MAHONEY, SILVERMAN & CROSS, LLC
DAVID J. SILVERMAN
JOLIET ● CHICAGO ● OSWEGO ● FRANKFORT ● MORRIS WWW.MSCLAWFIRM.COM
MAHONEY, SILVERMAN & CROSS, LLC DAVID J. SILVERMAN JOLIET - - PowerPoint PPT Presentation
MAHONEY, SILVERMAN & CROSS, LLC DAVID J. SILVERMAN JOLIET CHICAGO OSWEGO FRANKFORT MORRIS WWW.MSCLAWFIRM.COM L oc al Gover nment Pr ofessional Ser vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. Illinois units of
JOLIET ● CHICAGO ● OSWEGO ● FRANKFORT ● MORRIS WWW.MSCLAWFIRM.COM
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q.
Illinois units of Local Government Architectural, Engineering and Land Surveying services POLICY: It shall be the policy of the political subdivisions of the State of
Illinois to negotiate and enter into contracts for architectural, engineering and land survey services on the basis of demonstrated competence and qualifications for the type of services required and at a fair and reasonable compensation.
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. L OCAL GOVE RNME NT
Federal process may be utilized and rules modified or adapted to remain
eligible for federal aid
Applies to “Projects” utilizing architectural, engineering, or land survey
services
“Projects” – Any capital improvement project or any study, plan, survey or
new or existing program activity utilizing those services
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. E XE MPT IONS
Emergency situations where the emergency is documented in a formal
resolution
Work under $40,000 (increased annually by CPI) Home Rule Authority Satisfactory relationship City of Chicago
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. PUBL IC NOT ICE
Firms may annually file statements of qualifications and performance data
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. ADVE RT ISE ME NT
Unless the unit of government is utilizing a firm with a satisfactory
relationship:
Notify all firms which have on file the annual statement of intent Place an ad in newspaper requesting statements of qualifications and
performance duties for particular projects including when due; OR
Place notice on website
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. E VAL UAT ION PROCE DURE
Evaluate firms taking into account:
Qualifications Ability of professional personnel Past record and experience Performance data Willingness to meet time requirements Location Work load of firm Other factors May require discussions and public presentations by firms deemed the most qualified May not seek formal or informal cost estimates
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. SE L E CT ION PROCE DURE S
On basis of evaluations, discussions and presentations Identify 3 most qualified firms Rank 1-3
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. CONT RACT NE GOT IAT ION
Prepare scope of services Begin negotiations with highest rank firm on contract price Consider complexity, value, scope, and professional nature of services Negotiate through the list of 3 if necessary Re-evaluate and start over if necessary
L
nment Pr
vic es Selec tion Ac t (50 IL CS 510/ 1 e t. se q. HOME RUL E
No Home Rule pre-emption Home Rule units can use alternative methods But be sure not to conflict with State/Federal
requirements that could affect funding
This Photo by Unknown Author is licensed under CC BY-SA
ST AT E AGE NCIE S
30 ILCS 535/1 e t. se q. State Agency Procurement of services
i i This Photo by Unknown Author is licensed under CC BY-NC-ND This Photo by Unknown Author
Applies to State agencies Major differences from Local Government Act Notice – Not less than 14 days advance notice in professional services
bulletin or the official state newspaper (The Breeze Courier)
Establish a Selection Committee Selection Committee must have at least one public member selected by
a statewide association of professional affected
Exemptions for contracts less than $25,000
State requires a “pre-qualification process” There must be an evaluation post project of the firm which is confidential,
not subject to FOIA
Prohibits an architect, engineer or surveyor from acting contrary to the
provisions of the Act or being a party to a contract in violation of the Act
Contract is void and unenforceable and Comptroller and Treasurer shall
not process claims or checks
Design build projects are not prohibited (30 ILCS 525/75)
23 CFR 172 Brooks Act 5-5 of IDOT Bureau of local roads and streets manual (5.06 e) – great
reference
Policy of Federal Government to publicly announce all requirements for
architecture and engineering services
On the basis of demonstrated competence and qualification At fair and reasonable prices
APPL ICAT ION
Federal agencies Professional services of architect or engineering nature associated with
research, planning, development, design, construction, alteration or repair
Other services including studies, surveying and mapping, soil tests, etc.
SE L E CT ION PROCE DURE
Agency Heads Ranks firms 1-3 (or more)
NE GOT IAT ION OF CONT RACT
Negotiate to contract in order of the ranking To obtain a fair and reasonable price
PROCE SS OUT COME
1. Public solicitation for services – annual submissions 2. Submission of Qualifications, etc., for announced projects 3. Evaluate submissions 4. Develop a short list of at least 3 firms 5. Interview firms 6. Rank Firms interviewed 7. Negotiation with top ranked firm
Projects funded with State, Federal or MFT funds
The QBS process for projects using State and Federal funding are under the
jurisdiction of IDOT
Examples and guidelines in 5-5 of the IDOT manual on Local Roads
No elected officials, employees, officers of the LPA may have a direct or
indirect financial interest in the contracts
No direct or indirect interest in any property to be acquired for the project Cannot perform inspection type services on a project designed by the firm
without protections and policies in effect to mitigate any conflict
Over $40,000 (adjusted) Utilize QBS process in 50 ILCS 510/1 e t. se q. (local selection)
Use QBS as set forth in Brooks Act and Federal code, e t. se q. Federally funded under $40,000 use small purchase procurement per 23
CFR 172.7(a)(2) AND several additional requirements including:
Cannot break down segments to avoid full requirements
Must review at least 3 qualified consultant; if less than 3, submit IDOT to
review prices to be sure it wasn’t exclusionary
If a change order takes it over $40,000 then Federal funds cannot be used
for the overage
Ensure a qualified consultant is obtained through a qualifications-based
selection process
Application – Federally funded engineering and design services for
projects subject to the provisions of Federal Law
Sate Agencies – provide for compliance to be performed by a State
Transportation Department or under its supervision
If the QBS policy has been approved by IDOT then Federal funding should
be available without further IDOT review of the selection process
RE SPONSIBIL IT Y
The VILLAGE QBS policy and procedures assigns responsibility to the following personnel within the VILLAGE for the procurement of consultant engineering services, negotiations with the selected consultant engineering firm, and administration of the contract for projects utilizing federal funding, as described herein:
Village Cler k: Posting of public notice for consultant engineering services in the form of a
Request for Qualifications (RFQ) on the VILLAGE website; Placement of the RFQ in a local newspaper; Recipient of consultant submittals in response to the RFQ.
Village Administr ator: Point of contact for questions from potential respondents to the RFQ;
Selection committee member; Lead negotiator with the selected consultant; Project Administrator (PA) after IDOT authorization to proceed.
Dir e c tor
ks: Selection committee member; Assistant negotiator with the selected
consultant.
Village Boar d: Approval of the selection committee results; Approval of the negotiated
consultant contract for submittal to IDOT.
Mayor: Administrative oversight.
When developing the Public Notice for consultant engineering services, the VILLAGE will include the following information, with additional items as necessary when unique circumstances exist.
Overall project description including the anticipated need, purpose, and objective
The scope of engineering services being requested and any expected unique
challenges;
The contract type and method(s) of payment anticipated; Any special provisions or contract requirements associated with the solicited services; The desired timetable for the engineering services being requested; Any specific qualification requirements;
Minimum submittal requirements from interested consultant engineering firms;
Submittal instructions and due date;
Evaluation criteria that will be used for reviewing and scoring the consultant submittals;
Requirement that any cost proposals or elements of cost shall not be submitted with technical/qualifications proposals. These items will be requested during the selection phase as necessary.;
Anticipated timeframe for the consultant selection and establish a submittal deadline for responses to the Public Notice that provides sufficient time to receive notice, prepare and submit a proposal, which except in unusual circumstances shall be not less than 14 calendar days from the date of issuance of the RFP;
Instructions for retrieving available background information and submitting questions.
The VILLAGE will post the public notice on the homepage of the VILLAGE website and/or publish an ad in a newspaper with appropriate circulation. The public notice will be advertised for at least 14 days prior to the due date for consultant submittals with the website posting being continuous and the newspaper ad being at least twice.
Re vie w of Consultant Submittals
Se le c tion Committe e : The VILLAGE will appoint a two (2) person
selection committee for reviewing all consultant submittals. The selection committee members will include the Village Administrator and the Director of Public Works. The selection committee members must certify that they do not have a conflict of interest prior to completing their review of the consultant submittals, in compliance with the IDOT BLRS Manual, Section 5-5.04. If a replacement member of the selection committee is required, the replacement will be appointed by the Mayor.
Re vie w of Consultant Submittals
E valuatio n F ac to r s: The Village Administrator will establish the evaluation factors for reviewing the
consultant submittals for each project. The evaluation factors will typically include the criterion listed below, which complies with the weighting range guidance in Section 5-5.06(d) of the IDOT BLRS Manual.
Project Understanding
Similar Project Experience
Past Performance
Project Team
Project Development Approach
IDOT Prequalification
Overall Completeness of Submittal
These evaluation factors may vary from one project to another depending on unique project requirements or conditions that may be present. In addition, any required DBE and local presence combined will not be more that 10%.
Re vie w of Consultant Submittals
Sc or ing of Consultant Submittals: Each member of the selection committee
will provide an independent score for each proposal using the form below prior to the selection committee meeting. For each consultant proposal, the scores will range from 0 (lowest in comparison to others) to 10 (highest in comparison to others) for each criterion, with the overall score based on the weight assigned for each criterion.
Sample Sc or e She e t
Cr iter ia Weighting Sc or es (0-10)
Consultant 1 Consultant 2..
Consultant X Pr
standing
20%
Similar Pr
xper ienc e
25%
Past Per for manc e
30%
Pr
eam
10%
Pr
5%
IDOT Pr equalific ation
5%
Over all Completeness of Submittal
5%
T
e 100%
F inal Sc o r ing
F inal Sc o r ing o f Sho r t-L iste d Co nsultants: The selection committee member scores are
averaged for an overall committee score which is used to establish a short list of three
committee discussion, and any additional information gained from interviews of the short- listed firms, to determine the final scoping of the consultant submittals and the selected
interviews.
If less than three (3) consultant submittals are received, then the VILLAGE will request IDOT approval that the QBS procedures followed are acceptable, before proceeding with final scoring of consultant submittals received.
The final scoring of the consultant submittals, and the selected consultant will be presented to the VILLAGE Board for approval.
Notification must be provided to responding consultants of the final ranking of the three most highly qualified consultants.
Co ntr ac t Ne go tiatio n
At the conclusion of the consultant scoring and evaluation period, the
Village will commence negotiations with the top ranked firm.
The VILLAGE will prepare an independent in-house estimate for the cost of
the consultant engineering services being requested, prior to contract
The VILLAGE will require a two (2) person team to negotiate with the
selected consultant. The VILLAGE negotiation team will consist of the Village Administrator and the Director of Public Works, however, members
The negotiation team will review the contract costs and the indirect cost rates to assure they are compliant with Federal cost principles prior to submission to IDOT.
Pr
ation
The Project Administrator (PA) for the VILLAGE will be the Village Administrator. The VILLAGE PA will monitor work on the project in accordance with the contract and provide status reports with the Mayor and Village Board as required and/or requested. The VILLAGE PA will prepare a written evaluation of the consultant’s work at the end of each project. These reports are maintained in the VILLAGE consultant information database. The VILLAGE will follow IDOT’s requirements, including the required submission of BLRS Form 05613 to the IDOT district at contract close-out along with the final invoice.
The VILLAGE PA will be required review and approve all invoices submitted by the consultant prior to payment and submission to IDOT for reimbursement.
The contracting agency shall retain supporting documentation of the solicitation, proposal, evaluation, selection of the consultant and negotiation in accordance with this section and the provisions of 2 CFR 200.333.
Additional work which was not included in the scope of services and
evaluation criteria may not be allowed to be added to contracts for federal QBS
If non-competitive procurement (sole source, emergency, or less than
three consultants) is used; it must be approved by IDOT in advance for federal QBS
LPAs are responsible for ensuring a consultant’s costs billed are allowable
in accordance with the federal cost principles and consistent with the contract terms for federal QBS
Bids and Specifications Insurance Indemnification Liability Cap - $ amount Liability Cap – insurance amount