. Volume of Work Previously Awarded (Rating Factor G)
In evaluating the criteria related to volume of work previously awarded to the
Respondent by the City, this factor will be scored based on the actual dollars paid on
contracts between the City and the Respondent in the previous three (3) years prior
to the Qualification Statement submittal date. Points will be awarded as follows:
(1) Zero Dollars, the Respondent will receive five (5) points;
(2) Any payments up to and including $100,000, the Respondent will receive
four (4) points;
(3) Payments greater than $100,000 and less than or equal to $200,000, the
Respondent will receive three (3) points;
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 17
(4) Payments greater than $200,000 and less than or equal to $300,000, the
Respondent will receive two (2) points;
(5) Payments greater than $300,000 and less than or equal to $400,000, the
Respondent will receive one (1) point; or
(6) Payments greater than $400,000, the Respondent will receive zero (0)
points.
c. Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and
Veteran Business Enterprise (VBE) Participation
Points for MBE, WBE, and VBE participation will be awarded as follows:
(1) One-half (.5) point will be given for each percentage point of MBE or WBE
subcontracting participation up to a maximum of nine (9) points for MBE
and three (3) points for WBE.
(2) Two (2) points will be given if the Respondent affirmatively declares that it
will make a good faith effort to achieve 18% MBE subcontracting
participation and 6% WBE subcontracting participation on this contract.
(3) One (1) point will be given if the Respondent is either (i) an MBE or WBE
firm certified or recognized by the City, or (ii) a VBE firm certified by the
State of Florida Department of Management Services which has its principal
place of business in the Orlando MSA.
(4) One (1) point will be given for listing one or more VBE subcontractors
certified by the State of Florida Department of Management Services which
has its principal place of business in the Orlando MSA to perform useful
business functions on the contract.
(5) Five (5) points will be deducted from the score for this item if the
Respondent failed to make a good faith effort to meet the MBE and WBE
goals on a previous City contract awarded within four (4) years prior to the
Qualification Statement submittal date.
The minimum score for this item shall be zero (0); therefore the deduction may be
reduced so as not to lower the item score below zero (0).
2. Evaluation
Respondents will be evaluated by a committee of individuals appointed pursuant to the
City’s policies and procedures (“Advisory Committee”). The Advisory Committee will
review and evaluate the Qualification Statement submittals. Following evaluation, the
Advisory Committee will rank the short-listed Respondents as set forth in Exhibit B, the
Evaluation Criteria for Short-listing. After this evaluation process, a minimum of three (3)
Respondents will be short-listed and asked to make presentations before the Advisory
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 18
Committee. Further written documentation may be required prior to the interviews, or as a
result of the interviews. Failure to promptly supply information in connection with such
inquiry, including but not limited to information regarding past performance, financial
stability, and ability to perform on schedule, may be grounds for determination of non-
responsiveness with respect to the Qualification Statement. During the presentation, the
Respondent shall demonstrate its understanding of the project’s scope of work and shall
discuss its approach to successfully completing the project. The Respondent shall only be
allowed at its interview to supplement the documentation provided in the Qualification
Statement with new information for this evaluation factor H.
4. Selection and Negotiation
Following the interviews, the Advisory Committee will rank the short-listed Respondents as
set forth in Exhibit C, the Evaluation Criteria for Final Ranking, and submit this
information to the Chief Procurement Officer who will seek approval by the City Council of
the ranking. Following and subject to City Council’s decision, the Public Works Director
or designee will enter into negotiations with the top-ranked Respondent with the intention
of entering into a contract. If negotiations with the top-ranked Respondent are unsuccessful,
then negotiations with this Respondent will be terminated and negotiations will begin with
the next successively ranked Respondent until a successful contract is negotiated or the
solicitation is terminated. Once a contract is negotiated, the Chief Procurement Officer will
execute the contract, or if required, seek approval from the City Council to enter into the
contract prior to execution.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 19
EXHIBIT A
DOWNTOWN CONNECTOR TRAIL
PRIMARY BICYCLE ROUTES STUDY
FINAL REPORT DECEMBER 2014
ATTACHED AS A SEPARATE DOCUMENT ON VENDORLINK ESUPPLIER
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 20
EXHIBIT B
EVALUATION CRITERIA FOR SHORT-LISTING
The Advisory Committee will evaluate and score the Respondents based upon their Qualification
Statements in accordance with the following rating factors.
RATING FACTORS MAXIMUM
POINTS
ITEM SCORE
A. Respondent’s experience and qualifications.
30
B. The experience and qualifications of the sub-
consultants. 20
C. Participation of City-certified or recognized
MBE/WBE firms and qualifying VBE firms in
the performance of the work.
16
D. The Respondent and subconsultants’ records
of successful performances on past projects
including factors such as cost control, work
quality and demonstrated ability to adhere to
schedules and budgetary requirements for such
projects.
15
E. Ability of Respondent’s and subconsultants’
personnel to devote necessary time to the project
and work successfully with City staff and any
other stakeholders.
10
F. Proximity of the location of Respondent’s
office, where the majority of its work will be
performed on this project, to the City of Orlando.
4
G. Volume of work previously awarded to
Respondent by the City. 5
TOTAL SCORE 100
Notes regarding Exhibit B: Each Advisory Committee member will evaluate the above factors to determine the
short-listing of the Respondents. Each member will assign an item score ranging from zero (0) points to the
maximum points allowed for each rating factor. The item scores will then be added to determine the total score. The
maximum possible total score for this evaluation table is one hundred (100). Each member will rank the
Respondents based upon the member’s score for each Respondent. The ranking established by each member will be
accumulated to determine the final ranking. Each member’s top-ranked firm will be assigned one (1) point, second-
ranked firm two (2) points and so on. After accumulating the members’ scores, the firm with the lowest score shall
be ranked first, the next lowest score shall be ranked second, and so on. In the event of a tie, the tied Respondents’
total scores from each member will be added and compared. The Respondent with the highest point total will be
ranked highest of the tied Respondents.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 21
EXHIBIT C
EVALUATION CRITERIA FOR FINAL RANKING
The Advisory Committee will evaluate and score the short-listed Respondents based upon their
Qualification Statements and their interviews in accordance with the following rating factors.
RATING FACTORS MAXIMUM
POINTS
ITEM SCORE
A. Respondent’s experience and qualifications.
25
B. The experience and qualifications of the sub-
consultants. 15
C. Participation of City-certified or recognized
MBE/WBE firms and qualifying VBE firms in
the performance of the work.
16
D. The Respondent and subconsultants’ records
of successful performances on past projects
including factors such as cost control, work
quality and demonstrated ability to adhere to
schedules and budgetary requirements for such
projects.
15
E. Ability of Respondent’s and subconsultants’
personnel to devote necessary time to the project
and work successfully with City staff and any
other stakeholders, as well as make effective
public presentations.
10
F. Proximity of the location of Respondent’s
office, where the majority of its work will be
performed on this project, to the City of Orlando.
4
G. Volume of work previously awarded to
Respondent by the City. 5
H. Respondent’s demonstrated understanding of
the project’s scope of work and approach to
successful project completion.
10
TOTAL SCORE 100
Notes regarding Exhibit C: Each Advisory Committee member will evaluate the above factors to determine the final
ranking of the short-listed Respondents. Each member will assign an item score ranging from zero (0) points to the
maximum points allowed for each rating factor. The item scores will then be added to determine the total score. The
maximum possible total score for this evaluation table is one hundred (100). Each member will rank the
Respondents based upon the member’s score for each Respondent. The ranking established by each member will be
accumulated to determine the final ranking. Each member’s top-ranked firm will be assigned one (1) point, second-
ranked firm two (2) points and so on. After accumulating the members’ scores, the firm with the lowest score shall
be ranked first, the next lowest score shall be ranked second, and so on. In the event of a tie, the tied Respondents’
total scores from each member will be added and compared. The Respondent with the highest point total will be
ranked highest of the tied Respondents.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 22
ATTACHMENT 1
ADDENDUM RECEIPT VERIFICATION
Complete and submit this document in the order and manner as indicated in SECTION 4
QUALIFICATION STATEMENT FORMAT.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 23
ATTACHMENT 1
ADDENDUM RECEIPT VERIFICATION
The undersigned acknowledges receipt of the following addenda to the Documents (Give number
and date of each):
Addendum No. Dated
Addendum No. Dated
Addendum No. Dated
Addendum No. Dated
Company
Signature
Title
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 24
ATTACHMENT 2
CONFIDENTIAL AND/OR PROPRIETARY INFORMATION
EXEMPTION FORM
Complete and submit this document in the order and manner as indicated in SECTION 4
QUALIFICATION STATEMENT FORMAT.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 25
ATTACHMENT 2
Confidential and/or Proprietary Information Exemption Form
In accordance with the Proprietary Information Section of this RQS, please list below items in
this Qualification Statement, if any, that are to be considered confidential and/or proprietary
and which are believed to be exempt from disclosure.
Page No. Section
Applicable
Exempting Law
Detailed Explanation/Justification
with specific language from the Florida Statute
that would allow this item to be
Confidential/Proprietary
An additional page may be utilized for the above table; however, this form should be signed and
submitted with your Qualification Statement.
Signature
Name
Title
Name of Company
Date
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 26
ATTACHMENT 3
MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE
PARTICIPATION FORM
Complete and submit this document in the order and manner as indicated in SECTION 4
QUALIFICATION STATEMENT FORMAT.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 27
ATTACHMENT 3
MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION FORM
Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women-Owned
Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6%
(WBE), respectively, of the City's annual monetary value of contracts and subcontracts for
supplies, services and construction to be awarded to Minority and Women-Owned Business
Enterprises (M/WBE). The Respondent awarded a contract shall make a good faith effort to
ensure that 18% of the dollar amount of the contract is performed by MBEs and 6% of the dollar
amount of the contract is performed by WBEs.
1. Policy:
It is the policy of the City of Orlando that MBEs and WBEs shall have the
maximum feasible opportunity to participate in the performance of City contracts.
As used in this solicitation and any resulting contract, the term "minority
business" is defined as a business firm which is at least 51% owned and controlled
by minority group members and which has been officially certified or recognized
by the City as an MBE. The minority ownership must exercise actual day-to-day
management and independent control. For the purpose of this definition, minority
group members are Blacks, Hispanics, Asians, Pacific Islanders, Alaskan Natives,
and American Indians. As used in this solicitation and any resulting contract, the
term "women-owned business" means a business firm which is at least 51%
owned and controlled by women and which has been officially certified or
recognized by the City as a WBE. The women ownership must exercise actual
day-to-day management and independent control. Only those companies which
are certified or recognized by the City on or before the date set for submittal
of qualification statements may be utilized to meet the goals established by
Chapter 57. A listing of certified and recognized M/WBE’s is available at:
http://www.cityoforlando.net/admin/mbe/directory.htm.
2. List of MBE/WBE Firms Performing Work on the Contract:
Respondent shall state whether respondent itself is a City certified or recognized
MBE or WBE firm. If your company is currently certified, please enter the
certification number and the expiration date in spaces provided below or submit
with your response a copy of the notification received from the City stating that
your company is recognized by the City as a Minority/Women-Owned Business
Enterprise:
Business Name:
Certification Number:
Expiration Date:
Responses will also be evaluated on the basis of meaningful MBE and WBE
participation in subcontracts. The participation must be such that the firms will be
performing useful business functions according to custom and practice in the
industry, and the firms will be performing work within their certification
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 28
classification. Please fill in the boxes below. Anticipated percentage participation
means the percentage of the total dollar amount of the contract to be performed by
the MBE and WBE subcontract firm(s). Additional boxes or pages may be added
by a respondent if necessary.
MBE SUBCONTRACTOR UTILIZATION
Subcontractor’s
Name and City
Certification
Number:
Description of Work to be Performed:
Anticipated
Percentage
Participation
1.
2.
3.
4.
TOTAL MBE ___________%
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 29
WBE SUBCONTRACTOR UTILIZATION
Subcontractor’s
Name and City
Certification
Number:
Description of Work to be Performed:
Anticipated
Percentage
Participation
1.
2.
3.
TOTAL WBE ___________%
3. Affirmative Statement. (Please mark the box for “Yes” below if you agree to the
following statement. Please mark the box for “No” if you do not.)
□ Yes or □ No - Respondent hereby makes an affirmative declaration
that it will make a good faith effort to achieve 18% MBE subcontracting
participation and 6% WBE subcontracting participation on this contract.
Failure to mark either box will be deemed a “No” response for purposes of proposal
evaluation and scoring. MBE and WBE percentage participation means the
percentage of the total dollar amount of the contract to be performed by the
subcontractor firms(s).
4. Reports. Respondents awarded a contract shall submit periodic reports of
participation by MBE and WBE firms in such form and manner and at such time as
the City or the MBE Director may prescribe. Monthly status reports shall be
provided to the MBE Director at his request. The MBE Office shall have the right
to review and audit records, receipts, and documents upon reasonable notice.
5. Deviations. During the course of the contract, any deviation from the MBE and
WBE participation identified in the Respondent’s Qualification Statement or in a
specific task assignment by a Respondent must be reported to, and approved in
writing by, the MBE Director. Deviations shall only be allowed for good cause.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 30
Failure to comply shall result in the City imposing penalties, which may include
suspension or debarment from obtaining future City contracts.
6. Miscellaneous. For further information regarding this program, please refer to
Chapter 57 of the Code of the City of Orlando or contact:
Minority Business Enterprise Office
City Hall at One City Commons, 5th Floor
400 South Orange Avenue
Orlando, Florida 32801-3302
(407) 246-2623
There shall be no third-party beneficiaries of the MBE or WBE provisions of the
contract. The City shall have the exclusive means of enforcement of Chapter 57 of
the City Code and contract terms. No right of action for non-signatories of the
contract is intended or implied. The City is the sole judge of compliance and
whether a good faith effort has been made under Chapter 57 and the contract.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 31
ATTACHMENT 4
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM
Complete and submit this document in the order and manner as indicated in SECTION 4
QUALIFICATION STATEMENT FORMAT.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 32
ATTACHMENT 4
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM - RQS
In order to foster economic development and business opportunities, promote the growth and
development of local businesses, and rectify the economic disadvantages of service-disabled
veterans and wartime veterans who have made extraordinary sacrifices on behalf of the nation,
the City of Orlando has adopted a Veteran Business Enterprise (“VBE”) Preference. For further
information regarding this program, please refer to Chapter 7 of the Code of the City of Orlando.
In order for a respondent to receive credit either itself or for listing a VBE subcontractor,
the respondent and/or subcontractor for which credit is sought must perform useful
business functions on the contract, have its principal place of business in the Metropolitan
Statistical Area (“Orlando MSA”) (i.e. Orange, Lake, Seminole or Osceola Counties), and
be a certified veteran business enterprise by the State of Florida Department of
Management Services (“DMS”) as set forth in Section 295.187 of the Florida Statutes as of
the date set for submittal of bids. For purposes of the City’s VBE Program, respondent’s
“Principal Place of Business” has been defined by Chapter 7 of the City Code to mean the
location identified by a respondent as its principal place of business with respect to a solicitation,
which location may be either (i) the main business office of the respondent where the chief
executive officer, or equivalent person, maintains his or her primary office, or (ii) the office
where the majority of the work related to the City solicitation will be performed.
In accordance with City Code, a respondent or subcontractor that is both a qualifying VBE
and a City certified or recognized Minority Business Enterprise (“MBE”) or Woman
Owned Business Enterprise (“WBE”) may not receive scoring consideration for more than
one status. Accordingly, a respondent should list itself or an eligible subcontractor as
either an MBE/WBE or as a VBE, but not both. In the event that a respondent mistakenly
lists itself or a qualifying VBE subcontractor who is also a City certified or recognized MBE or
WBE firm for consideration for scoring as both a VBE and as a MBE or WBE firm in its
proposal, the respondent shall receive scoring consideration for whichever status results in a
higher score for the respondent’s proposal.
There shall be no third party beneficiaries of the Veteran Business Enterprise Preference
provisions of this solicitation or resulting contract. The City of Orlando shall have the exclusive
means of enforcement of the Veteran Business Enterprise Preference Ordinance and any contract
terms. No right of action for non-signatories of the contract is intended or implied. The City of
Orlando is the sole judge of compliance. All solicitations and submittals awarded will be
evaluated in accordance with Chapter 7 of the Code of the City of Orlando.
Respondents awarded a contract shall submit periodic reports of participation by VBE firms in
such form and manner and at such time as the City or the City’s Minority Business Enterprise
(MBE) Director may prescribe. At a minimum, the successful Proposer shall submit to the City
within thirty (30) days of completion of all work performed under the contract a final report
detailing the portion of the work performed by VBE firms and the percentage of work
subcontracted to each. The City shall have the right to review and audit records, receipts, and
documents upon reasonable notice.
Engineering Design for Downtown Connector Trail RQS18-0093
Procurement and Contracts Division Page: 33
If Respondent is a qualifying VBE, please complete the boxes below:
Respondent’s
Name:
Respondent’s Principal
Place of Business
Florida DMS
Certification
Number :
1.
If Respondent is proposing to utilize any VBE subcontractor(s) which are currently certified by
the State of Florida Department of Management Services and have their principal place of
business in the Orlando MSA, please list such subcontractor(s) in the boxes below:
VBE Subcontractor’s
Name:
VBE Subcontractor’s
Principal Place of Business
Florida DMS
Certification
Number :
1.
2.
3.

Weitere ähnliche Inhalte

Ähnlich wie ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL

AIA City processes presentation 092514
AIA City processes presentation 092514AIA City processes presentation 092514
AIA City processes presentation 092514Mary Kell
 
Oapdd brief investment plan rev2-construction company
Oapdd brief investment plan rev2-construction companyOapdd brief investment plan rev2-construction company
Oapdd brief investment plan rev2-construction companySteve Xing
 
November/December 2015 TB
November/December 2015 TBNovember/December 2015 TB
November/December 2015 TBartba
 
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docxSAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docxkenjordan97598
 
Tj Collier Resume 2010 Business Analyst
Tj Collier Resume 2010 Business AnalystTj Collier Resume 2010 Business Analyst
Tj Collier Resume 2010 Business AnalystTHOMAS J COLLIER
 
September/October 2015 TB magazine
September/October 2015 TB magazineSeptember/October 2015 TB magazine
September/October 2015 TB magazineartba
 
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiency
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for EfficiencyCase Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiency
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiencyjherding
 
Robustness Thinking in DFSS 2016
Robustness Thinking in DFSS 2016Robustness Thinking in DFSS 2016
Robustness Thinking in DFSS 2016Matthew Hu
 
Commercial Development Regulations and Design Standards for Large Format Retail
Commercial Development Regulations and Design Standards for Large Format RetailCommercial Development Regulations and Design Standards for Large Format Retail
Commercial Development Regulations and Design Standards for Large Format RetailChris Kluchman
 
2022 Procurement Playbook - US Transportation Command (03/25/2022)
2022 Procurement Playbook - US Transportation Command (03/25/2022)2022 Procurement Playbook - US Transportation Command (03/25/2022)
2022 Procurement Playbook - US Transportation Command (03/25/2022)JSchaus & Associates
 
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®jherding
 
Team Corona SCIP Program Details
Team Corona SCIP Program DetailsTeam Corona SCIP Program Details
Team Corona SCIP Program DetailsDarrell Talbert
 
2014 Artba Overview
2014 Artba Overview2014 Artba Overview
2014 Artba Overviewartba
 
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...Fabernovel
 
Your Business Is Certified, Now What?
Your Business Is Certified, Now What?Your Business Is Certified, Now What?
Your Business Is Certified, Now What?Glenyse Thompson
 
Search Results in Alive Web Directory
Search Results in Alive Web DirectorySearch Results in Alive Web Directory
Search Results in Alive Web DirectoryYuri Thacker
 
SD GOED Website Workshop
SD GOED Website WorkshopSD GOED Website Workshop
SD GOED Website WorkshopSD GOED
 

Ähnlich wie ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL (20)

AIA City processes presentation 092514
AIA City processes presentation 092514AIA City processes presentation 092514
AIA City processes presentation 092514
 
Oapdd brief investment plan rev2-construction company
Oapdd brief investment plan rev2-construction companyOapdd brief investment plan rev2-construction company
Oapdd brief investment plan rev2-construction company
 
November/December 2015 TB
November/December 2015 TBNovember/December 2015 TB
November/December 2015 TB
 
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docxSAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
 
Tj Collier Resume 2010 Business Analyst
Tj Collier Resume 2010 Business AnalystTj Collier Resume 2010 Business Analyst
Tj Collier Resume 2010 Business Analyst
 
September/October 2015 TB magazine
September/October 2015 TB magazineSeptember/October 2015 TB magazine
September/October 2015 TB magazine
 
Urbanophile response 9 10
Urbanophile response 9 10Urbanophile response 9 10
Urbanophile response 9 10
 
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiency
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for EfficiencyCase Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiency
Case Study: Avolve ProjectDox® and CSDC Systems - Partners for Efficiency
 
Robustness Thinking in DFSS 2016
Robustness Thinking in DFSS 2016Robustness Thinking in DFSS 2016
Robustness Thinking in DFSS 2016
 
Parking cmjcente-rfp
Parking cmjcente-rfpParking cmjcente-rfp
Parking cmjcente-rfp
 
Commercial Development Regulations and Design Standards for Large Format Retail
Commercial Development Regulations and Design Standards for Large Format RetailCommercial Development Regulations and Design Standards for Large Format Retail
Commercial Development Regulations and Design Standards for Large Format Retail
 
2022 Procurement Playbook - US Transportation Command (03/25/2022)
2022 Procurement Playbook - US Transportation Command (03/25/2022)2022 Procurement Playbook - US Transportation Command (03/25/2022)
2022 Procurement Playbook - US Transportation Command (03/25/2022)
 
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®
Avolve EPR: Case Study ~ Canadian Cities Rely on ProjectDox®
 
Team Corona SCIP Program Details
Team Corona SCIP Program DetailsTeam Corona SCIP Program Details
Team Corona SCIP Program Details
 
2014 Artba Overview
2014 Artba Overview2014 Artba Overview
2014 Artba Overview
 
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...
Disrupting the Car Industry and Driver Experience with APIs - API Days San Fr...
 
Your Business Is Certified, Now What?
Your Business Is Certified, Now What?Your Business Is Certified, Now What?
Your Business Is Certified, Now What?
 
Parkozo
ParkozoParkozo
Parkozo
 
Search Results in Alive Web Directory
Search Results in Alive Web DirectorySearch Results in Alive Web Directory
Search Results in Alive Web Directory
 
SD GOED Website Workshop
SD GOED Website WorkshopSD GOED Website Workshop
SD GOED Website Workshop
 

Mehr von Brendan O'Connor

City commission presentation of i 4 ultimate art selection rlf 02.24.20
City commission presentation of i 4 ultimate art selection rlf 02.24.20City commission presentation of i 4 ultimate art selection rlf 02.24.20
City commission presentation of i 4 ultimate art selection rlf 02.24.20Brendan O'Connor
 
Sentinel Guild - statement 6 30 2020
Sentinel Guild - statement 6 30 2020Sentinel Guild - statement 6 30 2020
Sentinel Guild - statement 6 30 2020Brendan O'Connor
 
Emergency executive order no. 2020 04 - 03-24-20
Emergency executive order no. 2020 04 - 03-24-20Emergency executive order no. 2020 04 - 03-24-20
Emergency executive order no. 2020 04 - 03-24-20Brendan O'Connor
 
MARCH 2020 BUNGALOWER ZINE ISSUE
MARCH 2020 BUNGALOWER ZINE ISSUEMARCH 2020 BUNGALOWER ZINE ISSUE
MARCH 2020 BUNGALOWER ZINE ISSUEBrendan O'Connor
 
Olive townhouse-interior-units-0919
Olive townhouse-interior-units-0919Olive townhouse-interior-units-0919
Olive townhouse-interior-units-0919Brendan O'Connor
 
Olive townhouse-unit-6-0919
Olive townhouse-unit-6-0919Olive townhouse-unit-6-0919
Olive townhouse-unit-6-0919Brendan O'Connor
 
Olive townhouse-central-units-0919
Olive townhouse-central-units-0919Olive townhouse-central-units-0919
Olive townhouse-central-units-0919Brendan O'Connor
 
FEBRUARY 2020 BUNGALOWER ZINE ISSUE
FEBRUARY 2020 BUNGALOWER ZINE ISSUEFEBRUARY 2020 BUNGALOWER ZINE ISSUE
FEBRUARY 2020 BUNGALOWER ZINE ISSUEBrendan O'Connor
 
Orange Avenue Overlay Final Report
Orange Avenue Overlay Final ReportOrange Avenue Overlay Final Report
Orange Avenue Overlay Final ReportBrendan O'Connor
 
BUNGALOWER ZINE DECEMBER 19
BUNGALOWER ZINE DECEMBER 19BUNGALOWER ZINE DECEMBER 19
BUNGALOWER ZINE DECEMBER 19Brendan O'Connor
 
2020 historical society calendar
2020 historical society calendar2020 historical society calendar
2020 historical society calendarBrendan O'Connor
 
City of Winter Park Agenda Item
City of Winter Park Agenda ItemCity of Winter Park Agenda Item
City of Winter Park Agenda ItemBrendan O'Connor
 

Mehr von Brendan O'Connor (20)

City commission presentation of i 4 ultimate art selection rlf 02.24.20
City commission presentation of i 4 ultimate art selection rlf 02.24.20City commission presentation of i 4 ultimate art selection rlf 02.24.20
City commission presentation of i 4 ultimate art selection rlf 02.24.20
 
firehouse subs for lease
firehouse subs for leasefirehouse subs for lease
firehouse subs for lease
 
aldenhighland shift
aldenhighland shiftaldenhighland shift
aldenhighland shift
 
Sentinel Guild - statement 6 30 2020
Sentinel Guild - statement 6 30 2020Sentinel Guild - statement 6 30 2020
Sentinel Guild - statement 6 30 2020
 
EXECUTIVE ORDER
EXECUTIVE ORDEREXECUTIVE ORDER
EXECUTIVE ORDER
 
Emergency executive order no. 2020 04 - 03-24-20
Emergency executive order no. 2020 04 - 03-24-20Emergency executive order no. 2020 04 - 03-24-20
Emergency executive order no. 2020 04 - 03-24-20
 
MARCH 2020 BUNGALOWER ZINE ISSUE
MARCH 2020 BUNGALOWER ZINE ISSUEMARCH 2020 BUNGALOWER ZINE ISSUE
MARCH 2020 BUNGALOWER ZINE ISSUE
 
Rocchetta renderings
Rocchetta renderingsRocchetta renderings
Rocchetta renderings
 
Olive townhouse-interior-units-0919
Olive townhouse-interior-units-0919Olive townhouse-interior-units-0919
Olive townhouse-interior-units-0919
 
Olive townhouse-unit-6-0919
Olive townhouse-unit-6-0919Olive townhouse-unit-6-0919
Olive townhouse-unit-6-0919
 
Olive townhouse-central-units-0919
Olive townhouse-central-units-0919Olive townhouse-central-units-0919
Olive townhouse-central-units-0919
 
2020 SUMMIT PROGRAM
2020 SUMMIT PROGRAM2020 SUMMIT PROGRAM
2020 SUMMIT PROGRAM
 
FEBRUARY 2020 BUNGALOWER ZINE ISSUE
FEBRUARY 2020 BUNGALOWER ZINE ISSUEFEBRUARY 2020 BUNGALOWER ZINE ISSUE
FEBRUARY 2020 BUNGALOWER ZINE ISSUE
 
Orange Avenue Overlay Final Report
Orange Avenue Overlay Final ReportOrange Avenue Overlay Final Report
Orange Avenue Overlay Final Report
 
Updated zine jan_2020
Updated zine jan_2020Updated zine jan_2020
Updated zine jan_2020
 
BUNGALOWER ZINE DECEMBER 19
BUNGALOWER ZINE DECEMBER 19BUNGALOWER ZINE DECEMBER 19
BUNGALOWER ZINE DECEMBER 19
 
Mills Park Consent Order
Mills Park Consent OrderMills Park Consent Order
Mills Park Consent Order
 
Asphalt art-guide
Asphalt art-guideAsphalt art-guide
Asphalt art-guide
 
2020 historical society calendar
2020 historical society calendar2020 historical society calendar
2020 historical society calendar
 
City of Winter Park Agenda Item
City of Winter Park Agenda ItemCity of Winter Park Agenda Item
City of Winter Park Agenda Item
 

Kürzlich hochgeladen

Item # 4 - 231 Encino Ave (Significance Only).pdf
Item # 4 - 231 Encino Ave (Significance Only).pdfItem # 4 - 231 Encino Ave (Significance Only).pdf
Item # 4 - 231 Encino Ave (Significance Only).pdfahcitycouncil
 
Human-AI Collaboration for Virtual Capacity in Emergency Operation Centers (E...
Human-AI Collaborationfor Virtual Capacity in Emergency Operation Centers (E...Human-AI Collaborationfor Virtual Capacity in Emergency Operation Centers (E...
Human-AI Collaboration for Virtual Capacity in Emergency Operation Centers (E...Hemant Purohit
 
Junnar ( Call Girls ) Pune 6297143586 Hot Model With Sexy Bhabi Ready For S...
Junnar ( Call Girls ) Pune  6297143586  Hot Model With Sexy Bhabi Ready For S...Junnar ( Call Girls ) Pune  6297143586  Hot Model With Sexy Bhabi Ready For S...
Junnar ( Call Girls ) Pune 6297143586 Hot Model With Sexy Bhabi Ready For S...tanu pandey
 
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance Booking
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance BookingCall Girls Chakan Call Me 7737669865 Budget Friendly No Advance Booking
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance Bookingroncy bisnoi
 
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...ranjana rawat
 
Regional Snapshot Atlanta Aging Trends 2024
Regional Snapshot Atlanta Aging Trends 2024Regional Snapshot Atlanta Aging Trends 2024
Regional Snapshot Atlanta Aging Trends 2024ARCResearch
 
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...MOHANI PANDEY
 
Zechariah Boodey Farmstead Collaborative presentation - Humble Beginnings
Zechariah Boodey Farmstead Collaborative presentation -  Humble BeginningsZechariah Boodey Farmstead Collaborative presentation -  Humble Beginnings
Zechariah Boodey Farmstead Collaborative presentation - Humble Beginningsinfo695895
 
2024: The FAR, Federal Acquisition Regulations - Part 29
2024: The FAR, Federal Acquisition Regulations - Part 292024: The FAR, Federal Acquisition Regulations - Part 29
2024: The FAR, Federal Acquisition Regulations - Part 29JSchaus & Associates
 
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...Dipal Arora
 
Top Rated Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...
Top Rated  Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...Top Rated  Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...
Top Rated Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...Call Girls in Nagpur High Profile
 
Night 7k to 12k Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...
Night 7k to 12k  Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...Night 7k to 12k  Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...
Night 7k to 12k Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...aartirawatdelhi
 
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'Israël
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'IsraëlAntisemitism Awareness Act: pénaliser la critique de l'Etat d'Israël
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'IsraëlEdouardHusson
 
Top Rated Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...
Top Rated  Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...Top Rated  Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...
Top Rated Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...Call Girls in Nagpur High Profile
 
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...ranjana rawat
 
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escorts
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our EscortsVIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escorts
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escortssonatiwari757
 
Top Rated Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...
Top Rated  Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...Top Rated  Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...
Top Rated Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...Call Girls in Nagpur High Profile
 
Postal Ballots-For home voting step by step process 2024.pptx
Postal Ballots-For home voting step by step process 2024.pptxPostal Ballots-For home voting step by step process 2024.pptx
Postal Ballots-For home voting step by step process 2024.pptxSwastiRanjanNayak
 
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.Christina Parmionova
 
Booking open Available Pune Call Girls Shukrawar Peth 6297143586 Call Hot In...
Booking open Available Pune Call Girls Shukrawar Peth  6297143586 Call Hot In...Booking open Available Pune Call Girls Shukrawar Peth  6297143586 Call Hot In...
Booking open Available Pune Call Girls Shukrawar Peth 6297143586 Call Hot In...tanu pandey
 

Kürzlich hochgeladen (20)

Item # 4 - 231 Encino Ave (Significance Only).pdf
Item # 4 - 231 Encino Ave (Significance Only).pdfItem # 4 - 231 Encino Ave (Significance Only).pdf
Item # 4 - 231 Encino Ave (Significance Only).pdf
 
Human-AI Collaboration for Virtual Capacity in Emergency Operation Centers (E...
Human-AI Collaborationfor Virtual Capacity in Emergency Operation Centers (E...Human-AI Collaborationfor Virtual Capacity in Emergency Operation Centers (E...
Human-AI Collaboration for Virtual Capacity in Emergency Operation Centers (E...
 
Junnar ( Call Girls ) Pune 6297143586 Hot Model With Sexy Bhabi Ready For S...
Junnar ( Call Girls ) Pune  6297143586  Hot Model With Sexy Bhabi Ready For S...Junnar ( Call Girls ) Pune  6297143586  Hot Model With Sexy Bhabi Ready For S...
Junnar ( Call Girls ) Pune 6297143586 Hot Model With Sexy Bhabi Ready For S...
 
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance Booking
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance BookingCall Girls Chakan Call Me 7737669865 Budget Friendly No Advance Booking
Call Girls Chakan Call Me 7737669865 Budget Friendly No Advance Booking
 
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...
↑VVIP celebrity ( Pune ) Serampore Call Girls 8250192130 unlimited shot and a...
 
Regional Snapshot Atlanta Aging Trends 2024
Regional Snapshot Atlanta Aging Trends 2024Regional Snapshot Atlanta Aging Trends 2024
Regional Snapshot Atlanta Aging Trends 2024
 
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...
Get Premium Budhwar Peth Call Girls (8005736733) 24x7 Rate 15999 with A/c Roo...
 
Zechariah Boodey Farmstead Collaborative presentation - Humble Beginnings
Zechariah Boodey Farmstead Collaborative presentation -  Humble BeginningsZechariah Boodey Farmstead Collaborative presentation -  Humble Beginnings
Zechariah Boodey Farmstead Collaborative presentation - Humble Beginnings
 
2024: The FAR, Federal Acquisition Regulations - Part 29
2024: The FAR, Federal Acquisition Regulations - Part 292024: The FAR, Federal Acquisition Regulations - Part 29
2024: The FAR, Federal Acquisition Regulations - Part 29
 
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...
Just Call Vip call girls Wardha Escorts ☎️8617370543 Starting From 5K to 25K ...
 
Top Rated Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...
Top Rated  Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...Top Rated  Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...
Top Rated Pune Call Girls Hadapsar ⟟ 6297143586 ⟟ Call Me For Genuine Sex Se...
 
Night 7k to 12k Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...
Night 7k to 12k  Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...Night 7k to 12k  Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...
Night 7k to 12k Call Girls Service In Navi Mumbai 👉 BOOK NOW 9833363713 👈 ♀️...
 
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'Israël
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'IsraëlAntisemitism Awareness Act: pénaliser la critique de l'Etat d'Israël
Antisemitism Awareness Act: pénaliser la critique de l'Etat d'Israël
 
Top Rated Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...
Top Rated  Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...Top Rated  Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...
Top Rated Pune Call Girls Dapodi ⟟ 6297143586 ⟟ Call Me For Genuine Sex Serv...
 
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...
The Most Attractive Pune Call Girls Handewadi Road 8250192130 Will You Miss T...
 
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escorts
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our EscortsVIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escorts
VIP Call Girl mohali 7001035870 Enjoy Call Girls With Our Escorts
 
Top Rated Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...
Top Rated  Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...Top Rated  Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...
Top Rated Pune Call Girls Wadgaon Sheri ⟟ 6297143586 ⟟ Call Me For Genuine S...
 
Postal Ballots-For home voting step by step process 2024.pptx
Postal Ballots-For home voting step by step process 2024.pptxPostal Ballots-For home voting step by step process 2024.pptx
Postal Ballots-For home voting step by step process 2024.pptx
 
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.
WORLD DEVELOPMENT REPORT 2024 - Economic Growth in Middle-Income Countries.
 
Booking open Available Pune Call Girls Shukrawar Peth 6297143586 Call Hot In...
Booking open Available Pune Call Girls Shukrawar Peth  6297143586 Call Hot In...Booking open Available Pune Call Girls Shukrawar Peth  6297143586 Call Hot In...
Booking open Available Pune Call Girls Shukrawar Peth 6297143586 Call Hot In...
 

ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL

  • 1. Mayor Chief Procurement Officer Buddy Dyer David Billingsley, CPSM, C.P.M. CITY OF ORLANDO REQUEST FOR QUALIFICATION STATEMENTS (RQS) DATE OF ISSUE: DECEMBER 18, 2017 RQS DUE DATE: JANUARY 25, 2018 RQS DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL RQS DELIVERY LOCATION: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 RQS TITLE: ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL RQS NO: RQS18-0093 (THIS NUMBER MUST BE PLACED ON FRONT OF ENVELOPE / PACKAGE) DIRECT ALL INQUIRIES TO: Roger Cooper, CPPO, C.P.M., Contract Administrator Phone: (407) 246-2291 Email: TeamC@cityoforlando.net BUSINESS NAME & ADDRESS: CONTACT INFORMATION: Business Name Name of Contact Individual Address Contact Address City, State, Zip Contact City, State, Zip Business Telephone Number Contact Telephone Number Business email address Contact email Address DUNS NUMBER (Dun & Bradstreet)
  • 2. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 2 TABLE OF CONTENTS SECTION TITLE PAGE 1 LEGAL NOTICE 3 2 SOLICITATION INFORMATION 4 3 SCOPE OF SERVICES 5 4 QUALIFICATION STATEMENT FORMAT 7 5 QUALIFICATION STATEMENT SUBMITTAL 11 6 TERMS AND CONDITIONS 12 7 QUALIFICATION STATEMENT EVALUATION 16 EXHIBITS AND ATTACHMENTS EXHIBIT A DOWNTOWN CONNECTOR TRAIL 19 PRIMARY BICYCLE ROUTES STUDY FINAL REPORT DECEMBER 2014 EXHIBIT B EVALUATION CRITERIA FOR SHORT-LISTING 20 EXHIBIT C EVALUATION CRITERIA FOR FINAL RANKING 21 ATTACHMENT 1 ADDENDUM RECEIPT VERIFICATION FORM 22 ATTACHMENT 2 CONFIDENTIAL AND/OR PROPRIETRY 24 INFORMATION EXEMPT FORM ATTACHMENT 3 MINORITY/WOMEN-OWNED BUSINESS 26 ENTERPRISE PARTICIPATION FORM ATTACHMENT 4 VETERAN BUSINESS ENTERPRISE 31 PARTICIPATION FORM
  • 3. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 3 SECTION 1 - LEGAL NOTICE NOTICE OF REQUEST FOR QUALIFICATION STATEMENTS FOR RQS18-0093 ENGINEERING DESIGN FOR DOWNTOWN CONNECTOR TRAIL The release date for this Solicitation is December 18, 2017 Pursuant to Section 287.055, Florida Statutes, and the policies and procedures of the City of Orlando, notice is hereby given that a sealed Qualification Statement for RQS18-0093 Engineering Design for Downtown Connector Trail, for the City of Orlando, must be received by 2:00 p.m., local time, on January 25, 2018, at the Procurement and Contracts Division, 4th Floor, Orlando City Hall, One City Commons, 400 S. Orange Avenue, Orlando, Florida, 32801 in order for a Consultant to be considered for the project. Consultants interested in submitting a Qualification Statement may download the Request for Qualification Statements (RQS) document from the City’s eSupplier website at: https://vendorlink.cityoforlando.net Please be advised that you must maintain and update your eSupplier vendor file with the proper contact and email information at all times during the solicitation process. The eSupplier system functions as a courtesy notification system, sending an email announcement to registered suppliers when additional documents or addendums to a solicitation occur. Unless a Consultant registers and downloads the solicitation directly from the City’s eSupplier website, the notification system is not activated. It is the responsibility of the Consultant to check the eSupplier website prior to submitting a Qualification Statement to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the Qualification Statement if necessary. In accordance with Section 287.055 (10), Florida Statutes, the City of Orlando declares that all or any portion of the documents and work papers prepared and submitted pursuant to this Notice of Request, shall be subject to reuse by the City. The City of Orlando has adopted Minority and Women-Owned Business Enterprise goals and a Veterans Business Enterprise Preference. Consultants are encouraged to utilize MBE/WBE/VBE firms as sub-consultants in responding to this Request for Qualification Statements. Such utilization will be given favorable selection consideration. Consultants must certify that employees and applicants for employment are not discriminated against because of race, color, religion, sex, national origin, age, marital status or disability. The City reserves the right to waive any informalities or irregularities in the selection process and to reject any or all Qualification Statements, or to re-advertise.
  • 4. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 4 SECTION 2 - SOLICITATION INFORMATION The Procurement and Contracts Division is the official source to obtain information relating to City of Orlando solicitations. It is incumbent on the Consultant to obtain solicitation and current award information prior to and after the scheduled opening date of a Request for Qualification Statements. Information is updated daily as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled opening date of a Request for Qualification Statements. You may obtain award and other solicitation information in a variety of ways: 1. There are currently two Internet sites available to obtain RQS Advisory Committee rankings, Notice of Intended Action for award, and other information: a. The City of Orlando Procurement and Contracts Division’s Website: http://www.cityoforlando.net/procurement/solicitations If you are interested in obtaining solicitation information, copy and paste the above link into your web browser and click on View Current Bids. Please remember that you must keep your registration information up to date in order to continue to receive notifications of solicitation opportunities that meet your commodity code selections. b. Direct link to eSupplier VendorLink Website: https://vendorlink.cityoforlando.net/common/default.aspx You may also access the same solicitation information by visiting the City’s eSupplier VendorLink website directly by copying the above link in your web browser. 2. You may visit the Procurement and Contracts Division to obtain award information, solicitation packages, addendums, and other documents. Our office is located at: City of Orlando, City Hall 400 South Orange Avenue, 4th Floor Orlando, Florida 32801 3. You may also call the Procurement and Contracts Division at (407) 246-2291, during normal business hours, to request award and other solicitation related information. Consultants choosing to contact the Procurement and Contracts Division directly for information should still maintain an accurate and updated eSupplier vendor file with its proper contact and email information at all times during the solicitation process. Consultants will receive information from the City through the eSupplier system throughout the course of the solicitation and selection process. The City shall not be responsible for a Consultant’s failure to create and properly maintain an eSupplier vendor file and Consultants shall be deemed to have received all information posted on or transmitted by such system. We appreciate your interest in doing business with the City of Orlando and wish you much success with your business ventures.
  • 5. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 5 SECTION 3 - PROJECT SCOPE Bicycling offers an inexpensive and efficient alternative to the automobile. Increased bicycle commuting reduces congestion on our overburdened transportation network, while lowering the production of carbon monoxide and other ozone depleting emissions. The City of Orlando realizes the importance of providing safe facilities for bicycle travel and prides itself on the progress it has made as a bronze-level Bicycle Friendly Community, based on the League of American Bicyclists' “5 E’s for a Bicycle Friendly America”. Creating a safe and convenient off- street trail system has been a high priority for the City of Orlando since the late 1990s when the Cady Way Trail was constructed. The City’s bicycle network currently consists of over forty (40) miles of trails, located in three major areas: southeast, southwest, and northeast Orlando. There has been a strong focus on connecting the Central Business District with bicycle infrastructure due to the addition of bike share, increased residential density, burgeoning sports and entertainment complexes, and new and expanding bus and rail transit options. The Downtown Connector Trail is a crucial part of the overall trail network and also the last major gap in the Orlando Bicycle Beltway. The Orlando Bicycle Beltway is a proposed 8.5 mile loop trail, which goes through and around the Central Business District. This beltway will utilize the existing Orlando Urban Trail, Cady Way Trail, and Lake Underhill Path. The previously mentioned trails make up the west, north, and east segments of the beltway, making the south segment the last major gap to be completed. The southern segment of the bicycle beltway is known as the Downtown Connector Trail, which is proposed to go from the Lake Underhill Path to the Central Business District. This segment of trail will better connect the Lake Como, Lake Davis, and Lake Cherokee neighborhoods with a safe and convenient alternative transportation option to access the Central Business District. In 2014 the City of Orlando completed the Orlando Primary Bicycle Route study, which analyzed the Downtown Connector trail, providing more insight into the preferred alignment, constructability, utility coordination, and other possible constraints. See Exhibit A. The selected consultant for this Solicitation will produce a set of biddable construction plans for the Downtown Connector Trail. The Downtown Connector Trail will begin at the intersection of Lake Underhill Road and Anderson Street where the existing Lake Underhill Path is located. The trail will move west on Anderson Street approximately two (2) miles, to the intersection of Anderson Street and Rosalind Avenue. The trail will be a minimum of ten (10) feet wide and will be located within the existing Anderson Street right-of-way. The trail design will require coordination between the City of Orlando, Florida Department of Transportation (FDOT), Central Florida Expressway Authority, neighborhood associations, and all applicable utility companies. The general objective for the Downtown Connector Trail is to identify an acceptable alignment and prepare sets of plans to be used by: the consultant for permitting and coordination; the contractor to build the project; and the City to ensure the project is built as designed and to specifications. Elements of work will include trail and trail intersection design, roadway design, geotechnical activities, surveys, drainage, utility coordination, maintenance of traffic, environmental permitting, signing and pavement markings, quantity calculation booklets and cost estimates. Through this request, the City seeks to select a consulting team to design the Downtown Connector Trail located near Downtown Orlando. The professional services required for this
  • 6. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 6 project may include, but not necessarily be limited to the following:  Transportation Planning and Design  Land Use Planning and Design  Geographic Information Systems  Graphic Design  Public Outreach and Coordination  Transportation Modeling  Spatial Analysis  Roadway Design  Structural/Bridge Design  Pedestrian and Bicycle Facilities Planning and Design  Stormwater/Drainage Design and Permitting  Environmental Consulting - Design, Permitting and Mitigation  Geotechnical Engineering - Soils Investigations, Pavement Design, etc.  Survey Services - Design Survey, Legal Descriptions and Right-of-Way Mapping  Utility Coordination  Traffic Engineering - Signals, Signs and Markings, and Maintenance of Traffic Plans  Coordination of roadway lighting with OUC
  • 7. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 7 SECTION 4 - QUALIFICATION STATEMENT FORMAT Responses to this request shall include the following information and be presented in the order shown, separated into sections as noted, including a Table of Contents that identifies each section and its page number: 1. Letter of Introduction addressed to David Billingsley, Chief Procurement Officer. 2. Table of Contents Tab each item in paragraphs 3 thru 7 below (including sub-paragraphs) and record tab number/letter in the Table of Contents along with corresponding page number. 3. Business Experience and Qualifications a. A copy of Respondent’s W-9 recently signed and dated. b. Cover page from this Solicitation with ALL information completed in blanks provided (including your DUNS number). c. Complete Attachment 1 Addendum Receipt Verification Form. d. Complete Confidential and/or Proprietary Information Exemption Form (attached to this Solicitation as Attachment 2). e. If Respondent is a business organization, please submit a copy of Respondent’s certificate of authorization to practice, or offer to practice, engineering services as a business organization in Florida pursuant to Section 471.023 of Florida Statutes. Please note that such certificate of authorization must be held by the Respondent, not a sub-consultant, and that it must be held by Respondent on or before the date of submittal for this solicitation. f. Federal SF 254 and SF 255 forms and/or SF 330 – even though this information may be a duplication of information requested under a separate paragraph. g. A list of the professional personnel the Respondent is proposing to assign to this contract, their academic background, and their experience on other similar projects. Please include the jurisdiction and license number of any relevant licenses and certifications such personnel may hold. h. A list of subconsultants the Respondent intends to utilize under this contract, the subconsultants’ personnel that would be assigned, and their academic background and experience on other similar projects. i. A list of similar projects completed by the Respondent and subconsultants within the last five (5) years along with a reference for each of those projects, including current addresses, email addresses, and telephone numbers. Project descriptions
  • 8. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 8 shall clearly explain what role the Respondent and subconsultants performed on the project. j. A description of the Respondent's expertise with similar projects, the Respondent’s provision of services on those projects, and the public participation required by those projects. The description shall also include the Respondent’s expertise with scheduling, ability to adhere to schedules, cost control, and ability to work with City staff and other stakeholders. k. A description of the Respondent and subconsultants’ current and planned workloads and the commitment of the assigned project manager and Respondent and subconsultant personnel to dedicate the necessary time to any assigned task. l. List the Respondent’s office location(s), with street address(es), where the work on this project will be performed. If the work will be performed by Respondent at more than one office location, indicate what percentage of work will be performed at each location (for example, if Respondent has both Tampa and Orlando offices where work will be performed). This information will have an effect on how you score on Rating Factor F on Exhibits B and C. m. A narrative description demonstrating Respondent’s understanding of the project’s scope of work and its approach to successful project completion. 4. Please submit the Minority/Women-Owned Business Enterprise Participation Form (attached to this solicitation as ATTACHMENT 3). 5. Please submit the Veteran Business Enterprise (VBE) Participation Form (attached to this solicitation as ATTACHMENT 4). 6. Acceptance of Conditions By submitting a Qualification Statement, Respondent acknowledges and agrees to the following conditions. Where indicated below, Respondent shall include any requested information, if applicable: a. Evidence of Financial and Insurance Status (1) The City reserves the right in the future to require the submittal of evidence it deems necessary relative to the Respondent's financial status and insurance status. (2) The City reserves the right in the future to require the submittal of evidence of Respondent's ability to obtain and maintain errors and omission insurance, professional liability insurance, or malpractice coverage. Please include answers to the following questions with your Qualification Statement: (i) Has any such coverage ever been cancelled? If yes, explain fully.
  • 9. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 9 (ii) Has anyone recovered against the coverage? If yes, explain fully. b. Further Information The City reserves the right to ask for further information from the Respondent, either in writing or orally, and requests will be addressed to that person (or those persons) authorized by the Respondent to represent same. c. City’s Right to Judge The City reserves the sole right to judge the Respondent’s representations, either written or oral, as to their veracity, substance, and relation to this particular project scope. d. Public Information The City is bound by Section 119, Florida Statutes, "Florida Public Records Act". The Act specifies that virtually all memorialized (written) information is in the public domain, and available to any person requesting it unless the information qualifies as an exception to the Act, or is otherwise exempt under state or federal law. Any written information, as defined by the Act, that is provided to the City pursuant to the Qualification Statement Instructions or any ensuing contract for services and materials would probably not be the City's to keep confidential. The Respondent therefore agrees that at any time that the Respondent's written materials may be in the City's possession, the Respondent shall make no demand or request that the City take a legal position in regard to such materials that, in the City's sole discretion, is contrary to the Act or any other Florida law. e. Most Favored Client To the extent allowed by law, the Respondent agrees to treat the City as a most- favored-customer, and the Respondent specifically agrees that all prices, terms, warranties, and benefits granted to the City are comparable to or better than equivalent terms having been offered, being offered, or to be offered to any Respondent customer during the term of the contract between the parties. f. Cost Criteria As part of contract negotiations, the City and the selected Respondent shall negotiate compensation, including the multiplier rate for work to be performed. This multiplier rate is determined by summing the direct labor cost, the indirect labor cost, and the profit; and dividing this sum by the direct labor cost. The maximum salary multiplier rate that is allowed without the approval of the City’s Chief Financial Officer is 3.00. Compensation will be negotiated to an amount which the City determines is fair, competitive, and reasonable. In making such determination, the City shall conduct a detailed analysis of the direct labor cost of the professional services for the scope of work. The City will require the firm receiving an award for this project to execute a truth-in-negotiations certificate stating that the direct labor costs supporting the compensation are current at the time
  • 10. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 10 of negotiations. A contract for professional services will contain a prohibition against contingent fees as required by Florida Statutes 287.055(6), as amended. The Respondent shall also comply with the criteria for reimbursable expenses outlined in the City’s Policy and Procedure Manual. 7. Investigations and Litigation If the Respondent has ever been the subject of an investigation conducted by a regulatory agency or professional licensing board, give the details and outcome of such action. If the Respondent has been sued within five years of the Qualification Statement submittal date as a result of actions or inactions in the course of its business or profession, give the details and outcome of such suit(s) with your Qualification Statement.
  • 11. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 11 SECTION 5 - QUALIFICATION STATEMENT SUBMITTAL Respondents submitting a Qualification Statement shall deliver one (1) unbound original, seven (7) printed copies, and one (1) electronic copy in a sealed package. Original and all copies must have identical content. They must be received by 2:00 p.m., local time, January 25, 2018, at the Office of Procurement and Contracts Division, 4th Floor, City Hall, 400 South Orange Avenue, Orlando, Florida 32801. Statements will not be accepted after this time. Respondents are fully and solely responsible for ensuring the timely delivery and receipt of their Qualification Statements to the City at the location and by the time listed in this Request for Qualification Statements. The Qualification Statement submittal shall be enclosed in a sealed envelope addressed to the Chief Procurement Officer, Attention: Roger Cooper, CPPO, C.P.M., at the address listed below. Proposals submitted by mail must be received in the office of the Procurement and Contracts Division by the time specified herein for the opening thereof. Please be advised that United States Postal Service (USPS) Express and Priority service classes are delivered to the City once daily. Accordingly, in order for a submission to be received by the office of the Procurement and Contracts Division when the services of the USPS are used, a proposer or bidder is responsible for ensuring that their submittal is transmitted in such manner as necessary for the USPS to receive, sort, and deliver to the City by the submittal due date and time. The City only collects other USPS mail one (1) time per day upon opening of the local Post Office branch, which is then sorted by the City for delivery to the Procurement and Contracts Division and other City departments. Submissions arriving at the USPS after the initial pick-up by the City will be placed in the City’s call-box for pick-up and will not be delivered to or received by the Procurement and Contracts Division until the next business day. When using the USPS or any other mail delivery services, it is the sole responsibility of the Respondent to ensure that Qualification Statements are received in the office of the Procurement and Contracts Division by the due date and time. The City shall not be responsible for delays caused by any occurrence. All Qualification Statements shall be mailed or delivered to the office of the Procurement and Contracts Division at the address listed below: David Billingsley, CPSM, C.P.M., Chief Procurement Officer, City of Orlando Attention: Roger Cooper, CPPO, C.P.M. Contract Administrator Procurement and Contracts Division 400 S. Orange Avenue, Fourth Floor Orlando, Florida 32801
  • 12. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 12 SECTION 6 - TERMS AND CONDITIONS 1. Questions Regarding the Solicitation Process To ensure fair consideration for all Respondents, the City prohibits communication to or with any officer, elected official (including the Mayor and City Council), department, division, office or employee of the City, and any advisory committee members during the solicitation process from the date of issuance of the Request for Qualification Statements through award (execution of contract), except as provided below. All communications relating to this Request for Qualification Statements between a Respondent (or anyone on a Respondent’s behalf) and the City must be made through the Procurement and Contracts Division. Any communications in violation of this provision may be grounds for disqualifying the offending Respondent from consideration for award and/or any award arising from a future solicitation. Any questions relative to interpretation of the solicitation or the solicitation process shall be addressed in writing as indicated below. Questions must be received by the Procurement and Contracts Division on or before January 15, 2018, by 2:00 p.m., local time. Questions received after the cut-off date will not be considered. Any interpretation made to prospective Respondent will be expressed in the form of an addendum to the solicitation which, if issued, will be conveyed in writing to all prospective Respondents no later than five (5) days prior to the date set for receipt of Qualification Statements. Oral answers will not be authoritative. It will be the responsibility of the Respondent to contact the Procurement and Contracts Division prior to submitting a Qualification Statement to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with their Qualification Statements (if required). Direct all inquiries to: Roger Cooper, CPPO, C.P.M. City of Orlando Procurement and Contracts Division 400 S. Orange Avenue, Fourth Floor Orlando, Florida 32801 Telephone: (407) 246-2291 Email: teamC@cityoforlando.net 2. Living Wage Respondent, as well as its subcontractors (first tier only), shall pay to all of their employees providing services pursuant to a contract with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project.) “Living wage” means compensation for employment of not less than $10.71 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this
  • 13. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 13 provision or the Respondent shall allow the City to audit (at Respondent’s place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future City contracts at the sole option of the City. This provision shall apply to all bid and proposal awards for services which involve City expenditures that exceed $100,000.00 per year. 3. Convicted Vendor List A person or affiliate, as defined in §287.133, Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in §287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months following the date of being placed on the convicted vendor list. 4. Discriminatory Vendor List In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid 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; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. 5. Non-Discrimination Respondents must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex, sexual orientation, national origin, age, disability or marital status. 6. Solicitation Response Costs The City is not responsible for any expenses which firms may incur in preparing and submitting responses, including presentations, and any other expenses called for in this Request for Qualification Statements. 7. Applicable law This Request for Qualification Statements is issued in accordance with and shall be governed by the provisions and procedures of Chapter 7 of Title II of the Code of the City
  • 14. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 14 of Orlando which can be accessed online at: http://library.municode.com/index.aspx?clientId=13349 or by contacting the Procurement and Contracts Division. Any protest or appeal of matters relating to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code (including the submission of the required non-refundable filing fee), except that a security bond shall not be required for this solicitation. 8. Public Records Qualification Statements received in response to this solicitation are exempt from disclosure under the provisions of Florida law until such time as the City provides notice of an intended decision or until thirty (30) days after the response opening, whichever is earlier. 9. Americans with Disabilities Act Persons with disabilities needing a special accommodation to participate in this solicitation should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, P.O. Box 4990, Florida 32802-4990, telephone (407) 246-2291, not later than seven (7) days prior to the date on which the accommodation is requested. 10. Reserved Rights The City, in its sole discretion by action of its Chief Procurement Officer or designee, reserves the right to reject any and all Qualification Statements or to waive any irregularity or informality in such submissions. At any time prior to the execution of a contract, the City may determine, in its sole discretion, that it is not in the public interest to continue the solicitation and/or its review of the submissions. In the event of rejection of a submission, the City shall not be liable for any costs incurred in connection with the preparation and submittal of the statement. 11. Proprietary Information: A. In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State and Federal Law, all Respondents should be aware the Solicitation and the responses thereto are in the public domain. Respondents are requested to identify specifically any information contained in their Response which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. A generic notation that information is “confidential” is not sufficient. Failure to provide the Procurement and Contracts Division Office with a detailed explanation and justification including statutory cites and specific reference to your Proposal detailing what provisions, if any, you believe are exempt from disclosure, may result in your entire Qualification Statement being subject to disclosure in accordance with
  • 15. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 15 Chapter 119 of the Florida Statutes. B. Each Respondent shall complete the “Confidential and/or Proprietary Information Exemption Form”, included with this Solicitation as Attachment 1, and submit the form with their Qualification Statement. C. All Qualification Statements received from Respondents in response to this Solicitation will become the property of the City of Orlando and will not be returned to the Respondents. In the event of Contract award, all documentation produced as part of the Contract will become the exclusive property of the City.
  • 16. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 16 SECTION 7 - QUALIFICATION STATEMENT EVALUATION 1. Evaluation Criteria Evaluation of Qualification Statements will be based upon the criteria set forth in Exhibit B, the Evaluation Criteria for Short-listing, and Exhibit C, the Evaluation Criteria for Final Ranking, respectively. a. Proximity In evaluating the criteria related to the proximity of the location of the Respondent’s office to the City of Orlando, points will be awarded as follows: (1) If the Respondent’s office, where the majority of its work will be performed on this project, is located within the Orlando city limits, the Respondent will receive four (4) points for this item; (2) If the Respondent’s office, where the majority of its work will be performed on this project, is located within Orange County, Florida (outside of Orlando), the Respondent will receive three (3) points for this item; (3) If the Respondent’s office, where the majority of its work will be performed on this project, is located within the Florida counties of Lake, Osceola, Brevard or Seminole, the Respondent will receive two (2) points for this item; (4) If the Respondent’s office, where the majority of its work will be performed on this project, is located elsewhere within the state of Florida, the Respondent will receive one (1) point for this item; or (5) If the Respondent’s office, where the majority of its work will be performed on this project, is located outside of the state of Florida, the Respondent will receive zero (0) points for this item. b. Volume of Work Previously Awarded (Rating Factor G) In evaluating the criteria related to volume of work previously awarded to the Respondent by the City, this factor will be scored based on the actual dollars paid on contracts between the City and the Respondent in the previous three (3) years prior to the Qualification Statement submittal date. Points will be awarded as follows: (1) Zero Dollars, the Respondent will receive five (5) points; (2) Any payments up to and including $100,000, the Respondent will receive four (4) points; (3) Payments greater than $100,000 and less than or equal to $200,000, the Respondent will receive three (3) points;
  • 17. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 17 (4) Payments greater than $200,000 and less than or equal to $300,000, the Respondent will receive two (2) points; (5) Payments greater than $300,000 and less than or equal to $400,000, the Respondent will receive one (1) point; or (6) Payments greater than $400,000, the Respondent will receive zero (0) points. c. Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran Business Enterprise (VBE) Participation Points for MBE, WBE, and VBE participation will be awarded as follows: (1) One-half (.5) point will be given for each percentage point of MBE or WBE subcontracting participation up to a maximum of nine (9) points for MBE and three (3) points for WBE. (2) Two (2) points will be given if the Respondent affirmatively declares that it will make a good faith effort to achieve 18% MBE subcontracting participation and 6% WBE subcontracting participation on this contract. (3) One (1) point will be given if the Respondent is either (i) an MBE or WBE firm certified or recognized by the City, or (ii) a VBE firm certified by the State of Florida Department of Management Services which has its principal place of business in the Orlando MSA. (4) One (1) point will be given for listing one or more VBE subcontractors certified by the State of Florida Department of Management Services which has its principal place of business in the Orlando MSA to perform useful business functions on the contract. (5) Five (5) points will be deducted from the score for this item if the Respondent failed to make a good faith effort to meet the MBE and WBE goals on a previous City contract awarded within four (4) years prior to the Qualification Statement submittal date. The minimum score for this item shall be zero (0); therefore the deduction may be reduced so as not to lower the item score below zero (0). 2. Evaluation Respondents will be evaluated by a committee of individuals appointed pursuant to the City’s policies and procedures (“Advisory Committee”). The Advisory Committee will review and evaluate the Qualification Statement submittals. Following evaluation, the Advisory Committee will rank the short-listed Respondents as set forth in Exhibit B, the Evaluation Criteria for Short-listing. After this evaluation process, a minimum of three (3) Respondents will be short-listed and asked to make presentations before the Advisory
  • 18. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 18 Committee. Further written documentation may be required prior to the interviews, or as a result of the interviews. Failure to promptly supply information in connection with such inquiry, including but not limited to information regarding past performance, financial stability, and ability to perform on schedule, may be grounds for determination of non- responsiveness with respect to the Qualification Statement. During the presentation, the Respondent shall demonstrate its understanding of the project’s scope of work and shall discuss its approach to successfully completing the project. The Respondent shall only be allowed at its interview to supplement the documentation provided in the Qualification Statement with new information for this evaluation factor H. 4. Selection and Negotiation Following the interviews, the Advisory Committee will rank the short-listed Respondents as set forth in Exhibit C, the Evaluation Criteria for Final Ranking, and submit this information to the Chief Procurement Officer who will seek approval by the City Council of the ranking. Following and subject to City Council’s decision, the Public Works Director or designee will enter into negotiations with the top-ranked Respondent with the intention of entering into a contract. If negotiations with the top-ranked Respondent are unsuccessful, then negotiations with this Respondent will be terminated and negotiations will begin with the next successively ranked Respondent until a successful contract is negotiated or the solicitation is terminated. Once a contract is negotiated, the Chief Procurement Officer will execute the contract, or if required, seek approval from the City Council to enter into the contract prior to execution.
  • 19. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 19 EXHIBIT A DOWNTOWN CONNECTOR TRAIL PRIMARY BICYCLE ROUTES STUDY FINAL REPORT DECEMBER 2014 ATTACHED AS A SEPARATE DOCUMENT ON VENDORLINK ESUPPLIER
  • 20. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 20 EXHIBIT B EVALUATION CRITERIA FOR SHORT-LISTING The Advisory Committee will evaluate and score the Respondents based upon their Qualification Statements in accordance with the following rating factors. RATING FACTORS MAXIMUM POINTS ITEM SCORE A. Respondent’s experience and qualifications. 30 B. The experience and qualifications of the sub- consultants. 20 C. Participation of City-certified or recognized MBE/WBE firms and qualifying VBE firms in the performance of the work. 16 D. The Respondent and subconsultants’ records of successful performances on past projects including factors such as cost control, work quality and demonstrated ability to adhere to schedules and budgetary requirements for such projects. 15 E. Ability of Respondent’s and subconsultants’ personnel to devote necessary time to the project and work successfully with City staff and any other stakeholders. 10 F. Proximity of the location of Respondent’s office, where the majority of its work will be performed on this project, to the City of Orlando. 4 G. Volume of work previously awarded to Respondent by the City. 5 TOTAL SCORE 100 Notes regarding Exhibit B: Each Advisory Committee member will evaluate the above factors to determine the short-listing of the Respondents. Each member will assign an item score ranging from zero (0) points to the maximum points allowed for each rating factor. The item scores will then be added to determine the total score. The maximum possible total score for this evaluation table is one hundred (100). Each member will rank the Respondents based upon the member’s score for each Respondent. The ranking established by each member will be accumulated to determine the final ranking. Each member’s top-ranked firm will be assigned one (1) point, second- ranked firm two (2) points and so on. After accumulating the members’ scores, the firm with the lowest score shall be ranked first, the next lowest score shall be ranked second, and so on. In the event of a tie, the tied Respondents’ total scores from each member will be added and compared. The Respondent with the highest point total will be ranked highest of the tied Respondents.
  • 21. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 21 EXHIBIT C EVALUATION CRITERIA FOR FINAL RANKING The Advisory Committee will evaluate and score the short-listed Respondents based upon their Qualification Statements and their interviews in accordance with the following rating factors. RATING FACTORS MAXIMUM POINTS ITEM SCORE A. Respondent’s experience and qualifications. 25 B. The experience and qualifications of the sub- consultants. 15 C. Participation of City-certified or recognized MBE/WBE firms and qualifying VBE firms in the performance of the work. 16 D. The Respondent and subconsultants’ records of successful performances on past projects including factors such as cost control, work quality and demonstrated ability to adhere to schedules and budgetary requirements for such projects. 15 E. Ability of Respondent’s and subconsultants’ personnel to devote necessary time to the project and work successfully with City staff and any other stakeholders, as well as make effective public presentations. 10 F. Proximity of the location of Respondent’s office, where the majority of its work will be performed on this project, to the City of Orlando. 4 G. Volume of work previously awarded to Respondent by the City. 5 H. Respondent’s demonstrated understanding of the project’s scope of work and approach to successful project completion. 10 TOTAL SCORE 100 Notes regarding Exhibit C: Each Advisory Committee member will evaluate the above factors to determine the final ranking of the short-listed Respondents. Each member will assign an item score ranging from zero (0) points to the maximum points allowed for each rating factor. The item scores will then be added to determine the total score. The maximum possible total score for this evaluation table is one hundred (100). Each member will rank the Respondents based upon the member’s score for each Respondent. The ranking established by each member will be accumulated to determine the final ranking. Each member’s top-ranked firm will be assigned one (1) point, second- ranked firm two (2) points and so on. After accumulating the members’ scores, the firm with the lowest score shall be ranked first, the next lowest score shall be ranked second, and so on. In the event of a tie, the tied Respondents’ total scores from each member will be added and compared. The Respondent with the highest point total will be ranked highest of the tied Respondents.
  • 22. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 22 ATTACHMENT 1 ADDENDUM RECEIPT VERIFICATION Complete and submit this document in the order and manner as indicated in SECTION 4 QUALIFICATION STATEMENT FORMAT.
  • 23. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 23 ATTACHMENT 1 ADDENDUM RECEIPT VERIFICATION The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Company Signature Title
  • 24. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 24 ATTACHMENT 2 CONFIDENTIAL AND/OR PROPRIETARY INFORMATION EXEMPTION FORM Complete and submit this document in the order and manner as indicated in SECTION 4 QUALIFICATION STATEMENT FORMAT.
  • 25. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 25 ATTACHMENT 2 Confidential and/or Proprietary Information Exemption Form In accordance with the Proprietary Information Section of this RQS, please list below items in this Qualification Statement, if any, that are to be considered confidential and/or proprietary and which are believed to be exempt from disclosure. Page No. Section Applicable Exempting Law Detailed Explanation/Justification with specific language from the Florida Statute that would allow this item to be Confidential/Proprietary An additional page may be utilized for the above table; however, this form should be signed and submitted with your Qualification Statement. Signature Name Title Name of Company Date
  • 26. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 26 ATTACHMENT 3 MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION FORM Complete and submit this document in the order and manner as indicated in SECTION 4 QUALIFICATION STATEMENT FORMAT.
  • 27. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 27 ATTACHMENT 3 MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION FORM Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women-Owned Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6% (WBE), respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women-Owned Business Enterprises (M/WBE). The Respondent awarded a contract shall make a good faith effort to ensure that 18% of the dollar amount of the contract is performed by MBEs and 6% of the dollar amount of the contract is performed by WBEs. 1. Policy: It is the policy of the City of Orlando that MBEs and WBEs shall have the maximum feasible opportunity to participate in the performance of City contracts. As used in this solicitation and any resulting contract, the term "minority business" is defined as a business firm which is at least 51% owned and controlled by minority group members and which has been officially certified or recognized by the City as an MBE. The minority ownership must exercise actual day-to-day management and independent control. For the purpose of this definition, minority group members are Blacks, Hispanics, Asians, Pacific Islanders, Alaskan Natives, and American Indians. As used in this solicitation and any resulting contract, the term "women-owned business" means a business firm which is at least 51% owned and controlled by women and which has been officially certified or recognized by the City as a WBE. The women ownership must exercise actual day-to-day management and independent control. Only those companies which are certified or recognized by the City on or before the date set for submittal of qualification statements may be utilized to meet the goals established by Chapter 57. A listing of certified and recognized M/WBE’s is available at: http://www.cityoforlando.net/admin/mbe/directory.htm. 2. List of MBE/WBE Firms Performing Work on the Contract: Respondent shall state whether respondent itself is a City certified or recognized MBE or WBE firm. If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit with your response a copy of the notification received from the City stating that your company is recognized by the City as a Minority/Women-Owned Business Enterprise: Business Name: Certification Number: Expiration Date: Responses will also be evaluated on the basis of meaningful MBE and WBE participation in subcontracts. The participation must be such that the firms will be performing useful business functions according to custom and practice in the industry, and the firms will be performing work within their certification
  • 28. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 28 classification. Please fill in the boxes below. Anticipated percentage participation means the percentage of the total dollar amount of the contract to be performed by the MBE and WBE subcontract firm(s). Additional boxes or pages may be added by a respondent if necessary. MBE SUBCONTRACTOR UTILIZATION Subcontractor’s Name and City Certification Number: Description of Work to be Performed: Anticipated Percentage Participation 1. 2. 3. 4. TOTAL MBE ___________%
  • 29. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 29 WBE SUBCONTRACTOR UTILIZATION Subcontractor’s Name and City Certification Number: Description of Work to be Performed: Anticipated Percentage Participation 1. 2. 3. TOTAL WBE ___________% 3. Affirmative Statement. (Please mark the box for “Yes” below if you agree to the following statement. Please mark the box for “No” if you do not.) □ Yes or □ No - Respondent hereby makes an affirmative declaration that it will make a good faith effort to achieve 18% MBE subcontracting participation and 6% WBE subcontracting participation on this contract. Failure to mark either box will be deemed a “No” response for purposes of proposal evaluation and scoring. MBE and WBE percentage participation means the percentage of the total dollar amount of the contract to be performed by the subcontractor firms(s). 4. Reports. Respondents awarded a contract shall submit periodic reports of participation by MBE and WBE firms in such form and manner and at such time as the City or the MBE Director may prescribe. Monthly status reports shall be provided to the MBE Director at his request. The MBE Office shall have the right to review and audit records, receipts, and documents upon reasonable notice. 5. Deviations. During the course of the contract, any deviation from the MBE and WBE participation identified in the Respondent’s Qualification Statement or in a specific task assignment by a Respondent must be reported to, and approved in writing by, the MBE Director. Deviations shall only be allowed for good cause.
  • 30. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 30 Failure to comply shall result in the City imposing penalties, which may include suspension or debarment from obtaining future City contracts. 6. Miscellaneous. For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact: Minority Business Enterprise Office City Hall at One City Commons, 5th Floor 400 South Orange Avenue Orlando, Florida 32801-3302 (407) 246-2623 There shall be no third-party beneficiaries of the MBE or WBE provisions of the contract. The City shall have the exclusive means of enforcement of Chapter 57 of the City Code and contract terms. No right of action for non-signatories of the contract is intended or implied. The City is the sole judge of compliance and whether a good faith effort has been made under Chapter 57 and the contract.
  • 31. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 31 ATTACHMENT 4 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM Complete and submit this document in the order and manner as indicated in SECTION 4 QUALIFICATION STATEMENT FORMAT.
  • 32. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 32 ATTACHMENT 4 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM - RQS In order to foster economic development and business opportunities, promote the growth and development of local businesses, and rectify the economic disadvantages of service-disabled veterans and wartime veterans who have made extraordinary sacrifices on behalf of the nation, the City of Orlando has adopted a Veteran Business Enterprise (“VBE”) Preference. For further information regarding this program, please refer to Chapter 7 of the Code of the City of Orlando. In order for a respondent to receive credit either itself or for listing a VBE subcontractor, the respondent and/or subcontractor for which credit is sought must perform useful business functions on the contract, have its principal place of business in the Metropolitan Statistical Area (“Orlando MSA”) (i.e. Orange, Lake, Seminole or Osceola Counties), and be a certified veteran business enterprise by the State of Florida Department of Management Services (“DMS”) as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids. For purposes of the City’s VBE Program, respondent’s “Principal Place of Business” has been defined by Chapter 7 of the City Code to mean the location identified by a respondent as its principal place of business with respect to a solicitation, which location may be either (i) the main business office of the respondent where the chief executive officer, or equivalent person, maintains his or her primary office, or (ii) the office where the majority of the work related to the City solicitation will be performed. In accordance with City Code, a respondent or subcontractor that is both a qualifying VBE and a City certified or recognized Minority Business Enterprise (“MBE”) or Woman Owned Business Enterprise (“WBE”) may not receive scoring consideration for more than one status. Accordingly, a respondent should list itself or an eligible subcontractor as either an MBE/WBE or as a VBE, but not both. In the event that a respondent mistakenly lists itself or a qualifying VBE subcontractor who is also a City certified or recognized MBE or WBE firm for consideration for scoring as both a VBE and as a MBE or WBE firm in its proposal, the respondent shall receive scoring consideration for whichever status results in a higher score for the respondent’s proposal. There shall be no third party beneficiaries of the Veteran Business Enterprise Preference provisions of this solicitation or resulting contract. The City of Orlando shall have the exclusive means of enforcement of the Veteran Business Enterprise Preference Ordinance and any contract terms. No right of action for non-signatories of the contract is intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 of the Code of the City of Orlando. Respondents awarded a contract shall submit periodic reports of participation by VBE firms in such form and manner and at such time as the City or the City’s Minority Business Enterprise (MBE) Director may prescribe. At a minimum, the successful Proposer shall submit to the City within thirty (30) days of completion of all work performed under the contract a final report detailing the portion of the work performed by VBE firms and the percentage of work subcontracted to each. The City shall have the right to review and audit records, receipts, and documents upon reasonable notice.
  • 33. Engineering Design for Downtown Connector Trail RQS18-0093 Procurement and Contracts Division Page: 33 If Respondent is a qualifying VBE, please complete the boxes below: Respondent’s Name: Respondent’s Principal Place of Business Florida DMS Certification Number : 1. If Respondent is proposing to utilize any VBE subcontractor(s) which are currently certified by the State of Florida Department of Management Services and have their principal place of business in the Orlando MSA, please list such subcontractor(s) in the boxes below: VBE Subcontractor’s Name: VBE Subcontractor’s Principal Place of Business Florida DMS Certification Number : 1. 2. 3.