rfqu 2015-18 architectural design services for poinciana …

45
REQUEST FOR QUALIFICATIONS RFQu 2015-18 ARCHITECTURAL DESIGN SERVICES FOR POINCIANA CAMPUS The District Board of Trustees of Valencia College, Florida is accepting statements of qualifications and letters of interest from architectural firms and their proposed design team (landscape, structural, MEP, FP and IT) to provide design services for the College’s new Poinciana Campus, per the Scope of Services. Questions regarding this qualification submittal should be directed in writing via e-mail to [email protected]. Those Firms that are not able to attend the pre-submission conference are responsible for checking the Valencia Procurement website for any addenda or changes to the RFQu document. Addenda may be issued following a pre- submission conference that changes the scope of work or other mandatory requirements of the solicitation. Firms that do not indicate the receipt of addenda as posted on the Valencia’s website will be deemed as not responsive and their qualification packet will not be considered. Requests for Qualification Documents are available on the College’s Procurement Department website at: http://valenciacollege.edu/procurement/bids.cfm Qualification packets shall be delivered prior to 3:00 PM on March 6, 2015 to the following address: Valencia College Procurement Office, Third Floor Park Place at Metro West 1768 Park Center Drive Orlando, FL 32835 Late submittals will not be accepted. After the closing time, the firm’s submittals will be opened for the sole purpose of recording the names of the firms submitting. Respondents are cautioned that they are responsible for delivery of proposals to the Valencia Procurement Office. Therefore, if your qualification packet is delivered by an express mail carrier or by any other means, it is your responsibility to ensure delivery to the Procurement Department. Valencia Procurement Department will not be responsible for deliveries made to any other Valencia locations. Campus maps and directions may be found at http://www.valenciacollege.edu/aboutus/locations/. Any Firm requiring a special accommodation at the public meetings because of a disability or physical impairment should contact the Procurement Department at [email protected] at least three (3) working days prior to any meeting. The District Board of Trustees of Valencia College, Florida reserves the right to waive minor, nonmaterial irregularities in any or all qualifications and accept or reject, in part or in full, any or all qualifications. Rhonda Ulmer Director of Procurement Services

Upload: others

Post on 25-Mar-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR QUALIFICATIONS

RFQu 2015-18 ARCHITECTURAL DESIGN SERVICES FOR POINCIANA CAMPUS

The District Board of Trustees of Valencia College, Florida is accepting statements of qualifications and letters of interest from architectural firms and their proposed design team (landscape, structural, MEP, FP and IT) to provide design services for the College’s new Poinciana Campus, per the Scope of Services.

Questions regarding this qualification submittal should be directed in writing via e-mail to

[email protected].

Those Firms that are not able to attend the pre-submission conference are responsible for checking the Valencia

Procurement website for any addenda or changes to the RFQu document. Addenda may be issued following a pre-

submission conference that changes the scope of work or other mandatory requirements of the solicitation. Firms that

do not indicate the receipt of addenda as posted on the Valencia’s website will be deemed as not responsive and their

qualification packet will not be considered. Requests for Qualification Documents are available on the College’s

Procurement Department website at: http://valenciacollege.edu/procurement/bids.cfm

Qualification packets shall be delivered prior to 3:00 PM on March 6, 2015 to the following address:

Valencia College Procurement Office, Third Floor Park Place at Metro West 1768 Park Center Drive Orlando, FL 32835

Late submittals will not be accepted. After the closing time, the firm’s submittals will be opened for the sole purpose of

recording the names of the firms submitting. Respondents are cautioned that they are responsible for delivery of

proposals to the Valencia Procurement Office. Therefore, if your qualification packet is delivered by an express mail

carrier or by any other means, it is your responsibility to ensure delivery to the Procurement Department. Valencia

Procurement Department will not be responsible for deliveries made to any other Valencia locations. Campus maps and

directions may be found at http://www.valenciacollege.edu/aboutus/locations/.

Any Firm requiring a special accommodation at the public meetings because of a disability or physical impairment should

contact the Procurement Department at [email protected] at least three (3) working days prior

to any meeting.

The District Board of Trustees of Valencia College, Florida reserves the right to waive minor, nonmaterial irregularities in

any or all qualifications and accept or reject, in part or in full, any or all qualifications.

Rhonda Ulmer Director of Procurement Services

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

2

Section A: CALENDAR OF EVENTS AND PUBLIC MEETINGS

REQUEST FOR QUALIFICATIONS

The calendar of events may be modified, in the best interest of the College. If the College determines that It is necessary to change these dates/times prior to the proposal due date, the change will be announced via an addendum.

Action: Date:

RFQu Released February 16, 2015

Cut-off date for Questions by Respondents Ten (10) calendar business days prior to Proposal Due

Date and Time

Proposal Due Date and Time March 6, 2015 @ 3:00 PM, Eastern Time Procurement

Services, 1768 Park Center Drive Orlando, FL 32835 3rd

Floor

Review and Evaluation of Proposals March 18, 2015 @ 1:30 PM District Office Room: 502

Interview the top ranked Firms. March 31, 2015 @ 9:00 AM District Office Room: 502

Submit Selection for Board April 1, 2015

Board Meeting April 22, 2015 @ 9:00 AM Winter Park Campus Room:

225-226

Campus maps and directions may be found at http://www.valenciacollege.edu/aboutus/locations/.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

3

SECTION B: GENERAL TERMS AND CONDITIONS

DEFINITIONS

“Addenda”

A change or modification to the Work, drawings, specifications or other requirements, issued prior to the receipt of proposals.

Firms are required to acknowledge receiving each addenda and to include the price of the Work involved to the same extent as

if the Work was originally shown and/or specified.

“Amendment”

A modification(s) made only after execution of the “Contract”. It can be changes in the “Work” within the General scope of

the “Contract” consisting of additions, deletions or other revisions, and the “Contract” sum will be adjusted accordingly. All

such changes in the “Work” shall be authorized by an “Amendment” and shall be executed under the applicable conditions

of the “Contract.”

Request for Qualification (“RFQu”)

The document prepared by the “College” or its representatives, which defines the Scope of Work, Specifications, or

Scope of Services and other administrative or procedural requirements necessary for the development and submission of

Proposals.

“Proposal”

The offer or bid of the Firm submitted on the prescribed form required by the College, which sets forth the prices for the

Work to be performed.

“Documents”

The documents required when submitting a “Proposal”. They can be drawings, specifications, time lines, charges,

Proposal Form, authorized signatories form, “Addenda”, references, drug free workplace form, conflict/non-conflict of

interest statement, occupational license(s), W-9 form, and other forms or documents deemed necessary by the College.

“Firm”

The person, organization, or authorized representative submitting a Proposal to the “College” and identified as such in the

Proposal.

“College”

The “College” refers to the owner and the “District Board of Trustees of Valencia College Florida,” A Political Subdivision of

the State of Florida, and Identified as such in the “Contract” and is referred to throughout the “Contract” Documents.

The term College means the owner or his authorized representative.

The College is the organization identified as such in the Agreement and referred to throughout the Contract Documents as

if singular in number and masculine in gender.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

4

“Contract Documents”

The Contract Documents consist of the Contract, conditions of the Contract (General, Supplementary and other

Conditions), Drawings, Specifications, Proposal Documents, Addenda issued prior to the execution of the Contract, other

documents listed in the Contract, and modifications issued after execution of the Contract. The Contract represents the

entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or

agreements, either written or oral.

“Contract”

The Contract represents the entire and integrated agreement between the parties, and supersedes all prior negotiations,

representations, or agreements, either written or oral, including the bidding documents. The Contract may only be modified

by a fully executed Amendment. The “College” reserves the right to issue a Contract in the form of a Purchase Order for

certain goods and services, in which case, all Contract terms and conditions referred to in the RFQu, shall be applicable

thereto.

“Contractor”

The Contractor is the person or organization identified as such in Contract and is referred to throughout in the Contract. The

term Contractor means the Contractor or his authorized representative who is licensed to do business by the laws of the State

of Florida.

“Evaluation Process”

Is the time after a Proposal opening and before the issuance of an award during which time a Proposal is examined and

reviewed for compliance with the requirements of the Contract Documents.

“Subcontractor”

The Contractor shall not contract with any Subcontractor or any person or organization, which is proposed to furnish portions of

the Work designated in the Contract Documents or in the Instructions to Firms, who has been rejected by the College. The

Contractor will not be required to contract with any Subcontractor or person or organization against which he has a reasonable

objection.

A Sub-subcontractor is a person or organization that has a direct or indirect Contract with a Sub-contractor to perform any of

the Work required by the Contract Documents.

Nothing contained in the Contract Documents shall create any contractual relation between the College and any Subcontractor

or Sub-subcontractor.

The College shall have no obligation to pay or to see to the payment of any monies to any Subcontractor or Sub-subcontractor

except as may otherwise be required by law.

“Time is of the Essence”

Contract term providing that performance at a specified time or within a specified period is essential to the timely fulfillment of

the Contract requirements and enforceability of time constraints within the Contract.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

5

“Work”

The term Work includes all labor necessary to produce the required services or construction required by The “Contract,” and all

materials and equipment incorporated or to be incorporated into such services or construction. All Work shall be in compliance

with all applicable code and regulatory requirements.

”Substantial Completion”

The date as certified by the College when the construction of the Project or a specified part thereof is sufficiently

completed, in accordance with the Contract Documents, so that the Project or specified part can be utilized for the

purposes for which it was intended: or if there is no such certification, the date when final payment is due.

Laws, Ordinances, Rules, Regulations, Permits, and Licenses

The Firm shall observe and obey all the laws, ordinances, rules, regulations, and policies of Valencia and the federal and state governments which may be applicable to the Firm’s operation at Valencia, and shall, at the sole cost of the Firm, obtain and maintain all permits and licenses necessary to comply with such requirements and standards.

Contract

The negotiated contract / agreement resulting from this Request for Qualifications process will be governed by the terms and conditions contained in the RFQu and as negotiated prior to contract execution. The appropriate AIA Documents may be utilized to supplement the agreement on an as needed basis, at the discretion of the College.

Assignment

Neither this agreement nor any duties or obligations under this agreement or resulting contract(s) shall be assigned by Firm without prior written consent of the College.

Firm’s Expense

All qualifications submitted in response to this RFQu, conference attendance and visits to Valencia must be at the sole expense of the Firm, whether or not any agreement is signed as a result of this Request for Qualification.

Confidentiality

The respondent is hereby warned that any part of his qualification or any other material marked as confidential, proprietary, or trade secret, can only be protected to the extent permitted by Chapter 119, Florida Statutes (Public Records Law).

Independent Firm

Nothing herein is intended or shall be construed as in any way creating or establishing the relationship of co-partners between the parties or in any way making the Firm, the agent, or representative of the College for any purposes in any manner whatsoever. Firm is, and shall remain, an independent Firm with respect to all services performed.

Hold Harmless

A. The Firm shall indemnify, defend, and pay on behalf of and hold completely harmless the College (“College” includes, without limitation, members of the College's Board of Trustees, officers, employees, contractors and agents) from and against any and all liabilities (including statutory liability and liability under Workers' Compensation Laws), losses, suits, claims, demands, judgments, fines, damages, costs and expenses (including all costs for investigation and defense thereof, including, but not limited to, court costs, paralegal and expert fees and reasonable attorneys' fees) which may be incurred by, charged to or recovered from any of the foregoing (i) by reason or on account of damage

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

6

to or destruction of any property of the College, or any property of, injury to or death of any person resulting from or arising out of or in connection with the performance of this Agreement, or the acts or omissions of the firm (“the firm“ includes, without limitation, its officers, agents, employees, subcontractors, licensees or invitees), regardless of where the damage, destruction, injury or death occurred, unless such liability, loss, suit, claim, demand, judgment, fine, damage, cost or expense was proximately caused solely by the College’s negligence or by the joint negligence of the College and any person other than the firm, or (ii) arising out of or in connection with the failure of the firm to keep, observe or perform any of the covenants or agreements in this Agreement which are required to be kept, observed or performed by the firm. College agrees to give the firm reasonable notice of any suit or claim for which indemnification will be sought hereunder, to allow the firm or its insurer to compromise and defend the same to the extent of its interests, and to reasonably cooperate with the defense of any such suit or claim. In carrying out its obligations under this section, the firm shall engage counsel reasonably acceptable to College. The indemnification provisions of this Section shall survive the expiration or earlier termination of this Agreement with respect to any acts or omissions occurring during the term of the Agreement.

B. The firm shall assume all responsibility for loss incurred by College caused by the firm‘s neglect or violation of any state or Federal law, state or municipal or agency rule, regulation or order. The firm shall give to the proper authorities all required notices relating to its performance, obtain all official permits and licenses, and pay all proper fees and taxes. It shall promptly undertake proper monetary restitution with respect to any injury that may occur to any building, structure or utility in consequence of its work. The firm will notify the College in writing of any claim made or suit instituted against the firm because of its activities in performance of this Agreement.

C. In any and all claims against the College, or any of its officers, trustees, agents, contractors, or employees, by any employee of the firm, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation of the firm under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefit payable by or for the firm or any subcontractor under worker's compensation acts, disability benefit acts, or other employee benefit acts.

D. No provisions of this Section herein shall be construed to negate, abridge, or otherwise reduce any other right of indemnity that College may have as to any party or person described therein.

Insurance

A. The firm shall purchase and maintain in force during the term of this Agreement, at its own cost and expense, to protect the College, (including, without limitation, all members of the College’s Board of Trustees, officers, agents, and employees) from and against any and all liabilities, arising out of or in connection with the firm’s performance of its obligations hereunder, general liability and other insurance, including professional liability ( errors and omissions), and automobile liability insurance, with limits of coverage reasonably acceptable to the College and with contractual liability coverage for the firm's covenants to and indemnification of College under this Agreement. The College requires an insurer authorized to do business under the laws of the state of Florida with a BEST guide rating of B+ V or higher covering the firm‘s officers, employees, agents, servants and its subcontractors (if any) engaged in the provision of services under this Agreement upon the following terms and conditions and for the specified amounts:

i. Statutory workers’ compensation insurance covering the firm‘s Employees; and

ii. Employer’s liability insurance with a minimum limit of $100,000.00 per occurrence; $200,000.00 combined with respect to any employee not covered by workers’ compensation insurance; and

iii. Commercial general liability insurance, including owned, non-owned and hired automobile liability coverage, applicable to personal injury and property damage, with a combined single limit of not less than $1 million per occurrence, $2 million aggregate; and which shall contain:

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

7

a. Provision or endorsement naming The District Board of Trustees of Valencia College, Florida as an additional insured with respect to liability arising out of the performance of any services by the firm or its employees, officers, agents, or servants under this Agreement and providing that such insurance is “primary” insurance with respect to College’s interests and that any other insurance maintained by College is excess and not contributing insurance with the insurance required hereunder;

b. A waiver of subrogation with respect to the additional insured; and

c. Provision or endorsement stating that such insurance will include contractual liability specifically referring to liability assumed by the firm under this Agreement, including, without limitation, that set forth in this Agreement.

iv. Insurance to cover dishonest acts by Employees with a limit of not less than $25,000.00; and

v. Statutory unemployment insurance.

vi. Professional Liability Insurance-errors and omissions- $1,000,000.00, each occurrence.

Any and all certificates called for by this subparagraph shall also specify that not less than thirty (30) days written notice shall be given to the College prior to cancellation, termination or modification of a policy of insurance required by this subparagraph.

B. The firm agrees that the “District Board of Trustees of Valencia College, Florida” (including, without limitation, all members of the College’s Board of Trustees, officers, agents, and employees) shall be named as additional insured’s under such policy or policies of insurance. All such insurance shall provide that it is primary insurance as respects any other valid insurance College may possess, including any self-insured retention or deductible College may have, and that any other insurance the College does possess shall be considered excess insurance only. All such insurance shall be carried with a company or companies that are acceptable to the College, and said policies shall be in a form satisfactory to College. The declaration page(s) from all insurance policies obtained by the firm in accordance with this Paragraph E, or a properly completed Certificate of Insurance on a form provided by the College, shall be furnished to the College upon the execution of this Agreement, and said declarations page(s) or Certificate of Insurance shall provide that such insurance coverage will not be reduced or canceled without at least thirty (30) days prior written notice to College. Prior to the expiration of any such policy, the firm shall file with College a certificate of insurance showing that such insurance coverage has been renewed. If such insurance coverage is canceled or reduced, the firm shall, within five (5) days after such cancellation or reduction in coverage, file with College a certificate showing that the required insurance has been reinstated or provided through another insurance company or companies approved by College. If the firm fails to obtain or have such insurance reinstated, College may, if it so elects, and without waiving any other remedy it may have against the firm, immediately terminate this Agreement. The firm shall require and ensure that each of its sub-contractors providing services hereunder (if any) procures and maintains, until the completion of the services, insurance of the types and limits specified herein.

C. Compliance with these insurance requirements shall not relieve or limit the firm’s liabilities and obligations under this contract. Failure of the College to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the College to identify a deficiency from evidence provided will not be construed as a waiver of the firm’s obligation to maintain such insurance.

Public Crimes

A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal to provide any goods or services to a public entity, may not submit a Proposal with a public entity for the construction or repair of a public building or a public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

8

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 of the Florida Statutes for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list.

Prohibition Against Contingent Fees

Firms are hereby notified that the contract entered into by Valencia for professional services will contain a prohibition against contingent fees as follows: “The architect warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the architect to solicit or secure this agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the architect any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement.” For the breach or violation of this provision, the College shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration.

Proposed Materials

The material submitted in response to the Request for Qualifications becomes the property of the College upon delivery to the Procurement Department and is to be appended to any formal document, which would further define or expand the contractual relationship between the College and the firm. All of the material will be considered as part of this Request for Qualification.

Proprietary Material

All rights to proprietary material must be transferable to the College in the event the firm goes out of business.

Ownership of Work Products

The College will be considered the owner of all work products produced under the contract that results from this RFQu.

RFQu Interpretation

Interpretation of the wording of this document shall be the responsibility of the College and that interpretation shall be final.

Errors and Omissions

The firm is expected to comply with the true intent of this RFQu taken as a whole and shall not avail itself of any errors or omissions to the detriment of the services. Should the firm suspect any error, omission, or discrepancy in the specifications or instructions, the firm shall immediately notify the College, in writing, and the College shall issue and post a written amendment. The firm is responsible for the contents of its qualification and for satisfying the requirements set forth in the RFQu.

Firm’s Responsibility

It is understood and the firm hereby agrees that it shall be solely responsible for all services that it proposes, notwithstanding the detail present in the RFQu. If selected, the firm shall submit to Procurement Services a quarterly report showing the names, projects, and dollars spent with any minority or women owned sub-firms and/or firms.

Qualification Rejection

The College shall have the right to reject any or all qualifications and in particular to reject a qualification not accompanied by data required by the RFQu or a qualification in any way incomplete or irregular. Conditional qualifications will not be accepted.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

9

Performance Inquiry

As part of the evaluation, the College may make inquiries to determine the ability of the firm to perform the work. The College reserves the right to reject any qualification if the firm fails to satisfy the College with proper qualifications to carry out the obligations of the contract.

Severability

If any provisions of the agreement resulting from this RFQu is contrary to, prohibited by, or deemed invalid by applicable laws or regulations of any jurisdiction in which it is sought to be enforced, then said provisions shall be deemed inapplicable and omitted and shall not invalidate the remaining provisions of the agreement.

In the event any provision of this agreement shall be held invalid or unenforceable by a court of competent jurisdiction, or by an administrative hearing officer in accordance with Chapter 120, Florida Statutes, such holding shall not invalidate or render unenforceable any other provision hereof.

Venue

This contract, and any disputes hereunder, shall be construed in accordance with the laws of the State of Florida and enforced in the courts of the State of Florida. College and firm hereby agree that venue shall be in Orange County, Florida.

Lobbying

Firms are prohibited from using funds provided under this RFQu for the purpose of lobbying the Legislature or any official, officer, commission, board, authority, council, committee, or department of the executive branch or the judicial branch of state government.

Americans with Disabilities Act of 1990

If special accommodations are required in order to attend the Pre-qualification meeting and/or the Qualification opening, please notify the Procurement Department at [email protected] at least three (3) working days prior to the meeting.

Protest of Specifications

Any Notice of Protest involving the specifications/term/conditions or any other aspect of the Request for Qualifications must be filed in writing within seventy-two (72) hours after posting of the solicitation. Formal written protest must be filed within ten (10) days after the date of the Notice of Protest is filed; noting references to the specific statutes the protest is based upon. Failure to file a protest within the time prescribed in 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Protest of Award

The recommended award will be available for review at the Procurement Office and electronically posted on the Procurement Web-site prior to submission through the appropriate approval process. Failure to file a written protest within the time prescribed in 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. A lobbying blackout period shall commence upon issuance of the solicitation until the Board selects the successful Contractor. For procurements that do not require Board approval, the blackout period commences upon solicitation issuance and concludes upon contract award

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

10

Availability of funds

The obligations of Valencia College under this award are subject to the availability of the funds lawfully appropriated for its purpose by the State of Florida and the District Board of Trustees.

Payment

Partial payments in the full amount for the value of items received and accepted may be requested by the submission of a properly executed invoice, with supporting documents if required. Payment for accepted equipment/supplies/services will be accomplished by submission of an invoice to:

Valencia College Accounts Payable PO Box 3028 Orlando, FL 32802 Phone (407) 582-3379 Invoices must include the purchase order number resulting from this Request for Qualifications.

Pricing

The College shall negotiate pricing with the highest ranked Firm. The College and Firm will agree upon compensation that is determined by the College to be fair, competitive and reasonable. In making such determination, the College shall conduct an analysis of the cost of the professional services required in addition to considering the scope and complexity of the project.

Drug-Free Workplace Certification

In the event that multiple RFQu responses directed to any state or political subdivision related to the procurement of commodities or contractual services are equal in respect to price, quality and service, as determined by the College, preference for award shall be to those businesses that have implemented a Drug-Free Workplace Program, in compliance with Florida Statute 287.087, without limitation. By signing the Signature Page identified herein, you are in compliance with this Statute.

State Requirements for Educational Facilities (SREF)

The SREF is generally organized by sequence of steps required in the facilities procurement process and covers general definitions, property acquisition/disposal, finance, lease and lease-purchase, historic buildings, program development, professional services, inspection services, design standards, and inspection standards.

References

Florida Board of Professional Engineers- http://www.fbpe.org/ Florida Building Code- http://www.floridabuilding.org Florida Department of Education (FDOE) - http://www.fldoe.org Florida Statute 2006- http://www.flsenate.gov/Statutes/index.cfm State Requirements For Educational Facilities (SREF) - http://www.firn.edu/doe/rules/begin.htm

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

11

Section C: PROJECT SCOPE

The College is soliciting architectural firms and their proposed design team (landscape, structural, MEP, FP and IT) to provide

design services for Valencia College’s new Poinciana Campus. One firm and its consultant team will be chosen to provide the

following design services:

1. Master Planning of approximately 20 acres, which will include a total of three or four educational buildings, parking and a Plant Operations Facility. Each educational building will be between 60,000 SF and 80,000 SF.

2. Complete design of Building 1, including structural, landscape and all MEP. Civil engineering will be a separate contract through the College, the design team selected via this RFQu will be required to coordinate their design with the civil engineer. The program for this building will include lecture classrooms, computer labs, science labs, offices, a library/learning resource center, a bookstore, food service and student support administration areas. A separate Plant Operations Facility will also be part of the design required. Plant operations will be designed to serve Building 1, as well as, future expansion to accommodate the entire campus master plan.

3. Construction administration services for the construction of Building 1 and the Plant Operations Facility.

4. Provide complete architectural services and related services to include: verification of existing conditions, schematic, design development, construction documents and obtain applicable permits.

5. Provide required Green Globe analysis and certification.

6. Schedule and orchestrate meetings with College staff.

7. Provide investigation, identification, analysis, and recommendation associated with bidding, GMP negotiations, value engineering, and cost change evaluation.

8. Work with the College selected Construction Manager to ensure completion of project.

9. Review, inspect, and report on specific areas of construction when requested.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

12

SECTION D: SUBMITTAL INFORMATION

Instructions for Preparing Proposals

To ensure that all Statements of Qualifications are fairly evaluated, scored, and ranked, it is very important that the Statements of Qualifications are prepared according to the prescribed format. Failure to follow this requirement may result in the disqualification of your Statement of Qualifications.

A. To be considered, one (1) original and five (5) copies as well as one (1) digital on either a CD-ROM or USB flash media in PDF format of each Statement of Qualifications must be received at the College’s Procurement Department (MC DO-38), 1768 Park Center Drive Orlando, FL 32838, no later than the date and time listed on the RFQ Schedule. Statements of Qualifications should be mechanically bound and should be limited to not more than 40 (8.5 inch x 11 inch) pages printed on one side excluding covers, dividers, entire original RFQ and the requested forms in the RFQ. Oversize pages will be counted as two pages. Submissions in excess of 40 pages will not be disqualified; however, clarity, conciseness, and brevity will be evaluated in completeness and responsiveness.

B. Do not alter the RFQ in any way. Do not take it apart to use it in sections of your proposal. The entire RFQ will become part of the final contract between the College and the Firm.

C. The submittal must include a completed, fully executed signature page in Tab 1.

D. The Statement of Qualifications shall be signed by a person or persons legally authorized to bind the Firm to a contract. A Statement of Qualifications submitted by an agent shall have a current Power-of-Attorney attached certifying agent’s authority to bind Firm.

Proposal Format

To ensure that all qualification packets are fairly evaluated, scored, and ranked, it is very important that the requested information be prepared and submitted in the order listed below:

Tab 1 Respondent’s Submittal Information (Weighted Value 5) a. Letter of Intent: This letter will summarize in a brief concise manner, the firm understands the Scope of Work and

make a positive commitment to perform the work/service in a timely manner. The letter must be signed by an official authorized to make such commitments and enter into a contract with the College. The letter must indicate the official’s title or authority. The letter should not exceed one (1) page in length.

b. Signature Page, Attachment 1. c. Acknowledgement of Addenda: Include the signed and dated acknowledgement page of the last/final addendum

issued by the College, if applicable, Attachment 2. d. Conflict of Interest and Disputes Disclosure Form, Attachment 3. e. Discriminatory Vendor List and Disqualification Provisions, Attachment 4. f. Prohibition Against Contingent Fees, Attachment 6. g. Corporate Information: If firm is a corporation, provide a copy of the certification from the Florida (or other state)

Secretary verifying firm’s corporate status and good standing, and in the case of out of state corporation, evidence of authority to do business in the state of Florida.

h. Subsidiaries: Name any subsidiary or affiliated companies in which principals have a financial interest. Explain in detail the principal’s interest in this company.

i. History of Firm: Indicate in chronological order the firm’s history. j. Bankruptcy: Indicate whether your firm has filed for bankruptcy within the previous seven (7) years. k. Drug Free Workplace: If applicable provide a statement concerning the firm’s status as a drug free workplace.

Whenever two or more proposals are determined to be equal, a proposal received from a business that completes the attached DFW Form certifying that it is a DFW shall be given preference in the award process, Attachment 8.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

13

Tab 2 Business Structure and Workload (Weighted Value 10)

Company Credentials: Provide documentation from the appropriate state’s agency confirming firm’s legal entity type (i.e. sole proprietorship, partnership, limited liability partnership, corporation, Limited Liability Corporation, etc.). All Firms must be licensed to do business in the state of Florida; therefore, provide a current copy of their occupational license. For non-Florida businesses submit documentation from the state in which the business was formed and documentation from the State of Florida providing authorization to perform business in the state of Florida. Respondents submitting as joint ventures shall submit a copy of their joint venture agreement. If a joint venture or prime/subcontractor arrangement of two firms, indicate how the work will be distributed between the partners.

Time in Business - Length of time the Firm has been in business under same name.

Capabilities - Size, resources, and capabilities of responding entity:

a. Organizational structure of business entity for this program (partners, associates, consultants, sub-contractors,

other participation). b. Indicate the depth of staff and capabilities from within the organization which can be drawn upon as needed, to

include management, professional technical, and support staff.

c. Provide a list of outstanding (active) projects, client names, completion status, anticipated completion dates,

dollars committed to open projects, and overall workload with all Owners including Valencia College.

Workload: List all “in progress” projects currently under contract. Indicate the project start date, percent

completed and scheduled completion date; Recently Completed Projects: Provide detailed list of completed

projects that best illustrate the experience of the firm and the current staff assigned this project.

Services and Quality Control: List services firm can perform with in-house staff. Detail how you maintain high

quality design and enforce high quality construction which complies with the scope of services.

Licenses and Certificates: Attach a copy of the Firm’s Business Occupational License and all applicable current

State of Florida professional registration license renewals for the Respondent’s key professional personnel to be used

on the project. Respondent shall be properly registered to practice in the State of Florida with the appropriate state

board governing the services offered. The Evaluation Committee may verify the current status with the appropriate

state board. Provide copies of current State of Florida Department of Professional Regulation Construction Industry

Licensing Board Certificate of Corporate Authorization showing (1) License No., (2) Certificate of Authorization date

and (3) designation of professional(s) qualifying the corporation to practice as a Professional Engineering Firm. Note:

Charitable organizations that qualify under Florida Statutes No. 205.192 are exempt from this requirement.

Tab 3 Experience and Past Performance of the Firm (Weighted Value 25) Respondents may submit any information they deem appropriate for evaluation of past performance, which have/had scope similar to the services detailed in the Scope of Services section of this RFQu.

List contracts for which your Firm has provided/is providing campus master planning, multi-building corporation properties, urban development, etc. during the past five (5) years. List the contracts in priority order, with the most related contract first. For each of the listed contracts, provide the following information: 1. Owner’s representative name, address, and phone number.

2. Nature of your firm’s responsibility on this contract.

3. Contract term- include start and end date.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

14

4. Identify your firm’s task manager and other key professionals assigned to the contract.

5. Litigation - identify all litigation in which your Firm has been a party to legal action (including arbitration,

administrative proceedings, etc.) or lawsuits during the last five (5) years involving a client for claims in excess

of $100,000.00. Include a brief description of the dispute and its current status. Where the action or lawsuit

has involved a guaranteed maximum price contract, please describe the particular circumstances giving rise

to the dispute and the actions which your Firm took to attempt to settle the matter prior to and after suit being

filed.

6. Describe in detail any projects within the last five (5) years where liquidated damages, penalties, liens,

defaults, cancellations of contract or termination of contract were imposed, sought to be imposed, threatened

or filed against your organization.

Tab 4 Project Design Team Qualification and Experience (Weighted Value 35) Respondents shall provide the names, functions, and resumes of the specific individuals that will comprise the

proposed design team. Include the general and specific project related experience and capability of in-house staff and sub-consultants and their functions as they relate to the Scope of Services detailed in this RFQu. Proposed staff should be present for oral presentations and/or interview.

Specifically express qualifications relating to: a. The number of green globe and/or LEED Accredited Professionals of the proposed team members and their

experience in certified projects. This section should include all proposed consultants. b. The Team’s most recent design experiences with higher education classroom and administrative buildings.

Include a project description, location, square footage, cost, date and any other related data. c. Provide the Team’s experience with plant operation and chiller plant project. Include a project description,

location, size and any other related data.

If a joint venture, or prime subcontractor arrangement of two (or more) firms, the Respondent must indicate how the

work shall be distributed between the associated firms. Describe how the organizational structure will ensure orderly communications, distribution of information, effective coordination of activities and accountability.

For Office Staff and On-site Staff – Provide an organization chart indicating key personnel and their responsibilities. It should be understood that it is the

intent of the RFQu is to insure that staff indicated in the response actually execute the work. Services performed by the Consultant shall be conducted by persons that are properly licensed, as required by law.

Tab 5 Project Approach (Weighted Value 15) Explain your firm’s approach to task management to include, but not be limited to quality assurance, cost control, and reporting to the Owner’s Representative and/or Project Management Team. a. Respondent shall present a plan setting forth the approach and program for implementing and carrying-out the

required services to include; information management systems, document control, records management, project status reporting and project administrative services.

b. Respondent shall describe how the proposed organizational structure will ensure orderly communications,

distribution of information, effective coordination of activities, and accountability.

Tab 6 Proximity/Location - Architect’s office to Valencia’s Poinciana Campus (Weighted Value 10) Home office in Orange or Osceola County = 5 points

Home office in adjacent, contiguous County = 3 points

Home office outside of above, but in Florida = 1 point

Home office outside of Florida = 0 points

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

15

Tab 7 Confidential Materials and Financial Strength-(Pass/Fail)

Confidential materials shall be submitted in this section - Any materials that qualify as “trade secrets” as defined by

Section 812.081(1)(c), Florida Statutes, or financial statements required by the College for projects as defined in

119.071(1)(c), Florida Statutes shall be segregated, clearly labeled and accompanied by an executed Non-Disclosure

Agreement for Confidential Materials.

All Respondents shall certify and provide a statement that they are financially stable and have the necessary resources, human and financial, to provide the services at the level required by the College. Complete, sign and provide the Financial Attestation Form Attachment 5. Disclose any material changes in the business operations of the Firm, including without limitation any pending bankruptcy proceedings, bankruptcies, receiverships, mergers, acquisitions, stock acquisitions or spin-offs which have occurred within the last three (3) years and any material pending or threatened litigation. If appropriate, discuss the impact of these changes on the Firm’s financial or managerial ability to perform the noted tasks under this Contract. Provide the name, title, address and phone number of the financial officer of the Firm responsible for providing this information.

Insurance and Other Required Forms (Non-Scored) Attach evidence of required insurance coverage or proof of insurability in the amounts indicated. A properly completed

ACORD Form is preferred. Upon final award, Certificates of Insurance Forms must contain the correct solicitation

and/or project number and Valencia College contact person. Certificate (s) of insurance must confirm professional liability/errors and omissions insurance (one (1) million dollar minimum), current workers compensation, public liability, and property damage insurance.

Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the proposal. Incorporated and unincorporated Firms that qualify for an exemption under the Florida Worker’s Compensation law in Chapter 440 Florida Statutes shall submit an executed waiver relieving the Valencia College of liability in the event they are injured while providing goods and/or services to the College.

SECTION E: SELECTION PROCESS

The Selection of an Architect will be a two part process in accordance with the Consultant Competitive Negotiation Act (CCNA), Florida Statute 287.055. The appointed evaluation committee will participate in evaluating the firms throughout both parts.

Part 1- Submittal Review

The selection committee will review responsive submittals and score the written responses according to the evaluation criteria listed below. The criteria and weights available for Part 1 are listed below. The committee will select at least three (3) but no more than five (5) of the highest ranked firms to move on to Part 2.

Part 2- Interviews

The highest ranked firms, as determined in Part 1, will be invited for interviews with the selection committee. The criteria and points available for the interviews are explained below and listed in Attachment 10. The scores for the Interviews/Part 2 will count 60% toward the total score of the shortlisted firms. The individual committee member’s scores for Part 2 will be totaled and then entered into the master score sheet. The total points for each firm will be the total of the two scores from Part 1 and Part 2. The master score sheet and rankings will be posted on the Valencia procurement web site for seventy two hours prior to submitting for Board of Trustees’ Approval.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

16

Ranking

The Committee will evaluate and rank the firms as set forth in the preceding section entitled “Evaluation Criteria” and submit the proposed rank order to the Procurement Director after the conclusion of scheduled presentations, if any. Upon review of the recommendation by the Procurement Director, the Procurement Department shall post a notice of intended action. The notice of intended action may be obtained by the firm as set forth in the section of this RFQu.

PHASE 1 SUBMITTAL REVIEW - EVALUATION CRITERIA

The evaluation committee will be established to review and rate each responsive submittal using an adjectival scoring

system. Firms deemed to be reasonably acceptable to be selected will be evaluated using the evaluation criteria and

weighted value below. A score of 0 is the least favorable and a score of 4 is the most favorable in all sections.

Evaluation scoring scale for both the initial evaluation and presentation criteria is as follows:

0 = Unsatisfactory: Not responsive to the question. 1 = Below Minimum Standards: Responsive to the question but below acceptable standards. 2 = Marginal: Minimal acceptable performance standards and responsive to the question. 3 = Satisfactory: Above minimum performance, effective and responsive to the question. 4 = Excellent: Exceeds expectations for effectiveness and responsiveness to the question.

NOTE: The Committee member’s score multiplied by the “weighted value” assigned to the different categories listed equals the total score for that section.

EVALUATION CRITERIA

CATEGORY Weighted Value

Responsiveness, Respondent’s Submittal Information 5

Business Structure 10

Experience and Past Performance 25

Proposed Project Design Team Qualification and Experience 35

Project Approach 15

Proximity/Location 10

TOTAL: 100%

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

17

PHASE 2 ORAL PRESENTATIONS/INTERVIEWS - EVALUATION CRITERIA

Criterion 1: Interaction/Connection with Valencia Team/Presentation, Max. Weight =20_____

This criterion is designed to gauge the cohesiveness of the proposed design team and their ability to convey information, interact and connect with the Valencia team.

Criterion 2: Demonstrated Understanding of the Project and Design Methodology, Max Weight = 40

Discuss your team’s approach to the specifics of this project.

Criterion 3: Challenges/Solutions Max Weight = 30____

Discuss challenges that you have encountered with similar projects and explain how you resolved them.

Criterion 4: Reference Check Max Weight =10____

Only the shortlisted firms will be required to provide Reference Check Form, to at least three (3) references. Please note that it is your responsibility to get the reference forms to your references. The completed Attachment must be returned directly to Valencia Procurement from the references. Forms will not be accepted from your Firm. Unresponsive references mean fewer points in this category.

Reference Check Forms are due to Valencia Procurement by 3:00 PM, March 6, 2015.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

18

Attachment 1

SIGNATURE PAGE

All respondents shall submit a copy of their occupational license with their submittals; by signing this document, all respondents certify that all M/WBE

firms/sub firms are licensed to work in the scope assigned to them in this project.

(Please type or print clearly for reproduction purposes)

IDENTIFICATION Company Name

Type of Service/Commodity

Purchasing Address City ZIP (9-digit)

Remit to Address City ZIP (9-digit)

Phone #

Fax #

Web page address

Contact Person

Title

Address of Parent Company City ZIP (9-digit)

Federal Employer Tax Identification No (9-digit) OR

Social Security Number (SSN)

Are you a 1099 recipient?

If YES, under what name

OWNERSHIP Please check all applicable boxes Company is at least 51% owned, controlled, and actively managed by □ Minority Person(s) □ Woman/Women

If minority owned, check applicable boxes □ African American □ Native American (includes American Indian, American Eskimo, American Aleut, and Native Hawaiian) □ Asian Pacific American (includes oriental) □ Hispanic American □ Asian Indian American (includes India, Pakistan, and Bangladesh)

Please attach your Minority Certification

Name (Print):

Signature:

All respondents certify by their signature that they have read and understand the conditions and specifications of this proposal and that they have the authority, capacity and capability to perform according to the conditions and specifications of this RFQu. By signing this form, the proposer also certifies that no officer, employee or agent of the College or of any other Proposer has a financial interest in this Proposal.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

19

ATTACHMENT 2 ACKNOWLEDGEMENT OF ADDENDA

REQUEST FOR QUALIFICATIONS

The supplier shall acknowledge receipt of any addenda issued to the solicitation by completing the blocks below or by

completion of the applicable information on the addendum and returning it no later than the date and time for receipt of

the RFQu. Failure to acknowledge an addendum that has a material impact on the solicitation may negatively impact the

responsiveness of your RFQu. Material impacts include but are not limited to changes to specifications/scope of work,

delivery time, performance period, quantities, bonds, letters of credit, insurance, qualifications, etc.

Addendum Number Date Signature

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

20

ATTACHMENT 3 CONFLICT OF INTEREST STATEMENT

AND DISPUTES DISCLOSURE STATEMENT

CHECK ONE

[ ] The undersigned firm has no potential conflict of interest due to any other clients, contracts, or property interest for this project.

OR

[ ] The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project.

LITIGATION STATEMENT

Please answer the following questions Yes or No. If you answer yes to any of the questions, provide a full explanation below the question.

1. Has your firm or any of it officers received a reprimand of any nature or been suspended by the Department of Business Regulation or any other regulatory agency or professional association within the last ten (10) years? YES NO

______________________________________________________________________________________________________________

2. Has your firm or any member of your firm been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last ten (10) years? YES NO

If yes, indicate company name, contact name and telephone number, and reason for early cancellation/termination of contract.

______________________________________________________________________________________________________________

3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims, litigation and/or judgments during the past ten (10) years? YES NO

If answered yes, include a summary and disposition of the case, the outcome or status of suit and the monetary amounts involved. _____________________________________________________________________________________________________________

I hereby certify that all statements made are true and I agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for disqualification of your proposal and forfeiture of rights for further consideration of this proposal process.

_______________________________________ _______________________________________________ Company Name Name (Print or Type)

________________________________________ _______________________________________________ Authorized Signature Title

FAILURE TO PROVIDE THE INFORMATION REQUESTED, INCLUDING DOCUMENTATION RELATING TO POTENTIAL CONFLICTS OF INTEREST, OR SUMMARY OF PAST LITIGATION

AND/OR JUDGMENT MAY RESULT IN DISQUALIFICATION OF YOUR PROPOSAL.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

21

Attachment 4 NOTIFICATION RE: DISCRIMINATORY VENDOR LIST AND DISQUALIFICATIONS

PROVISION

A. Pursuant to Florida Statutory requirements, potential Respondents are notified:

287.133(2)(a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.

287.133(2)(b) A public entity may not accept any bid, proposal, or reply from, award any contract to, or transact any business in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to paragraph (3)(f). A public entity that was transacting business with a person at the time of the commission of a public entity crime resulting in that person being placed on the convicted vendor list may not accept any bid, proposal, or reply from, award any contract to, or transact any business with any other person who is under the same, or substantially the same, control as the person whose name appears on the convicted vendor list so long as that person's name appears on the convicted vendor list. 287.134(2)(a) An entity or affiliate who has been placed on the discriminatory vendor list 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. 287.134(2)(b) A public entity may not accept any bid, proposals, or replies from, award any contract to, or transact any business with any entity or affiliate on the discriminatory vendor list for a period of 36 months following the date that entity or affiliate was placed on the discriminatory vendor list unless that entity or affiliate has been removed from the list pursuant to paragraph (3)(f). A public entity that was transacting business with an entity at the time of the discrimination resulting in that entity being placed on the discriminatory vendor list may not accept any bid, proposal, or reply from, award any contract to, or transact any business with any other entity who is under the same, or substantially the same, control as the entity whose name appears on the discriminatory vendor list so long as that entity's name appears on the discriminatory vendor list. B. By submitting a proposal, the Respondent represents and warrants that the submission of its proposal does not violate

Section 287.133, Florida Statutes, nor Section 287.134, Florida Statutes.

C. In addition to the foregoing, the Respondent represents and warrants that Respondent’s subcontractors and

Respondent’s implementer, if any, is not under investigation for violation of such statutes.

D. Respondent should read carefully all provisions of 287.133 and 287.134, Florida Statutes.

Respondent

BY: NAME:

TITLE: DATE:

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

22

ATTACHMENT 5 FINANCIAL ATTESTATION FORM

This form shall be signed by both the Consultant and CPA* that prepared/reviewed your engineering firm’s most recent annual financial statement and be submitted with your response package.

1. Engineering Consultant Name: ______________________________________________________________

2. Name of CPA* that completed the review of your company’s most recent annual financial statement:

_____________________________________________________________________________________

This Section requires completion fully by your CPA.* (that completed the audit of your firm’s most recent annual financial statement.) After review of the Consultant’s most recent audited financial/statement as their CPA* we have defined below their:

1. Which year of the most recent annual financial statement information is being derived from? __________

2. The Consultant reported a net after tax profit during that year? Yes ________ No ________

3. The Consultant’s total current liabilities are? _________________________________________

4. The Consultant’s total current assets are? ____________________________________________

“CPA”* “Consultant”

Signature: ______________________________ Signature: _________________________________

Name: _________________________________ Name: ____________________________________

Title: __________________________________ Title: _____________________________________

(*) The CPA OR Accountant that completed a review of your company’s most recent annual financial statement)

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

23

ATTACHMENT 6 PROHIBITION AGAINST CONTINGENT FEES

In accordance with Florida Statute 287.055(6)(a), the following statement, duly signed and notarized, must be included in each

proposal:

The respondent, _______________________________________, warrants that he or she has not employed or retained any

company or person, other than a bona fide employee working solely for the respondent to solicit or secure this agreement and

that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide

employee working solely for the respondent any fee, commission, percentage, gift, or other consideration contingent upon or

resulting from award or making of this agreement.

STATE OF _____________________________

COUNTY OF ___________________________

Sworn to and subscribed before me this ______ day of ________________________, 20____, by

_____________________________________________________, who is personally known to me or who has produced

____________________________ as identification.

_______________________________________

NOTARY PUBLIC – STATE OF _____________

Type or print name: _______________________

Commission No.: _________________________

(Seal) Commission Expires_______________________

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

24

ATTACHMENT 7 REFERENCE CHECK FORM

RFQu 2015-18 ARCHITECTURAL DESIGN SERVICES

POINCIANA CAMPUS

Company Providing Reference:

Name: ..........................................................................................................................................................................

Contact: ........................................................................................................................................................................

Phone / Fax No: ...........................................................................................................................................................

Valencia College is conducting a reference check on (shortlisted Firm) _____________________________ for the above mentioned project, and your company was listed as a reference.

Please answer the following questions and return it directly to Valencia Procurement via fax to 407-582 3007 or e-mail to [email protected] by 3:00 PM, March 6, 2015

Scoring Scale:

4 Exceeded expectations 2 Met Expectations

3 Somewhat exceeded expectations 1 Somewhat Met expectations 0 Did not meet expectations

REFERENCE QUESTIONS:

Please score the following questions based on the scale provided above:

1. Did this Firm’s design team adhere to an established design schedule? ....................................... (_____)

2. Was the Firm responsive to the contractor’s RFI and submittals in order to maintain the construction schedule?

(_____)

3. Was the design team accessible and responsive? ........................................................................ (_____)

4. Would you hire this Firm again? .................................................................................................... (_____)

TOTAL SCORE (_____) ÷4 = ________________ )

Comments:

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

Name: __________________________________

Title: ___________________________________

Company: _______________________________

Signature: _______________________________

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

25

ATTACHMENT 8 DRUG FEE WORKPLACE FORM

The undersigned contractor, in accordance with Florida Statute 287.087 hereby certifies that

_______________________________________________________does: NAME OF BUSINESS

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or

use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1.

4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 thru 5.

As the person authorized to sign this statement, I certify that this contractor complies fully with above requirements.

___________________________________ Signature

___________________________________

Print Name

___________________________________

Date

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

26

EXHIBIT A VALENCIA POINCIANA CAMPUS MAP/LOCATION

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

27

EXHIBIT B POINCIANA CAMPUS DUE DILIGENCE

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

28

i

Table of Contents

Table of Contents ..................................................................................................................................... i

Executive Summary..................................................................................................................................... 1

General Site Civil Information ................................................................................................. 1

Environmental ...................................................................................................................... 2

Transportation Planning ......................................................................................................... 2

Introduction .................................................................................................................................................. 3

General Site Information ............................................................................................................................. 3

LOT “A” SITE DATA ................................................................................................................ 8

LOT “E” SITE DATA ................................................................................................................ 9

Utility Service Summary ......................................................................................................... 10

Drainage Design Summary ....................................................................................................................... 11

Permitting ................................................................................................................................................... 12

Biological Summary .............................................................................................................. 13

Traffic Impact Analysis Summary............................................................................................ 14

Phase 1 Environmental Site Assessment Summary .................................................................. 14

Appendix A – Location Map

Appendix B – Biological Report

Appendix C – Traffic Impact Analysis

Appendix D – Phase 1 Environmental Site Assessment

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

29

1

Executive Summary

DRMP, Inc. has been selected by Valencia College to perform a due diligence analysis for the “Osceola County -

College Station” site located in the urbanized northwest corner of Osceola County. Details are being presented

to assist interested parties in determining the feasibility of developing the site into one of Valencia’s new

College Campuses. This report includes information regarding the General Site Civil characteristics of the site,

the Environmental Conditions, and a Transportation Planning Study.

General Site Civil Information

Proposed Use

o Phase 1 – 40,000 - 60,000 SF Building (Immediate);

o Phase 2 – 40,000 - 60,000 SF Building (5 year upon Phase 1 completion);

o Phase 3 – 120,000 SF Building (10-15 years upon Phase 1 completion);

Future Land Use

o Future Land Use Designation: Institutional

o Neighboring Designations: low density residential and conservation.

Zoning

o Current Zoning: Institutional

o Neighboring zoning: residential, planned development, commercial, and agricultural.

Available Utilities

o 16” Potable Water Main approx. 170 ft southwest of the site on the southeast corner of Reaves Rd.

and Pleasant Hill Rd. 16” Potable Water Main is currently under construction.

o 8” Sanitary Sewer Force Main approx. 35 ft west of the site on the east side of Pleasant Hill Rd

(connection will require an on-site gravity sewer system and a lift station).

o 8” Reclaimed Water Main approx. 15,000 ft south of the site on the west side of Pleasant Hill Rd.

o The availability of Gas is unknown at this time.

Storm Water

o Presumably onsite wet ponds will be required (estimated to be approx. 15% of site)

o Lot A can be developed avoiding an adjacent flood plain. Lot E may impact the adjacent floodplain,

depending on the final lot layout. See proposed lot layout for parcel distribution.

o An existing onsite drainage easement connects sites to adjacent wetlands.

o There is an FDOT cross drainage easement through Lot A on the north part of the site (should be

evaluated for a combined stormwater retention/detention pond).

Regulatory Agencies Requiring Permitting Approval

o Osceola County

o South Florida Water Management District (SFWMD)

o Toho Water Authority

o Florida Department of Transportation (FDOT)

o Florida Department of Environmental Protection (FDEP)

o Other Agencies outlined in the Environmental Scope.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

30

2

Environmental

Lot A parcel size: 18.93 acre (approx.) – Predominately improved pasture

o Wetland: 2.02 acres (approx.)

o Other Surface Waters (OSW): 0.01 acres (approx.)

Lot E parcel size: 29.94 acre (approx.) – Predominately improved pasture

o Wetland: 1.33 acres (approx.)

o Other Surface Waters (OSW): 0.02 acres (approx.)

No gopher tortoises or burrows were observed on-site

Potential listed species on-site include the following: American alligator, caracara, snail kite,

grasshopper sparrow, and wood stork.

If wetlands are impacted due development, permits will be required from South Florida Water

Management District (SFWMD) and the Army Corps of Engineers (ACOE).

Coordination and/or permitting with United States Fish and Wildlife Service (USFWS) and Florida

Fish and Wildlife Commission (FWC) may be required during the design phase to address

potential listed species impacts.

Transportation Planning

Traffic Study conducted for the following intersections:

Pleasant Hill Rd/Poinciana Blvd

Pleasant Hill Rd/Bellalago Dr

Pleasant Hill Rd/Reeves Rd

Pleasant Hill Rd/Granada Blvd

Level of Service (LOS) was analyzed for the study area intersections for both the current

conditions and future conditions based on industry standard growth calculations.

Development related trip generation does not significantly impact the system.

Primary Site access was assumed via Reeves Road, with secondary connection to Pleasant Hill Road.

Proportionate share mitigation may be required for the Pleasant Hill Rd/Granada Blvd intersection

impacts.

Recommended Improvements for Reeves Rd. and Pleasant Hill Road intersection include the

following geometry modifications:

o Phase I (40,000 – 60,000 SF Building – Immediate)

Dedicated southbound left turn lane.

Dedicated westbound left turn lane.

Dedicated westbound right turn lane.

o Phase II (40,000 -60,000 SF Building – 5 year upon Phase 1 completion)

Addition of southbound left turn lane for total of two.

Dedicated northbound right turn lane.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

31

o Phase III (120,000 SF Building – 10-15 years upon Phase 1 completion)

Addition of westbound left turn lane for total of two.

Introduction

Valencia College has identified Osceola County as one of the growing markets in Central Florida.

The College is reviewing potential sites for a new campus location that will best meet the demands of a

growing population. DRMP, Inc. previously provided preliminary information on two different sites in

Osceola County. The project titled “Osceola County – College Station” located in north-west Osceola

County (see Location Map in Appendix A) has been selected for further review. This due diligence report

has been prepared to provide information regarding the Project Site and assist interested parties in

determining the feasibility of developing the site as a college campus. Within this report you will find

general site information that will provide an understanding of the preliminary steps necessary to get the

project site queued for future development. The report will expose the existing utilities and drainage

features to help identify some of the improvements that will be necessary to serve the needs of the new

campus. It provides detail information on the environmental conditions and relevant impacts. And

details the traffic patterns in the surrounding area to highlight required improvements to existing

infrastructure.

General Site Information

Project Area

Valencia College is looking at two areas designated as Lot A and Lot E of the overall Parent

Parcel as the potential location for the Project. An overall figure of the parcel distinguishing the

proposed lot distribution and acreage is included below. Details regarding the lots of interest are

presented at the end of this section.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

32

4

Parcel Zoning and Future Land Use

The project being analyzed would be situated on parcel # 29-26-29-2588-0001-00A0. The parcel’s zoning

designation is institutional, and has a future land use designation for the same. See Zoning and Land

Use Map below).

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

33

Figure 2 Zoning Map

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

34

Figure 4 Clip of Lot A FIRM Figure 5 Clip of Lot E FIRM

5

Floodplain

The FEMA Flood Insurance Rate Maps (FIRM) depicts a floodplain designated as “Zone A” in the middle of the

parent parcel. Zone A designated areas are areas subject to inundation by the 1% annual chance flood event.

These areas however do not have Base Flood Elevations or flood depths shown on the FEMA FIRM because

generally a detailed hydraulic analyses has not been performed.

Lot A is currently delineated to be outside of the floodplain. Lot E, however may impact the floodplain,

depending on the final delineation of the Lots. At this time it is recommended that the lots are configured in a

way that the floodplain is completely avoided. Impact to the floodplain may require a study of the overall

drainage basin to determine the floodplain elevation and mitigation requirements. These can be further

assessed if it is determined that the floodplain is unavoidable.

The two FEMA panels that cover the areas of interest are: Map number 12097C0230G and 12097C0235G;

latest update June 18, 2013.

Soil Conditions

Lot A is predominantly Smyrna fine sand with areas of Basinger fine sand along the perimeter of the site.

Smyrna fine sand makes up approximately 85 percent of the lot and Basinger fine sand makes up

approximately 15 percent of the lot. Smyrna fine sand is typically described poorly drained farmland, with a

depth to water table about 6 to 18 inches below natural grade. Basinger fine sand is typically described at a

poorly drained soil, with a depth to water table about 2 to 18 inches below natural grade. A depiction of the

soil distribution is included herein.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

35

Figure 6 Lot A Soils Map

Lot E is predominantly Smyrna fine sand with areas of Basinger fine sand, Myakka fine sand, and Riviera fine

sand along north perimeter of the site. Smyrna fine sand makes up approximately 85 percent of the lot,

Basinger fine sand makes up approximately 8 percent of the lot, Myakka fine sand makes up approximately

5% of the lot, and Riviera fine sand makes up approximately 2 percent of the lot. Smyrna fine sand is typically

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

36

7

described poorly drained farmland, with a depth to water table about 6 to 18 inches below natural grade.

Basinger fine sand is typically described at a poorly drained soil, with a depth to water table about 2 to 18

inches below natural grade.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

37

8

LOT “A” SITE DATA

LOT “A” SITE DATA

Overall Parcel Area

o 18.93 Acres

Zoning

o INST (Institutional)

Proposed Use

o College (school)

Building Setbacks

o Front = 10 ft.(Pleasant Hill Road & Interior

Street)

o Side = 15 ft. (abutting RS-2 District &

Conservation Area)

Landscape Buffer

o Front = 10 ft. (Pleasant Hill road & Interior

Street)

o Side = 10 ft. (abutting RS-2 District and

Conservation Area)

Estimated Pond Size

o 3.80 Acres = (20%) of the 18.93 Acres

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

38

LOT “E” SITE DATA

Overall Parcel Area

o 29.94 Acres

Zoning

o INST (Institutional)

Proposed Use

o College (school)

Building Setbacks

o Front = 10 ft. (Interior Street)

o Rear = 25 ft. (Parent Parcel)

o Side = 15 ft. (Parent Parcel)

Landscape Buffer

o Front = 10 ft. (Interior Street)

o Rear = 10 ft. Parent Parcel)

o Side = 10 ft. Parent Parcel)

Estimated Pond Size

o 6.0 Acres = (20%) of the 29.94 Acres

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

39

10

Utility Service Summary

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

40

Potable Water and Irrigation Service:

Potable water and irrigation service will be provided by the Toho Water Authority via a 16” Water Main across

Pleasant Hill Road currently under construction. Connection to the water main would require crossing Pleasant

Hill Road. On-site irrigation will have to be served with Potable water from a separate irrigation water meter

until reclaimed water is made available. Currently the closest reclaimed water main is approximately 15,000 feet

south of the site and deemed inaccessible.

Sewer/Wastewater Service:

Sanitary sewer will be collected by the Toho Water Authority via an 8 inch Sanitary Force Main located on the east side of Pleasant Hill Road across the front of the project site. Connection to this force main will require hydraulic verification of capacity of existing force main, and an on-site lift station to provide connectivity.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

41

11

Demand Determination:

The utility service demands were calculated using Orange County’s demand per property use schedule for flow

rates and information from the State Requirements for Educational Facilities 2012, from the Florida Department

of Education, for expected use. Orange County’s demand factors are more conservative than the Toho Water

Authority’s, and thus were used to ensure a conservative estimate of the expected demand.

The Orange County Land Development Code determines the potable water demand to be 18.4 gallons per day per

student seat and sanitary sewer demand to be 15.1 gallons per day per student seat.

According to the state requirements classroom space for all instructional programs require a minimum of 85 net

square feet per occupant (including storage and materials). While it is expected that other uses within the

college, for example library, eating areas, corridors, etc. will increase the net square footage per occupant,

maximizing the occupant in the proposed buildings by using a minimal square footage per occupant will ensure a

conservative demand calculation.

Below are the estimated demands for water and sewer consumption based on the information provided. Please

note the project was separated into 3 phases to allow the College to phase construction as needed.

Estimated Potable Water Demand

Phase 1 – 60,000 SF Building * (1 Occupant / 85 SF) * (18.4 GDP / Occupant) = 12,988 GPD

Phase 2 – 60,000 SF Building * (1 Occupant / 85 SF) * (18.4 GDP / Occupant) = 12,988 GPD

Phase 3 – 120,000 SF Building * (1 Occupant / 85 SF) * (18.4 GDP / Occupant) = 25,976 GPD

Total = (12,988+12,988+25,976) = 51,953 GPD

Estimated Domestic Wastewater Demand

Phase 1 – 60,000 SF Building * (1 Occupant / 85 SF) * (15.1 GDP / Occupant) = 10,659 GPD

Phase 2 – 60,000 SF Building * (1 Occupant / 85 SF) * (15.1 GDP / Occupant) = 10,659 GPD

Phase 3 – 120,000 SF Building * (1 Occupant / 85 SF) * (15.1 GDP / Occupant) = 21,317 GPD

Total = (12,988+12,988+25,976) = 42,635 GPD

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

42

12

Drainage Design Summary

It is assumed that both lots A and E will be designed to provide a traditional stormwater management system

consisting of stormwater drains collecting runoff from impervious areas and conveying the water to be treated at

a retention/detention system. Each project site will need an individual treatment system that is estimated to

cover approximately 15% - 20% of each site. The size of each will be determined based on defined criteria from

South Florida Water Management District and Osceola County. The treatment systems will discharge into the

adjacent conservation area, and eventually discharge to Lake Tohopekaliga.

It is important to note that Lot A currently includes a drainage easement used to treat runoff from Pleasant Hill

Road. The design approach for treatment of stormwater runoff from Lot A would be to propose a combined pond

that will serve to treat the current runoff from Pleasant Hill Road being treated onsite, plus the additional

required treatment due to the proposed development.

One of the significant factors affecting the size of the necessary stormwater treatment systems for both Lots

A and E will be the required additional treatment to accommodate Lake Tohopekaliga’s categorization as an

impaired water body. It is DRMP’s understanding that the South Florida Water Management District classifies

Lake Tohopekaliga as such, and may require 150% treatment volume to decrease pollutants into the lake.

The details of this requirement shall be discussed during a pre-application meeting with the district during the

beginning stages of the permitting process.

The impact of the floodplain Zone A previously discussed in this report, may vastly affect the size of the necessary

treatment system on Lot E. Impacting the floodplain will require storage capacity to be included within the sites

treatment system to accommodate for the displaced storage area caused by the proposed development. It is

recommended that the lot configuration be made such that Lot E is outside of the limits of the floodplain Zone A as

delineated in the FEMA FIRM.

Permitting

Development of the proposed site will require review and approval by various regulatory agencies with interest.

The regulator agencies and the necessary permits are further described below:

Osceola County

Permitting through Osceola County is not a required process. A site plan may be submitted to the County for cursory

review, however the County regulations are not mandated to be implemented.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

43

13

South Florida Water Management District (SFWMD)

The SFWMD will require an Environmental Resource Permit for drainage and a Water Use Permit for

dewatering. The review process for permitting is typically 60 – 90 days and requires construction plans for

the proposed development, stormwater report presenting the engineering calculations and modeling behind

the proposed treatment process, environmental reports of the existing conditions, geotechnical reports

identifying soil conditions, and other relevant information. The aforementioned stormwater report will require

hydraulic modeling of the existing site conditions and proposed site development to compare drainage

patterns and ensure minimal to no impact to the receiving water bodies.

The Water Use Permit is reviewed concurrently with the Environmental Resource Permit. Due to the close

proximity of Lake Tohopekaliga, and the conservation area centered in the parcel being reviewed, a shallow

water table is expected and a detail dewatering plan will need to be presented to the water management

district to ensure proper pollutant abatement and water management during construction.

Additional details regarding the SFWMD permit review process and other agencies involved in their review has been

included in the attached Biological Assessment Report.

Toho Water Authority (TWA)

The Toho Water Authority will be the regulatory agency permitting the connection to and construction of potable

water and sanitary sewer systems. This permitting process is closely related to the Florida Department of

Environmental Protection permitting of the same. The total review process for the Toho Water Authority

generally requires 30-45 days assuming no improvements to their existing system will be necessary. TWA has

confirmed utility accessibility but specifically noted service to the site may require offsite utility improvements

and have yet to commit to availability to serve the project. If the demand for the proposed college is determined

to require off-site utility improvements the review process for on-site improvements and off-site improvements

could last 90-120 days.

This process will require details of the intensity of the proposed development to more closely identify the expected

demands on the existing infrastructure. Hydraulic modeling will be need to be performed and submitted to TWA to

determine if off-site utility improvements will be necessary. Construction plans and a utility report presenting the

modeling efforts will be required for permit approval.

Florida Department of Environmental (FDEP)

The Florida Department of Environmental Protection will also regulate the permitting of the connection to and

construction of potable water and sanitary sewer systems. This permit process will be dependent on approval of

TWA as discussed above and has 30 allotted days for permit review. The review and permitting process duration

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

44

1

4

may increase in the event that TWA requires off-site utility improvements. FDEP will require the same

construction plans and utility report as mentioned in the section above.

Florida Department of Transportation (FDOT)

The Florida Department of Transportation will require permitting of any necessary connections to Pleasant Hill Road

(SR 531). This permitting effort will require a traffic study to justify, if necessary, new driveway connections to Pleasant

Hill Road and will require construction plans depicting maintenance of traffic plans, traffic circulation plans, and other

relevant information.

Biological Summary

A preliminary environmental evaluation has been performed on the project site to provide wetland assessment and identify potential presence of protected wildlife or plant species listed in by the U.S. Fish and Wildlife Services, Florida Fish and Wildlife Conservation, United States Department of Agricultures and/or the Florida Department of Agriculture and Consumer Services. . Preliminarily no gopher tortoises or burrows were observed on-site but the following potential listed species may be present on site: American alligator, caracara, snail kite, grasshopper sparrow, and wood stork. Coordination and/or permitting with United States Fish and Wildlife Service (USFWS) and Florida Fish and Wildlife Commission (FWC) may be required during the design phase to address potential listed species impacts. The Biological Assessment can be found in Appendix B.

Traffic Impact Analysis Summary

Traffic counts were gathered on June 20 – 25, 2014 on the following intersections:

Pleasant Hill Rd/Poinciana Blvd

Pleasant Hill Rd/Bellalago Dr

Pleasant Hill Rd/Reeves Rd

Pleasant Hill Rd/Granada Blvd

The traffic impact analysis analyzed the Level of Service (LOS) for the study area intersections. The study

determined that development related trip generation does not significantly impact the existing infrastructure. The

study does recommend the following modifications to the Reeves Road and Pleasant Hill Road intersection:

o Phase I (40,000 – 60,000 SF Building – Immediate)

Dedicated southbound left turn lane.

Dedicated westbound left turn lane.

RFQu# 2015 – 18 Architectural Design Services for Poinciana Campus

45

Dedicated westbound right turn lane.

o Phase II (40,000 -60,000 SF Building – 5 year upon Phase 1 completion)

Addition of southbound left turn lane for total of two.

Dedicated northbound right turn lane.

o Phase III (120,000 SF Building – 10-15 years upon Phase 1 completion)

Addition of westbound left turn lane for total of two.

The Traffic Impact Analysis can be found in Appendix C.

Phase 1 Environmental Site Assessment Summary

An Environmental Site Assessment was conducted on June 24th, 2014 to review potential or existing environmental

contaminations on the project site. A standard Phase 1 Environmental Site Assessment per the Environmental

Protection Agency’s standards was completed and is included in Appendix D. The report concluded that there were

no apparent adverse conditions, hazardous substances, or petroleum products usage presently on the site. And

determined that the site was free of any likely environmentally hazardous history.