HomeMy WebLinkAbout1994-36 Authorizing Executing Park Consultant Agmt with A. Grant Thornbrough & AssociatesRESOLUTION NO. 94 - 36
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
PARKLAND, FLORIDA AUTHORIZING THE CITY OFFICIALS TO
EXECUTE AN AGREEMENT BETWEEN THE CITY OF PARKLAND
AND A. GRANT THORNBROUGH & ASSOCIATES, LANDSCAPE
ARCHITECTS\LAND PLANNERS
WHEREAS, the City Commission of the City of Parkland,
Florida finds and determines that it is in the best interest of the
citizens to execute an Agreement between the City of Parkland and
A. Grant Thornbrough & Associates, Landscape Architects\Land
Planners, for park consultant services as described in the
Agreement attached hereto and made a part hereof;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF PARKLAND, FLORIDA, that:
Section 1. The appropriate City Officials are hereby
authorized to execute an Agreement between the City of Parkland,
Florida and A. Grant Thornbrough & Associates for park consultant
services.
Section 2. That this Resolution shall be in full
force and effect immediately upon its passage and adoption.
PASSED AND ADOPTED THIS 1st DAY OF JUNE
1994.
SUS ARMSTRONG, C.M.C., COY CLERK
CITY OF PARKLAND MASTER PLANNING
RFQ NO. 94-001
CONSULTANT SCOPE OF SERVICES AND COMPENSATION
FOR
A. GRANT THORNBROUGH AND ASSOCIATES
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN
A. GRANT THORNBROUGH AND ASSOCIATES AND
CITY OF PARKLAND
THIS AGREEMENT made and entered into this 1 stday of June, 1994, by and between
the City of Parkland, a municipal corporation of the State of Florida, hereinafter referred to as City, and
A. Grant Thornbrough and Associates hereinafter referred to as CONSULTANT:
WHEREAS, the CITY intends to have a recreation master plan and design for its two park sites
and equestrian center; and
WHEREAS, the CITY requires certain professional services in connection with these plans and
the future development of these park sites; and
WHEREAS, the CONSULTANT represents that it is capable and prepared to provide such
Services;
NOW THEREFORE, in consideration of the promises contained herein, the parties hereto
agree as follows:
ARTICLE I - EFFECTIVE DATE
The effective date of this Agreement shall be June 1 1994 through May 31 199e O
ARTICLE 2- SERVICE TO BE PERFORMED BY CONSULTANT
The CONSULTANT shall perform the services as specifically stated in the Scope of Work (Attachment
A), also as set forth in the RFQ 94-001 (Attachment B), and as may be specifically designated and
additionally authorized by the CITY.
ARTICLE 3 - COMPENSATION
The CITY shall pay CONSULTANT in accordance with Attachment A, (Compensation), which is
attached hereto and incorporated by reference as part of this Agreement. Consultant will be paid per
monthly invoice in proportion to the percentage of contract work completed. Reimbursables will be
billed at cost and sub -consultants will be billed hourly for work pre -approved by the CITY. Payment
will be made to CONSULTANTS within 30 calendar days of presentation of invoice to CITY.
ARTICLE 4 - STANDARD OF CARE
CONSULTANT shall exercise the same degree of care, skill, and diligence in the performance of the
Services as is ordinarily provided by a professional Landscape Architectural firm under similar
circumstances and CONSULTANT shall, at no additional cost to the CITY, re -perform services which fail
to satisfy the forgoing standard of care.
Page 2
ARTICLE 5 - INDEMNIFICATION
CONSULTANT shall, in addition to any other obligation to indemnify the CITY and to the fullest extent
permitted by law, protect, defend, and indemnify and hold harmless the CITY, their agents, elected
officials and employees from and against all claims, actions, liabilities, losses (including economic
losses), costs arising out of any actual or alleged: a) Bodily injury, sickness, disease or death, or
injury to or destruction of tangible property including the Toss of use resulting therefrom, or any other
damage or .loss arising out of or resulting, or claimed to have resulted in whole or in part from any
actual or alleged act or omission of the CONSULTANT, any subconsultant, anyone directly or indirectly
employed by any of them, of anyone for whose acts any of them may be liable in the performance of
the WORK; or b) violation of law, statute, ordinance, governmental administration order, rule,
regulation, or infringement of patent rights by CONSULTANT in the performance of the WORK; or c)
liens, claims or actions made by the CONSULTANT or any subconsultant under workers compensation
acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses,
including attorney fees, incurred by the CITY to enforce this agreement shall be borne by the
CONSULTANT.
Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event
of termination of this Agreement for any reasons, the terms and conditions of this Article shall survive
indefinitely.
ARTICLE 8 - INDEPENDENT CONTRACTOR
CONSULTANT undertakes performance of the Services as an independent contractor and shall be
wholly responsible for the methods of performance. The CITY shall have no right to supervise the
methods used, but the CITY shall have the right to observe such a performance. CONSULTANT shall
work closely with the CITY in performing Services under this Agreement.
ARTICLE 7 - COMPLIANCE WITH LAWS
In performance of the Services, CONSULTANT will comply with applicable regulatory requirements
including federal, state, and local laws, rules, regulations, orders, codes, criteria and standards.
ARTICLE 8 - INSURANCE
During the performance of the Services under this Agreement, CONSULTANT shall maintain the
following insurance policies, and provide originals or certified copies of all policies, and shall be written
by an insurance company authorized to do business in Florida.
Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this
Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable
sate and federal laws. This coverage shall include Employer's Uability with limits meeting all applicable
state and federal laws. This coverage must extend to any subconsultant that does not have their own
Worker's Compensation and Employer's Uability Insurance. Forty-five (45) days notice of cancellation
is required and must be provided to the City of Parkland via Certified Mail.
Page 3
Comprehensive General Uability: The CONSULTANT shall procure and maintain, for the life of this
Agreement, Comprehensive General Uability Insurance. This coverage shall be on an "Occurrence'
basis. Coverage shall include Premises and Operations; Independent Contractor's Products and
Completed Operations and Contractual Uability with specific reference of Article 5 of this Agreement.
This policy shall provide coverage for death, personal injury or property damage that could arise
directly or indirectly from the performance of this Agreement.
The Minimum Umits of Coverage shall be $ 1,000,000.00 per occurrence. Combined Single Limit for
Bodily Injury Uability and Property Damage Uability.
The CITY must be named as an additional insured unless Owners and Contractor's Protective
Coverage is also provided, or required. Forty-five (45) days written notice must be provided to the
CITY via Certified Mail in the event of cancellation.
Business Automobile Uability: The. CONSULTANT shall procure and maintain, for the life of the
Agreement, Business Automobile Uability Insurance.
The minimum limits of coverage shall be $300,000.00 per occurrence. Combined Single Umit for
Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy.
The City must be fisted as an Additional Insured under the Policy. Forty-five (45) days written notice
must be provided to the CITY via Certified Mail in the event of cancellation.
In the event that subconsultants used by the CONSULTANT do no have insurance, or do not meet the
insurance limits, CONSULTANT shall indemnify and hold harmless the CITY for any claim in excess of
the subconsultants insurance coverage, arising out of negligent acts, errors or omissions of the
subconsultants.
CONSULTANT shall not commence work under this Agreement until all insurance required as stated
herein has been obtained and such insurance has been approved by the CITY.
The CONSULTANT shall procure and maintain Professional Uability Insurance for the life of this
Contract/Agreement, plus two (2) years after completion. This insurance shall provide coverage
against such liability resulting from this Contract/Project. The minimum limits of coverage shall be
$300,000.00 with a deductible not to exceed $5,000. The deductible will be responsibility of the
insured. Professional Uability policies shall include an endorsement whereby the consultant or
subconsultant indemnifies and holds harmless the CITY and each officer, agent and employee of the
CITY against all claims, against any of them, for personal injury or wrongful death or property damage
arising out of the negligent performance of professional services or caused by an error, omission or
negligent act of the consultant or other professional or anyone employed by the subconsultant or other
professional. Forty-five (45) days written notice must be provided to the CITY via Certified Mail in the
event of cancellation.
1. The insurance coverage and conditions afforded by this policy shall not be suspended, voided,
cancelled, or modified, except after forty-five (45) of days prior written notice by Certified Mail,
Return Receipt requested, has been given to the City of Parkland's City Manager's office.
2. Certificates of Insurance meeting the specific required provision specified within this
Contract/Agreement shall be forwarded to the City of Parkland and approved prior to the start
of work or the possession of any City property.
Page 4
Consultants shall, in addition to any other obligation to indemnify the City of Parkland and to the fullest
extent permitted by law, protect, defend, indemnify and hold harmless the City of Parkland, their
agents, elected officials and employees from and against all claims, actions, liabilities, losses (including
economic losses), cost arising out of any actual or alleged; a) Bodily injury, sickness, disease or death,
or injury to or destruction of tangible property including the loss of use resulting therefrom, or any
other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from
any actual or alleged act or admission of the CONSULTANT, any subconsultant, anyone directly or
indirectly employed by any of them, of anyone for whose acts any of them may be liable in the
performance of the WORK; or b) violation of law, statute, ordinance, governmental administration order,
rule, regulation, or infringement of patent rights by CONSULTANT in the performance of the WORK; or
c) liens, claims or actions made by the CONSULTANT or any subconsultant or other party performing
the WORK
The indemnification obligation thereunder shall not be any limitation on the amount, type of damages,
compensation of benefits payable by or for the Consultant or any subconsultant under worker's
compensation acts; disability benefit acts, other employee benefit acts or any statutory bar.
Any cost of expenses, including attorney's fees, incurred by the City of Parkland to enforce this
agreement shall be borne by the CONSULTANT.
ARTICLE 9 - CITY RESPONSIBIUTIES
The CITY shall be responsible for providing access to all project sites, and providing information on
hand including; record drawings, plans, surveys, reports, studies, and other data that available in the
files of the CITY.
ARTICLE 10 - TERMINATION OF AGREEMENT
The obligation to continue Services under this Agreement may be terminated for cause by either party
upon thrity (30) days written notice of substantial failure by the other party to perform in accordance
with the terms hereof through no fault of the terminating party.
CITY shall have the right to terminate this Agreement or suspend performance thereof without cause
for the CITY's convenience upon written notice to CONSULTANT, and CONSULTANT shall terminate or
suspend performance of Services on a schedule acceptable to CITY. In the event of termination or
suspension for CITY's convenience, CITY shall pay CONSULTANT for all services performed through
the date of notice of termination or suspension.
ARTICLE 11 - NONDISCLOSURE OF PROPRIETARY INFORMATION
CONSULTANT shall consider all information provided by CITY and all reports, studies, calculation, and
other documentation resulting from the CONSULTANT's performance of Services to be proprietary
unless such information for any purpose other than the performance of the Services without the prior
written authorization of CITY or in response to legal process.
ARTICLE 12 - UNCONTROLLABLE FORCES
Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in
or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of
reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall
mean any event which results in the prevention or delay of performance by a party of its obligations
Page 5
under this Agreement and which is beyond the reasonable control of the nonperforming party. It
includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil
disturbance, sabotage, and governmental actions.
Neither party shall, however, be excused from performance if nonperformance is due to forces which
are preventable, removable, or remedial and which the nonperforming party could have, with the
exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The
nonperforming party shall, within a reasonable time of being prevented or delayed from performance
by an uncontrollable force, give written notice to the other party describing the circumstances and
uncontrollable forces preventing continued performance of the obligation of this Agreement.
ARTICLE 13 - GOVERNING LAW AND VENUE
This Agreement shall be governed by laws of the State of Florida. Any and all legal action necessary
to enforce the Agreement will be held in Broward County and the Agreement will be interpreted
according to the laws of Florida.
ARTICLE 14 - MISCELLANEOUS
14.1 Nonwaiver
A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon
by the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver
shall not affect the waiving party's rights with respect to any other or further breach. The making or
acceptance of a payment by either party with knowledge of the existence of a default or breach shall
not operate or be construed to operate as a waiver of any subsequent default or breach.
14.2 Severability
The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any
event rendering any portion or provision of this Agreement void, shall in no way affect the validity or
enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed
severed from the Agreement and the balance of the Agreement shall be construed and enforced as if
the Agreement did not contain the particular portion provision held to be void. The parties further
agree to reform the Agreement to replace any stricken provision with a valid provision that comes as
close as possible to the intent of the stricken provision.
The provisions of this section shall not prevent the entire Agreement from being void should a
provision which is of the essence of the Agreement be determined to be void.
ARTICLE 15 - INTEGRATION AND MODIFICATION
This Agreement is adopted by the CITY and CONSULTANT as a complete and exclusive statement of
the terms of the Agreement between the CITY and CONSULTANT. This Agreement supersedes all
prior agreements, contracts, proposals, representations, negotiations, letters or other communications
between the CITY and CONSULTANT pertaining to the services, whether written or oral. The
Agreement may not be modified unless such modifications are evidenced in writing signed by both the
CITY and CONSULTANT.
Page 6
ARTICLE 16 - SUCCESSORS AND ASSIGNS
The CITY and CONSULTANT each binds itself and its director, officers, partners, successors,
executors, administrators, assigns, and legal representatives to the other party to this Agreement and
to partners, successors, executors, administrators, assigns and legal representatives.
ARTICLE 17 - CONTINGENT FEES
The CONSULTANT warrants that it has not employed or retained any company or person other than a
bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it
has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona
fide employee working solely for the CONSULTANT, any fee, commission, percentage, gift of any other
consideration contingent upon or resulting from the award or making of this Agreement.
ARTICLE 18 - TRUTH -IN -NEGOTIATION CERTIFICATION
Execution of this Agreement by the CONSULTANT shall act as the execution of a truth -in -negotiation
certificate certifying that the wage rates and costs used to determine the compensation provided for in
this Agreement are accurate, complete and current as of the date of the Agreement and no higher that
those charged the CONSULTANTS most favored customer for the same or substantially similar service.
The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine
that the rates and costs were increased due to inaccurate, incomplete or noncurrent wage rates or due
to inaccurate representation of fees paid to outside consultants. The CITY shall exercise its rights
under this "Certificate" within on (1) year following payment.
ARTICLE 19 - OWNERSHIP OF DOCUMENTS
CONSULTANT shall be required to work in harmony with other consultants relative to providing
information requested in a timely manner and in the specified form. Any and all documents, records,
disks, original drawings, or other information shall become the property of the CITY upon completion
for its use and distribution as may be deemed appropriate by the CITY.
ARTICLE 20 - NOTICE
Any notice, demand, communication, or request required or permitted thereunder shall be in writing
and delivered in person or sent by Certified Mail, Return Receipt required, postage prepaid as follows:
As to CITY:
Mr. Harry Mertz, City Manager
City of Parkland
6500 Parkside Drive
Parkland, FL 33067
As to CONSULTANT: Mr. A. Grant Thornbrough
A. Grant Thornbrough & Associates
132 N. Swinton Avenue
Delray Beach, FL 33444
Page 7
IN WITNESS WHEREOF, the City of Parkland, at a regular meeting thereof, by action of the City
Commission and directing the foregoing be adopted has caused these presents to be signed by the
Mayor, and it's seal to be hereunto affixed, and A L Grant Thornbroucjles executed this contract
all as of the day and year first above written.
CITY OF PARKLAND
Witness:
By:
Approved as to F m and Legal Sufficiency:
BY:
C' orney
CONSULTANT
Attest:
a•r
A. Grant Trnbrough, A.S.LA.
Witness:
ke,a/
BY:
Sal Pagliara .yor
{seal}
Name: n fact :,( .
Title: D .4-
Approved by City Commission on June 1 1994
Item # 4
Account #
Page 8
ATTACHMENT A
CITY OF PARKLAND
MASTER PARK PLANNING SERVICES
SCOPE OF WORK AND COMPENSATION
PROJECTED TIMELINE DESCRIPTION OF WORK
AGT HOURS TMA HOURS STAFF/CADD HOURS
May 28 - June 8 Initial meetings 8 8
Staff
Parks & Rec Board
Commission
Leagues - Sports groups
May 23 - June 10 Recreation Survey preparation 4 24 8
June 27 - July 8 Collection of Data - Research phase 4 30 8
June 29
July 1 - July 11
July 11 - July 19
July 20
July 21 - July 29
Inventory
Comprehensive Plan
Demographics
Standards
Participation
Current maintenance
County plans ( Pine Island area)
Survey due
Compile survey results 4 16
Graphics preparation of all above date 4 28
Report in booklet form
Overall City plan
Presentation to Commission 2 2
Sketch Master Plan Altematives - Terramar 4 25
4
16
12
Aug 1 - Aug 9 Sketch Master Plan Altematives - Pine Island
(including option property)
Sketch Altematives for Equestrian Center
Meet w/ staff - revise thru next week
Commission Meeting
Revisions and one plan each site
Preliminary Cost Estimates
Meet w/ staff
Commission Meeting
Revisions
Commission Meeting
Final colored Master Plans
Justification/Process completion
Cost Estimates and Phasing
Meet w/ staff
Revisions
Maintenance projections
Written report - completion of costs & maint.
Presentation to Commission
Aug 8 - Aug 9
Aug 10
Aug 17
Aug 18
Aug 30
Aug 31
Sept 7
Sept 8 - Sept 16
Sept 21
Sept 22 - Oct 7
Oct 11 - Oct 14
Oct 11 - Oct 25
Oct 26
Oct 27 - Nov 4
Nov 7 - Nov 10
Nov 14 - Nov 18
Nov 30
4
2
2
(Hourly)
2
(Hourly)
(Hourly)
4
2
2
2
25 12
8
8
20
8
20
24
16
2
10
10
8
2
4
4
8
24
8
2
Hourly Total 53 hrs 301 hrs 110 hrs
Hourly Rate 110./hr 75./hr 55./hr
Staff Total $34,455.00
Reimbursables allowance 1,500.00
Architectural allowance 2,500.00
Engineering allowance 3,500.00
The above schedule represents approximately 120 working days with completion following Thanksgiving.
Please note the allowances show for reimbursables, architect, and engineer. It is assumed that these
would only be billable if they become necessary.
As per our discussion this number does not include the topographic surveys.
NOTE: The number of hours specified herein are estimates only and represent the maximum compensable hours for
each task. If less hours are expended on a task, the compensation shall be reduced by the amount of hours
below the estimate multiplied by the hourly rate. The maximum compensable hours permitted shall be the
amount of hours listed multiplied by the applicable hourly rate unless the scope of work is materially changed in
writing by the both parties.
City of Parkland
6500 Parkside Drive
Parkland, Florida 33067
(305) 753-5040
Fax (305) 341-5161
MEMORANDUM
TO: ALL PROPOSERS
FROM: BRADFORD D. TOWNSEND, DIRECTOR OF PLANNING
SUBJECT: ADDENDUM # 1 TO RFQ-94-001 (REQUEST FOR 13
CONSULTANT) MASTER PLANNING AND CONCEPTUAL
DEVELOPMENT PLANNING OF THE EASTERN PARK AND THE
WESTERN PARK
DATE: FEBRUARY 3, 1994
RFQ 94-001 is being amended as it relates to the following scope
of services:
PAGE 8: PART II - STATEMENT OF WORK
Section 2-2 SCOPE OF WORK
Eliminate - Schematic Design
Eliminate - Design Development
PAGE 17: PART III - INSTRUCTIONS FOR PREPARING PROPOSALS
Section 3-1
Eliminate - THE PROPOSAL MUST INCLUDE A COST
BREAKDOWN OF THE PROPOSED WORK TO BE
COMPLETED WITHIN PHASE I AND A COST
BREAKDOWN OF THE PROPOSED WORK TO BE
COMPLETED WITHIN PHASE II
The Cost Breakdown will not be a consideration until a
"short list" has been determined based on qualifications.
/kqt
94-021
ATTACHMENT B
ATTACHMENT B
CONSULTANT
FOR
MASTER PLANNING AND CONCEPTUAL DEVELOPMENT PLANNING
OF THE EASTERN PARK AND TRE WESTERN PARK
RFQ NO. 94-001
City of Parkland
Planning Department
City Hall
6500 Parkside Drive
City of Parkland, Florida 33067
(305) 753 - 5040
1
TABLE OF CONTENTS.
RFQ 94-001
MASTER PLANNING AND CONCEPTUAL DEVELOPMENT PLANNING
OF THE EASTERN PARK AND THE WESTERN PARK
PART I
GENERAL INFORMATION PAGE
1-1 Definitions RFQ-1
1-2 Purpose RFQ-1
1-3 Proposal Submission and Withdrawal RFQ-1
1-4 Invitation to Propose RFQ-2
1-5 Contract Awards RFQ-2
1-6 Developments Costs RFQ-2
1-7 Inquiries RFQ-3
1-8 Timetable RFQ-3
1-9 Delays RFQ-3
1-10 Addenda RFQ-4
1-11 Selection Process RFQ-4
1-12 News Releases RFQ-4
1-13 Licenses - - - RFQ-4 ,
1-16 Insurance RFQ-5
PART II STATEMENT OF WORK
2-1 Work Objective RFQ-8
2-2 Scope of Work RFQ-8
2-3 Work Products Required RFQ-15
2-4
PART III INSTRUCTIONS FOR PREPARING PROPOSALS
3-1 Rules for Proposals RFQ-17
3-2 Proposal Format RFQ-17
PART IV EVALUATION OF PROPOSALS
4-1 Evaluation Method and Criteria RFQ-19
PART V STATEMENT OF NO RESPONSE
5-1 RFQ-20
Attachments MAP - EAST PARK
MAP - WEST PARK
GENERAL INFORMATION
PART I
RFQ 94-001
MASTER PLANNING AND CONCEPTUAL DEVELOPMENT PLANNING
OF THE EASTERN PARK AND THE WESTERN PARK
1-1 DEFINITIONS
For the purposes of this Request For Consultant, proposer' shall mean contractors,
consultants, proposers, organizations, firms, or other persons submitting a response to this
Request For Consultant.
1-2 PURPOSE
This Request For Consultants (RFQ) provides guidelines for the submission of proposals
in response to RFQ 94-001, "Master Planning and Conceptual Development Planning of the
Eastern Park and the Western Park ". The consultant will provide graphic representation
of three separate design layouts for both the east park and the west park Support
documentation for these layouts will include an analysis of the City of Parkland's park needs
as well as phasing for those needs to be supplied to include approximate time frames of
construction and cost of construction of the park facilities in each phase.
1-3 PROPOSAL SUBMISSION AND WITHDRAWAL
The CITY will receive proposals at the following address:
City of Parkland City Hall
Planning Department
6500 Parkside Drive
Parkland, Florida 33067
To facilitate processing please mark the outside of the envelope as follows: RFQ NO. 94-
001 "!Master Planning and Conceptual Development Planning of the Eastern Park and the
Western Park". The envelope shall also include the proposer's return address.
Proposers shall submit seven (7) copies of the proposal in a sealed, opaque envelope marked
as noted above. A proposer may submit the proposal by personal delivery or by mail.
THE CITY MUST RECEIVE ALL PROPOSALS BY 10:00 A.M. ON TUESDAY, MARCH
1, 1994.
1
The CITY cautions proposers to assure actual delivery of mailed or hand -delivered
proposals directly to the City's Planning Department at City Hall, 6500 Parkside Drive in
City of Parkland, Florida prior to the deadline set for receiving proposals. Telephone
confirmation of timely receipt of the proposal may be made by calling (305) 753-5040,
before proposal dosing time. A proposal received by the City of Parkland Punning
Department after the established deadline will be returned unopened to the proposer.
Proposers may withdraw their proposals by notifying the CITY in writing at any time prior
to the deadline for proposal submittal. After the deadline, proposals, become a record of
the CITY and will not be returned to the proposers.
Upon opening proposals are subject to public disclosure consistent with Chapter 119, Florida
Statutes. Proposers must invoke the exemptions to disclosure provided by law in the
response to the RFQ, and must identify the data or other materials to be protected, state
the reasons why such exclusion from public disclosure is necessary and the legal basis for
such exemption.
1-4 INVITATION TO PROPOSE
The CITY solicits offers for the services of responsible proposers to provide architectural
and engineering services in the analysis of existing facilities and the preparation of contract
documents to provide graphic representation of three separate design layouts for both the
east park and the west park. Support documentation for these layouts will include an
analysis of the City of Parkland's park needs as well as phasing for those needs` to be
supplied to include approximate time frames of construction and cost of construction of the
park facilities in each phase.
1-5 CONTRACT AWARDS
The City anticipates entering into a contract with the proposer who submits the proposal
judged by the City to be most advantageous. The City anticipates awarding one contract but
reserves the right to award more than one if in its best interest.
The proposer understands that this RFQ does not constitute an offer or a contract with the
proposer. A contract or agreement shall not be deemed to exist and is not binding until
proposals are reviewed and accepted by appointed staff and the best proposal has been
identified, approved by the appropriate level of authority within the City and executed by
all parties. A contract acceptable to the City Attorney shall be executed by both parties.
The City reserves the right to reject all proposals, to abandon the project or to solicit and
re -advertise for other proposals. The City may in its discretion waive any informalities and
irregularities contained in a proposal or in the manner of its submittal and award a contract
thereafter.
2
1.6 DEVELOPMENT CQSTS
Neither the City nor its representatives shall be liable for any expenses incurred in
connection with preparation of a response to this RFQ. Proposers should prepare their
proposals simply and economically, providing a straightforward and concise description of
the proposer's ability to meet the requirements of the RFQ.
1-7 INQUIRIES
Interested proposers may contact the Director of Planning, Bradford D. Townsend
regarding questions about the _ proposal at the Planning Department, City Hall, 6500
Parkside Drive, City of Parkland, Florida 33067, Telephone (305) 753-5040 or by facsimile,
(305) 345-5161. The Planning Department will also receive written requests for clarification
concerning the meaning or interpretations of this RFQ, until seven (7) days prior to the
submittal date.
The City may record its responses to inquiries and any supplemental instructions in the form
of written addenda. The Qty may mail written addenda before the date fixed for receiving
the proposals. Proposers shall contact the City to ascertain whether any addenda have been
issued. Failure to do so could result in an unresponsive proposal. Any oral explanation
given before the RFQ opening will not be binding
All proposers are expected to carefully examine the proposal documents. Any ambiguities
or inconsistencies should be brought to the attention of the Qty through Written
communication with the Qty prior to the opening of the proposals.
1-8 TIMETABLES
The City and proposers shall adhere to the following schedule in all actions concerning this
RFQ:
A. January 17.1994, the City issues the RFQ.
B. The City must receive the proposals by the 10:00 A.M. on March 1. 1994.
D. The City will review and evaluate the proposals in a timely manner.
E. The Qty may enter into a contract after obtaining appropriate approvals and
conducting negotiations. The Qty will notify all unsuccessful proposers.
3
1-9 DELAYS
The Qty may delay scheduled due dates if it is to the advantage of the City to do so. The
City will notify proposers of all changes in scheduled due dates by written addenda.
1-10 ADDENDA
If revisions become necessary, the city will provide written addenda to all proposers who
have received the RFQ. All addenda issued by the City will include a receipt form which
must be signed and included with any proposals that are submitted to the Qty. In the event
multiple addenda are issued, a separate receipt for each addendum must be included with
the proposal at the time it is submitted to the City.
1-11 SELECTION PROCESS
Selection shall be in accordance with the Consultants' Negptiations Act (F.S. 287.055). In
its discretion the City may require any proposer to make an oral presentation of the
proposal. These presentations provide an opportunity for the proposer to clarify the
proposal for the City. The City will schedule any such presentations.
1-12 NEWS RELEASES
The proposer shall obtain the prior approval of the City Manager's Office of all news
releases or other publicity pertaining to this RFQ or the service, study or project to'which
it relates.
1-13 LICENSES
Proposers, both corporate and individual, must be fully licensed and certified for the type
of work to be performed in the State of Florida at the time of RFQ receipt. The proposal
of any proposer that is not fully licensed and certified shall be rejected.
1-14 CODE OF ETHICS
If any proposer violates or is a party to a violation of the code of ethics of the Qty of
Parkland or the State of Florida with respect to this proposal, such proposer may be
disqualified from performing the work described in this proposal or from furnishing the
goods or services for which the proposal is submitted and shall be further disqualified from
bidding on any future proposals for work, goods or services for the City of Parkland. A
copy of the City and State Ethics Codes is available at the office of the City Clerk, City of
Parkland, 6500 Parkside Drive, Qty of Parkland, Florida 33067.
4
1-15 PROCUREMENT CODE
This Proposal is governed by City of Parkland Procurement Code. A copy of the
Procurement Code is available for your review at the City Purchasing Office.
1-16. INSURANCE REQUIREMENTS
The Proposer, if awarded a contract, shall maintain insurance coverage reflecting the
minimum amounts and conditions specified in the attached Sample Contract. In the event
the proposer is a governmental entity or a self-insured organization, different insurance
requirements may apply. Misrepresentation of any material fact, whether intentional or not,
regarding the proposer's insurance coverage, policies, or capabilities may be grounds for
rejection of the proposal and rescission of any awarded contract
WORKER'S COMPENSATION
The Consultant shall procure and maintain, for the life of this Contract/Agreement,
Worker's Compensation Insurance covering all employees with limits meeting all applicable
state and federal laws. This coverage shall include Employers' liability with limits meeting
all applicable state and federal laws. This coverage shall extend to any subcontractor that
does not have their own Workers' Compensation and Employer's Iiability Insurance. THE
POLICY MUST CONTAIN A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
PARKLAND, executed by the insurance company. Forty-five (45) days notice of cancellation
is required and must be provided to the City of Parkland via Certified Mail.
COMPREHENSIVE GENERAL LIABILITY
The Consultant shall procure and maintain, for the life of this Contract/Agreement,
Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence"
basis. Coverage shall include Premises and Operations; Independent Contractors' Products
and Completed Operations and Contractual Liability. This policy shall provide coverage for
death, personal injury or property damage that could arise directly or indirectly from the
performance of this Agreement.
The Minimum Limits of Coverage shall be S 300,000.00 per occurrence, Combined Single
Limit for Bodily Injury Liability and Property Damage Liability.
The C5ty of Parkland must be named as an additional insured unless Owners and
Contractors' Protective Coverage is also provided, or required. Forty-five (45) days written
notice must be provided to the City of Parkland via Certified Mail in the event of
cancellation.
5
The Consultant shall procure and maintain, for the life of the Contract/Agreement, Business
Automobile Liability Insurance.
The minimum limits of coverage shall be $ 300,000.00 per occurrence, Combined Single
Limit for Bodily Injury liability and Property Damage Liability. This coverage shall be an
'Any Auto" or "Comprehensive Form' type policy. -.
In the event the Consultant does not own any vehicles, we will accept the hired and non -
owned coverage in the amounts listed above. In addition, we will require an affidavit signed
by the consultant indicating the following:
"Company Name" does not own any vehicles.
In the event we acquire any vehicles throughout the term of his Contract/Agreement,
"Company Name" agrees to purchase 'Any Auto" or "Comprehensive Form"
coverage as of the date of acquisition.
Consultants Signature
The Qty of Parkland must be listed as an Additional Insured under the Policy. Forty-five
(45) days written notice must be provided to the Qty of Parkland via Certified Mail in the
event of cancellation.
PROFESSIONAL LIABILITY INSURANCE
The Consultant shall procure and maintain Professional Liability Insurance for the life of
this Contract/Agreement, plus two (2) years after completion. This insurance shall provide
coverage against such liability resulting from this Contract/Project. The minimum limits of
coverage shall be $300,000 with a deductible not to exceed $5,000. The deductible will be
the responsibility of the insured. Professional Liability policies shall include an endorsement
whereby the consultant or subconsultant indemnifies and holds harmless the City of
Parkland and each officer, agent and employee of the City of Parkland against all claims,
against any of them, for personal injury or wrongful death or property damage arising out
of the negligent performance of professional services or caused by an error, omission or
negligent act of the consultant or other professional or anyone employed by the
subconsultant or other professional. Forty-five (45) days written notice must be provided
to the City of Parkland via Certified Mail in the event of cancellation.
6
SUPPLEMENTAL PROVISIONS
1. The insurance coverage and conditions afforded by this policy(s) shall not be
suspended, voided, canceled or modified, except after forty-five (45) days prior
written notice by Certified Mail, Return Receipt Requested, has. been given to the
City of Parkland's department that originated this contract.
2. Certificates of Insurance meeting the specific required provision specified within this
Contract/Agreement shall be forwarded to the City of Parkland Department that
originated the contract, and approved prior to the start of any work or the possession
of any city property.
INDEMNIFICATION/HOLD HARMLESS AGREEMENT
Consultant shall, in addition to any other obligation to indemnify the City of Parkland and
to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City
of Parkland, their agents, elected officials and employees from and against all claims,
actions, liabilities, losses ('including economic losses), costs arising out of any actual or
alleged a) bodily injury,sickness, disease or death, or injury to or destruction of tangible
property including the loss of use resulting therefrom, or any other damage or loss arising
out of or resulting in claims to have resulted in whole or in part from any actual or alleged
act or omission of the Consultant,any subconsultant, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them may be liable in the performance of
the Work; or b) violation of law, statute, ordinance, governmental administration order, rule
regulation, or infringement of patent rights by Consultant in the performance of the Work;
or c) liens, claims or actions made by the Consultant or any subconsultant or other party
performing the Work.
The indemnification obligations hereunder shall not be limited by any limitation on the
amount, type of damages, compensation or benefits payable by or for the Consultant or any
subconsultant under worker's compensation acts; disability benefit acts, other employee
benefit acts or any statutory bar.
Any cost of expenses, including attorney's fees, incurred by the City of Parkland to enforce
this agreement shall be borne by the Consultant.
7
STATEMENT OF WORK
PART II
MASTER PLANNING AND CONCEPTUAL DEVELOPMENT PLANNING
OF THE EASTERN PARK AND THE WESTERN PARK
2-1 WORK OBJECTIVE
The work objective is the Master Planning and Conceptual Development Planning of the
east park and the west park located within the aty of Parkland This work will be divided
into two phases. Phase I to include the public participation and information gathering for
determination of the master plans for each park. Phase II will include the Consultant's
recommendations for the development of each park.
2-2 SCOPE OF WORK
The scope of design services includes an approved master plan. The consultant will provide
architectural, engineering, survey and design services to the Qty. Geotechnical services will
be provided by the owner.
The scope of the work shall include:
* Public Participation/Hearings (3 month time frame)
* Site Survey
* Master Plan Design/Review
* Schematic Design
* Design Development
PHASE I
PUBLIC PARTICIPATION/HEARINGS
The Consultant will begin with a cursory review of present park development policies as
contained in the City 's Comprehensive Plan, and other background information to be
provided by the City. In addition, the Consultant will review present demographic
characteristics as indicated by the 1990 census and determine trends as indicated by 1980
-1990 shifts among such factors as household size, age, income and other indicators of
recreation demand. The Consultant will also review in detail the present and planned park
and recreation facility inventory along with documentation of present park facility utilization
rates, park service areas and other indicators of the level of recreation needs satisfaction
provided by City staff. Finally, the Consultant will conduct three days of focus group
8
interviews with Qty staff, elected officials, civic and homeowner's associations, sports interest
groups and leagues, planning advisory boards, as well as development interest, in order to
array the range of public perceptions concerning present and future recreation needs and
the sharing of costs to meet those needs. Based on public input and a review of park
utilization rates supplied by the City, the Consultant will estimate future park development
needs, based both on park acreage and recreation facility considerations. These preliminary
needs assessments will then be given to the unique recreation preferences, priorities and
expectations of Parkland residents. Consultant will consider these needs assessments in an
evaluation of present recreation Goals, Objectives and Policies of the Comprehensive Plan.
PHASE II
The park standards set by the City will have direct impacts on City budgets to construct and
operate future parks. Consequently it is necessary to estimate such construction and
operation costs. Because future parks will be on properties dedicated to the Qty, park land
acquisition cost analyses are not included. Using examples of park construction experience
for various park types in South Florida, the Consultant will estimate park development costs
on an average cost per acre basis. Based on City and Broward County data on park
operation and maintenance costs, typical annual operations/maintenance costs per acre of
park will also be estimated. Based on the tasks involved and specific city direction in
response to park development scenarios, the Consultant will prepare a sn*nmary report
containing recommended refinements to park development. Consultant will make one final
public presentation and submit twenty-five report copies.
Section 1 - General Design Services
A. Scope
After written authorization from the Qty to proceed, the Consultant shall
review all material and documents previously assembled or prepared by the City, or
others retained by the Qty for the Project with the purpose of becoming familiar
with the objectives and intent of the City.
1. Topographical Survey Requirements
a) All lines of levels shall be checked by separate check level lines or on
previous turning points or benchmarks
) Minimum of four (4) permanent benchmark on-site; description and
elevation to nearest .01'.
c) Spot elevations at street intersection of 200 foot square grid covering
the property.
9
d) Plotted location of structures, man-made and natural features including
existing roads on the site.
e) Location, size, depth and pressure of water and gas mains, central
steam, and other utilities serving or on the property with spot
elevations at 100' intervals along lines except where otherwise noted.
Acquire all as -built available with source reference.
f) Location of fire hydrants available to property and size of main serving
each.
Above ground evidence of location of electric and telephone services
and characteristics of service available.
h) Location, size, depth and direction of flow of sanitary sewers,
combination sewers, storm drains and culverts serving or on property;
location of catch basins and manholes and inverts of pipe at each.
i) Name of operating authority of each utility.
j) Approximate location of mean high water line.
k) Trees of 2" and over (caliper 3' above ground) locate within 1'
tolerance and give 'species.
1) Individual specimen and protected plants flagged by owner. Give
species and caliper, ground elevation and outline clusters of understory
vegetation with species and quantity.
m) Perimeter outline only of protected habitat in areas determined by City
Staff.
2. Land (Boundary) Survey Requirements
a) Property dimensions in both U.S. Std. and District Std.
b) Boundary lines, giving length and bearing on each straight line;
interior angles; radius, point of tangency, and length of curved
lines.
c) Legal description, including measurements in recorded deeds
for comparison with observed.
10
d) Area in square feet if less than one acre, in acres (to .001 acre)
if over one acre.
e) Identity, jurisdiction and width of adjoining street and highways,
width and how paved. Identity of landmarks.
f) Encroachments, including cornices, belt courses, etc., either way
across property lines. -
g) Fences and walls; describe. Identify party walls and locate with
respect to property lines. (City to furnish title work)
h) Recorded or otherwise known easements and right-of-way, state
owner of right.
i) Possibilities of prescriptive rights-of-way and nature of each.
j) Anticipated street widening$
k) Individual lot lines and lot and block numbers. Street numbers
of buildings.
1) Zoning of property; if more than one zone, extent of each.
Zoning of adjacent property and property across street or
highway.
m) Reconciliation or explanation of any discrepancies between
survey and recorded legal description.
B. Site Analysis
1. Collect any additional site data determined necessary to the
development of the program and land use plan. Staff of the City will
work closely with the Consultant on this effort.
2. Prepare a site analysis taking into account vegetation, soils, climatic
conditions, hydrology, wildlife/relevant environmental components,
topography, traffic and accessibility (vehicular, pedestrian, bicycle, boat,
etc.), visual character, off-site influences and considerations, City
Comprehensive Plan and Open Space Plan, utilities, existing structures
and usage and requirements of other agencies. _
11
3. Develop a site summary diagram to include all relevant data obtained
during inventory and analysis.
C. Program Statement
1. Review and evaluate previously established goals and objectives for the
site.
2. Based upon the review of the site analysis, the Consultant will work
with the City to prepare a statement of the goals and objectives for the
site, and a program of potential and desired uses for the site.
Section 2 - Schematic Design Services
After written authorization from the Qty to proceed with Schematic Design
Services, Consultant shall perform the following services:
1. Work with City to define its relationship to the Comprehensive Plan.
2. Prepare design studies to define the design intent and concept for all
building and site.elements in the phase in sufficient detail to indicate
sizes, massing, dimensional relationships, materials and circulation to
accomplish the goals and objectives of the Qty of Parkland.
3. Prepare a cost estimate for construction.
4. Prepare presentation materials and review same with the Qty for
approval of design intent.
5. Provide five (5) complete sets of the schematic design.
6. The project fee as determined above shall include the cost of providing
the required sets of documents described above. Additional sets shall
be furnished at net production cost.
Section 3 - Design Development Services
A. Scope
After written authorization from the Qty to proceed with the Design
Development Service Phase, Consultant shall perform the following services:
12
1. Prepare design development documents consisting of design criteria;
drawings and outline specifications to develop and establish the scope
of a construction Project for a phase or phases of the Project, to
accomplish the goals and objectives of the aty of Parkland.
2. Prepare a preliminary cost estimate for the Project phase or phases
based on the information given in the preliminary design documents.
3. Provide five (5) complete sets of the design development documents.
4. The project fee shall include the cost of providing the required sets of
document described above. Additional sets shall be furnished at net
production cost.
Section 4 - City's Responsibilities
A. City shall:
1. Provide full information as to its requirements to the Project.
2. Assist Consultant by placing at his disposal all available information
pertinent to the site of the Project including previous reports and any other available
data relative to design and construction of the Project.
3. Furnish, or authorize Consultant to furnish, boundary, right-of-way and
utility surveys; easement and right of way descriptions; core borings, probings and
subsurface explorations; hydrographic surveys, laboratory tests and inspections of
samples and materials, and other special consultations.
4. Guarantee access to and make all necessary provisions for Consultant
to enter upon public lands as required for Consultant to perform his work under this
Agreement.
5. Examine all studies, reports, sketches, estimates, Specifications,
Drawings, proposals and other documents presented by Consultant and shall render
in writing decisions pertaining thereto within a reasonable time so as not to delay the
work of Consultant.
6. Advertise for proposals from bidders, open the proposals at the
appointed time and place and pay for all costs incidental thereto. Provided, however,
nothing herein shall obligate City to bid the Project or a phase thereof or to accept
any bid.
13
7. Provide such legal, financial, accounting and insurance counseling
services as may be required for the Project, excluding, however, any such services to
be performed by Consultant pursuant to other provisions of this Agreement; and any
such services to be performed by Consultant pursuant to other provisions of this
Agreement; and such auditing service as City may require to ascertain how or for
what purpose the Contractor has used the moneys paid to him under the construction
agreements.
8. Designate in writing a person to act as City's representative or to act
for the City Manager where approvals and authorizations are required by the City
Manager with respect to the work to be performed under this Agreement; such
person shall have the complete authority to transmit instructions, receive information,
interpret and define City's policies and decisions with respect to materials, equipment
elements and systems pertinent to the work covered by this Agreement.
9. Give prompt written notice to Consultant whenever City observes or
otherwise becomes aware of any defect in the Project.
10. Obtain approval of all governmental authorities having jurisdiction over
the Project and such ,approvals and consents from such other individuals or bodies
as may be necessary for completion of the Project.
11. Furnish or direct Consultant to provide, at City's expense, necessary
additional services as stipulated in Section 6 of this Agreement.
Section 5 - Period of Service
A. This agreement shall take effect upon execution of a contract by both parties and
shall be effective through completion of the project.
B. This agreement may be terminated as follows:
1. By the City, forty-five (45) days written notice to the other.
2. By mutual agreement at any time.
3. If for a period of two years no work shall have been required or performed
hereunder, this Agreement shall automatically terminate, provided Consultant
shall have been paid for any work performed prior to termination.
4. If this Agreement is terminated for any reason, and upon ten days written
notice by the City, except for breech of Contract by the Consultant, the
Consultant shall be paid for all work performed prior to termination and upon
14
deliver to the City copies of such studies, reports, sketches, estimates,
specifications, drawings, proposals and other documents as may be required
to provide the City with the work product for which the Consultant was paid.
5. The City and Consultant shall agree on a fee to be paid to Consultant in the
event of termination in the event Consultant has performed work or is to
perform work for which he had not been paid at the date of termination. If
the City and Consultant cannot agree on such' termination fee, the
disagreement shall be submitted to arbitration under rules of the American
Arbitration Association then appertaining in Broward County.
Section 6 - Consultant's Compensation
A. The Project Fee shall be negotiated with award to Consultant.
Section 7 - General Terms
A. Consultant binds himself and his partners, successors, executors, administrators, and
assigns of such other party of this Agreement and to the partner, successors,
executors, administrators, and assigns of such other party, in respect to all covenants
of the Agreement; except as herein stated, Consultant shall not assign, sublet or
transfer this Agreement or any rights hereunder without the written consent of the
City. Nothing herein shall -be construed as creating any personal liability on the party
of any officer or agent of any public body which may be a part hereto.
2-3 WORK PRODUCTS REQUIRED
Following the time schedule established by the City below, the Consultant shall provide at
no additional cost to the Owner the following interim and final products:
1. Original reproducible 24 x 3611 plans, either vellum or mylar, ready for printing as
p
presentation documents. Plans shall be sufficiently detailed at an appropriate
scale to provide a clear and accurate means of bidding and presentation. Included
on the plans must be all pertinent details, tables, schedules, sections, elevations,
and plans as appropriate to convey the design intent.
2. 3.5" computer disks labeled with Project name, date, and Consultant's name
including:
a. The design file(s) used to print the contract document prepared on
Microstation or dxf- le on AutoCad ready to import using the
layers. Layer assignments may be altered upon recommendation of
Consultant and written approval from the City Project Manager.
15
b. The plot files used to print the contract document prepared on
Micaostation or dxf file on AutoCad ready to import using the
layers.
c. Technical specifications and bidding documents prepared on Word
Perfect 6.0 or other program compatible for import.
d. Miscellaneous Project information including oast estimates,
preliminary analysis and correspondence as requested by the City
Project Manager.
3. Detailed cost estimates including schedule of items provided by size and
quantity, quality, method of installation, unit, unit costs, sub -totals and
totals as required.
4. Technical specifications and bidding documents typed on 8 1/2 x 11 single -
sided, white bond paper to co-ordinate with "front end" specifications.
Typical "front end" will be provide by the City for the awarded bidder's
information only. The City will prepare the necessary documentation for
the "front end" bid documents.
S. Preliminary Analysis including charrette solutions for presentation to the
City Landscape Architect for approval.
6. Proposed Schedule of Work including preliminary meeting dates and
anticipated completion schedule to meet City needs.
16
INSTRUCTIONS FOR PREPARING PROPOSALS
• PART III
3-1 RULES FOR PROPOSALS
The proposal must name all persons or entities interested in the proposal as principals. The
proposal must declare that it is made without collusion with any other person or entity
submitting a proposal pursuant to this RFQ.
THE PROPOSAL MUST INCLUDE A COST BREAKDOWN OF THE PROPOSED
WORK TO BE COMPLETED WITHIN PHASE I AND A COST BREAKDOWN OF
THE PROPOSED WORK TO BE COMPLETED WITHIN PHASE II.
3-2 PROPOSAL FORMAT
Proposers shall prepare their proposals using the following format
A. Letter of Transmittal - This letter will summarize in a brief and concise
manner, the proposer's understanding of the scope of work and make a
positive commitment to timely perform the work. The letter must name all
of the persons authorized to make representations for the proposer, including
the titles, addresses, -and telephone numbers of such persons. An authorized
agent of the proposer must sign the Letter of Transmittal indicting the
agent's title or authority. The letters should not exceed two pages in length.
B. Statement acknowledging receipt of each addendum issued by the City.
C. Qualifications and experience of the firm(s)/mdividual(s) who will provide the
services. The submission should include:
1. Details on the qualifications of the individuals) who will perform the
work; including curriculum vitae, relevant college, graduate or
professional courses and experience in similar work.
2. Description of equipment and resources available.
3. Examples of design quality and awards received.
4. Details on the qualifications of the firm, including documentation of
the firm's experience on similar projects included on the A.LA. 2541255
forms.
17
List at least three (3) current and pertinent professional and financial
references (name, address, and phone number) that the City may
contact in relation to the proposer's qualifications and experience in
similar type work.
6. List at least three (3) former clients (name, address, telephone
number) that can serve as a reference on similar past jobs performed
by the proposer.
Completed standard A.I.A. 254/255 forms.
D. Scope of Work - This section of the proposal should explain the Scope of
Work as understood by the proposer and detail the approach, activities and
work products. The proposal shall also include:
o a rationale for the approach taken
o the methods and materials used
o a project completion schedule
o a project loading chart
o schedule of deliverables
o a list of work -product which the proposer will provide
o a list of any assistance the City may be requested to provide the
proposer
o other
E.
Availability - Indicate current and anticipated workloads and availability for
other activities. Identify the extent and nature of any anticipated outside
support.
18
EVALUATION OF PROPOSALS
• PART IV
4-1 EVALUATION METHOD AND CRITERIA
The City will evaluate proposals and will select the proposer which meets the best interests
of the City. The City shall be the sole judge of its own best interests, the proposals, and the
resulting negotiated agreement. The City's decisions will be final."
The City's evaluation criterion may include but shall not be limited to consideration of the
following
Qualifications:
Availability of qualified design and construction administration personnel
Availability of equipment necessary for design/survey services
Ability to meet set standards for design quality
Expertise of human resources on similar projects
Qualifications of the firm and staff assigned to this project
References from clients on similar projects
- - • Technical:
Understanding of the project site and design program
Technical soundness and content of proposal
Scope of Work and design methodology employed
Financial:
Evidence of insurances and/or bonding requirements of the City
Evidence of accurate cost estimates
Nature and extent of cost increases during construction and extension of time
Other:
MBE/WBE Status
Previous design experience with the City and/or on similar projects
Performance under past construction administration contracts with the City and/or
on similar projects
Ability to complete the consultant's task within the schedule determined
by the City
Oral Presentation
19
STATEMENT OF NO RESPONSE
RFQ NO. 94-001
Master Planning and Conceptual Development Planning of the Eastern Park and the Western Park
If you are not submitting a proposal on this service/commodity, please complete and return this form to:
City of Parkland Planning Department, 6500 Parkside Drive, City of Parkland, Florida 33067.
Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the Qty of
Parkland.
COMPANY NAME:
ADDRESS:
TELEPHONE:
SIGNATURE:
DATE:
We, the undersigned have declined to propose on
service/commodity because of the following reasons:
Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below)
Insufficient time to respond to the Request For Consultant
We do not offer this service, product or an equivalent
Our production schedule would not permit us to perform
Unable to meet specifications
Unable to meet bond requirements
Specifications unclear (explain below)
Other (specify below)
REMARKS:
20
1
TRACT 0
WETLANDS
( 8.78 ACRES )
CITY OF PARKLAND
EAST PARK
DRAFT FUTURE DEVELOPMENT
LEAN Ps@[EVY
4167 aerie
PREPARED BY CITY OF PARKLAND
PLANNING DEPARTMENT
DIRECTOR BRADFORD 0. TO11NSEND
PLOT FILE: ECOMI01.00 PLOT DATE: 12/23/93
FILE NAME: C:/MAPS/PROJECT/ECOMPARK.OGN
REVISIONS
12/23/93 DDT
til
TRACT E
aTta. ,i .
1.111 .ma. LITRE
LEAs1E
MsCIEMl
ta{fJf I1Y
sas.0
\ C!\ 11/OI\
(3 11111111k
\ \�\ \LT\
\\ \�3..
\ 11E6YATIOI /
V.`�
\ /
(%11 \CRE5. 4 /
i�
ii 1 ♦ %Mil
CRT�
SCALE
.asks .mow s
oP`'E
6