HomeMy WebLinkAbout9.a. City of Rosemount Consulting Pool ContractsI:\City Clerk\Agenda Items\Approved Items\9.a. City of Rosemount Consulting Pool Contracts.docx
EXECUTIVE SUMMARY
City Council Regular Meeting: June 21, 2016
AGENDA ITEM: City of Rosemount Consulting Pool
Contracts
AGENDA SECTION:
New Business
PREPARED BY: Patrick Wrase, PE, Director of Public
Works/City Engineer AGENDA NO. 9.a.
ATTACHMENTS: Sample SOQ Ranking Form, Scoring
Summary, Resolution APPROVED BY: ddj
RECOMMENDED ACTION: Approve Resolution directing the City Attorney to develop
Contracts for the Rosemount Consulting Pool
BACKGROUND
Engineering Department staff has collaborated with the Cities of Lakeville, Apple Valley and Mendota
Height to develop a Request for Statements of Qualifications (SOQ) for engineering-related professional
services. Each of the aforementioned cities posted their independent SOQ to their City websites on
Friday, February 19, 2016. The SOQ requested proposals for qualifications for 15 technical specialty
service areas. SOQ submittals were required to be delivered to the City of Rosemount by March 31, 2016.
A total of 41 firms submitted SOQ’s in response to the Rosemount request. Many of the firms submitted
proposals to provide services in multiple technical specialty areas. In all, 187 proposals were received from
the 41 firms for the 15 specialty areas. The proposals were reviewed by a selection committee consisting
of Council Member Weisensel, Council Member Nelson, the Parks and Recreation Director, the
Community Development Director, and the Public Works Director/City Engineer. The proposals were
examined and scored by the selection committee on criteria consisting of past project performance,
capacity of the team to complete work assignments, demonstrated qualifications, project manager
experience, project approach, office location, and fee schedule. A sample of the ranking sheet is attached
for reference.
The selection committee met on June 7, 2016 to make the final selections for the Rosemount consulting
pool. The committee has selected the following firms for the pool:
Architectural – ISG, Oertel
Communications - Black and Veatch, TKDA, Barr
Electrical & Mechanical – Barr, TKDA, Stantec, Donahue
General Municipal – TKDA, SRF, Bolton and Menk, WSB
GIS – Houston, Bolton and Menk
Land Survey – Sunde, Bolton and Menk
Landscape Architecture – ISG, SRF, Barr
Municipal Utility – TKDA, SEH, ISG, AE2S
Natural & Water Resources – Barr, EOR, SRF
Relocation & Benefit Analysis - Evergreen
Soils & Materials – Braun, AET
2
Special Inspections/Studies – TKDA, Barr
Structural – TKDA, Barr
Traffic & Transportation – SEH, TKDA, SRF
Water Storage Facilities – SEH, KLM
The consulting pool firms were presented to the Council in detail at the June 13, 2016 Work Session. It is
recommended that the City Attorney develop a contract with each firm for a minimum term of two years,
with Rosemount’s option to extend the term out to a maximum of five years. This will give the city staff
the ability to stagger the renewal of the service areas in the future rather than re-selecting for all services at
one time.
SUMMARY
Staff recommends that the City Council Approve the Resolution directing the City Attorney to develop
contracts with each of the firms selected for the City of Rosemount Consulting Pool.
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2016 -
A RESOLUTION AUTHORIZING CONTRACTS FOR THE
PROFESSIONAL SERVICES CONSULTING POOL
WHEREAS, the City Council of the City of Rosemount has determined that the development of a
Professional Services Consulting Pool will enable the City to utilize a variety of municipal services
experts to expediently contract for various professional services vital to the planning, development and
ongoing maintenance and operations of the City of Rosemount; and
WHEREAS, the City Council of the City of Rosemount has directed the development of a
Professional Services Consulting Pool and prepared a request for submittal of Statements of
Qualifications by qualified professional service firms; and
WHEREAS, a Selection Committee consisting of Rosemount City Council Members and City
Department Directors has reviewed the submitted Statements of Qualifications on the basis of
performance, capacity, qualifications, experience, approach, location and fees, and has ranked the
submitted Statements of Qualifications accordingly;
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Rosemount,
Minnesota:
1. Approves of the development of Contracts with the following firms for the stated
professional services:
a. Architectural – ISG, Oertel
b. Communications - Black and Veatch, TKDA, Barr
c. Electrical & Mechanical – Barr, TKDA, Stantec, Donahue
d. General Municipal – TKDA, SRF, Bolton and Menk, WSB
e. GIS – Houston, Bolton and Menk
f. Land Survey – Sunde, Bolton and Menk
g. Landscape Architecture – ISG, SRF, Barr
h. Municipal Utility – TKDA, SEH, ISG, AE2S
i. Natural & Water Resources – Barr, EOR, SRF
j. Relocation & Benefit Analysis - Evergreen
k. Soils & Materials – Braun, AET
l. Special Inspections/Studies – TKDA, Barr
m. Structural – TKDA, Barr
n. Traffic & Transportation – SEH, TKDA, SRF
o. Water Storage Facilities – SEH, KLM
2. Authorizes the City Attorney to develop a standard contract with each of the
aforementioned professional services firms for a minimum period of two years, but not to
exceed five years.
ADOPTED this 21st day of June, 2016.
William H. Droste, Mayor
ATTEST:
Clarissa Hadler, City Clerk
G:\CONDAC\2016 Consulting Pool\Submittals\r1 SOQ Ranking Form
Engineering Firm:
Category Scoring Criteria Scale Score Weighting
Weighted
Score
Past Performance Average evaluation score from Reference projects, clients and personnel.
select one score Reference projects, clients and personnel are highly correlated.1 20 0
enter in green box Reference projects, clients and personnel are adequately correlated.0
Reference projects, clients and personnel are not correlated/irrelevant.-1
Capacity of Team
to do Work Evaluation of the team's personnel and equipment to perform the project on time.
select one score Availability of more than adequate capacity that results in added value.1 10 0
enter in green box Adequate capacity to meet the schedules.0
Insufficient available capacity to meet the schedules.-1
Team's
Demonstrated
Qualifications
Technical expertise: Unique Resources that yield a relevant added value or efficiency
to the deliverable.
Demonstrated outstanding expertise and resources identified for required services
for value added benefit.2 10 0
select one score Demonstrated high level of expertise and resources identified for required services
for value added benefit.1
enter in green box Expertise and resources at appropriate level.0
Insufficient expertise and/or resources.-3
Project Manager(s)Predicted ability to manage the project, based on: experience in size, complexity,
type, subs, documentation skills.
Demonstrated outstanding experience in similar type and complexity.2 10 0
select one score Demonstrated high level of experience in similar type and complexity.1
enter in green box Experience in similar type and complexity shown in resume.0
Experience in different type or lower complexity.-1
Insufficient experience.-3
Approach to
Projects Project Understanding and Innovation that provides cost and/or time savings.
High level of understanding and viable innovative ideas proposed.2 10 0
select one score High level of understanding of potential project needs.1
enter in green box Basic understanding of potential project needs.0
Lack of understanding of potential project needs.-3
Location Location of assigned staff office relative to project.
Within 50 mi.1 10 0
select one score 51 to 150 mi.0
enter in green box 151 to 500 mi.-1
Greater than 500 mi.-2
Fee Schedule Level of compensation is appropriate and similar to industry averages.
Schedule of fees is generally lower than submittal peer average.1 10 0
select one score Schedule of fees is average 0
enter in green box Schedule of fees is slightly higher.-1
Schedule of fees is significantly higher.-2
Weighted Sub Total 0
Signature:
Print Name:
Title:
Date: _________________________________
SOQ RANKING FORM
_________________________________
_________________________________
_________________________________
Evaluation Criteria to be Rated by Scorers
____________________________________________________
Archetectural Communications
Electrical &
Mechanical General Municipal GIS Land Survey
Landscape
Architecture Municipal Utility
Natural & Water
Resources
Relocation &
Benefit Analysis Soils & Materials
Special
Inspections/Studi Structural
Traffic &
Transportation
Water Storage
Facilities
AE2S 20 40 80 230 30
AET Inc 370
Alliant 250 260
Anderson 110 -10 -130
Barr -120 170 350 230 270 130 250 130 360 -100 130 170 290 -300 70
Black & Veatch -70 280 210 120 60
Bolten & Menk 310 300 300
Braun Intertec 390
Burns McDonnell 70 0 90 130 60 180 140
CDM Smith 120 80 200 90
Comm Wireless -210
Donohue 60 270
EOR Inc 70 50 340
Evergreen 270
Foth 180 220
Geo Tech 110
Houston 330 280 250
HTPO 210 210 210 -60 90
ISG 320 230 190 270 240 190
Kimley-Horn -220 300 -150 -20 -60 90 170 240
KLM -130 280
LHB 230 -70 200 110 -60 80 250
MSA Prof Svc 110 180 180 -70 -20 130 100
North Point Geo 0
Northern Tech 260 60
Ortel 320
Pro West 220
Progressive 220
Resource Data 200
RESPEC 240 180
S.E.H.190 60 230 290 180 240 220 270 240 90 260 330 290
Solved -350
SRF 0 160 200 330 230 240 260 310 210 280 280
Stantec 110 150 240 220 150 160 160 180 130 90 150 170 -40
Stonebrook 140 130
Summit 30
Sunde 320
TKDA 280 230 290 340 200 190 290 220 210 290 290
Wentz 40
Widseth -10 110 180 -210 100 10 0 -130 70
WSB -260 310 260 150 220 190 240 210 140 160 210 190