Loading...
HomeMy Public PortalAbout22-9978 RFP for Drainage Cleaning and CCTV InspectionSponsored by: City Manager RESOLUTION NO. 22-9978 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR DRAINAGE CLEANING AND CCTV INSPECTION OF CITY MUNICIPAL STORM SEWER SYSTEM; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") has 31 miles of underground storm drainage mains. Due to lack of funding in recent years, this drainage system hasn't received the extensive ongoing maintenance necessary for the system to operate efficiently. As a result, there has been a buildup of debris, possible unidentified main failure due to age and external forces and also root penetration of the mains, all of which impede the system from effectively conveying stormwater run-off away from City streets; and WHEREAS, to improve the effectiveness of the City's stormwater drainage system, the City Manager recommends the City Commission authorize the City Manager to issue an RFP for services to inspect, clean and make repairs to this system; and WHEREAS, the City desires to issue a Request for Proposal ("RFP") for Drainage Cleaning and CCTV Inspection of City Municipal Storm Sewer System; and WHEREAS, this RFP will result in the engagement of a firm which will inspect all mains through the use of closed-circuit television (CCTV), remove all debris impeding flow, remove roots which have penetrated the mains and repair the damage caused by this intrusion and otherwise repair the mains as necessary; and WHEREAS, the City Commission authorizes the City Manager to issue a RFP for the Drainage Cleaning and CCTV Inspection of City Municipal Storm Sewer System and further authorizes the spending of up to three thousand dollars ($3,000) for advertising purposes, if deemed appropriate. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Resolution No. 22-9978 Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to issue an RFP, attached hereto as Exhibit "A", for qualified and experienced firms and further authorizes spending of up to three thousand dollars ($3,000) for advertising purposes, if deemed appropriate. Section 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 11th day of May, 2022. Veronica J. Williams, Mayor AT EST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFF IENCY: Burnadette Norris -Weeks, P.A. City ttorney 2 Resolution No. 22-9978 Moved by: Vice Mayor Taylor Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 3 City Manager: Commission Meeting Date: Fiscal Impact: (Enter X in box) Funding Source: Account#: Contract/P.O. Required: (Enter X In box) Strategic Plan Related (Enter X in box) Sponsor Name Darvin Williams 05,11,2©22 Yes (Enter Fund & Dept) Ex: Yes X Yes X City Manager City of Opa-locka Agenda Cover Memo Item Type: (EnterX in box) Ordinance Reading. (Enter X in box) Public Hearing: (Enter X In box) CM Signature: Resolution ' Ordi Advertising Requirement: (Enter X in box) RFP/RFQ/Bid#: Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education 0 Qual. of Life & City Image r! ! Communication 0 Department: X let nce Other eading 2nd Reading Yes Yes Yes X X Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) City Manager Short Title: A resolution authorizing the City Manager to issue an RFP Storm Sewer System (MS4), cle n, inspect and repair the City's nicipal Issue / Recommendation - To improve the effectiveness of the City's stormwater drainage system, staff recommends the City Commission authorize the City Manager to issue an RFP for services to inspect, clean and make repairs to this system. History - The City has 31 miles of underground storm drainage mains. Due to lack of funding in recent years, this drainage system hasn't received the extensive ongoing maintenance necessary for the system to operate efficiently. As a result there has been a buildup of debris, possible unidentified main failure due age and external forces and also root penetration of the mains, all of which impede the system from effectively conveying stormwater run-off away from City streets. Current Activity - Due to placement of stormwater fees as an assessment on the annual property tax bill, rather than on the utility bill as had previously been done, all properties are now paying their fair share of the maintenance and improvement of the stormwater drainage system. This has resulted in an annual increase in stormwater revenue in the range of $0.9 million. This additional funding allows the City to restart a robust maintenance program to restore the effectiveness of this system. American Rescue Plan Act (ARPA) funding may be also be available for this project depending on the Commission prioritization of projects to be funded by ARPA funding. This RFP will result in the engagement of a firm which will inspect all mains through the use of closed-circuit television (CCTV), remove all debris impeding flow, remove roots which have penetrated the mains and repair the damage caused by this intrusion and otherwise repair the mains as necessary. It isn't anticipated that the entire drainage system will be addressed within one year. It should also be noted that when the drainage system is restored to optimum effectiveness, flooding should be significantly reduced, but not eliminated, with further significant investment required to greatly eliminate flooding within the City. Financial Impact As discussed, the City now has funding sources which will allow this program to move forward at a significant pace, although the exact rate of progress won't be known until the bids have been evaluated. As a measure of the cost to be expected, 1,500 feet of Sharazad recently received these service at a cost of approximately $41,000, which translates into $144,000 per mile. It is believed that the conditions found in this section of the Sharazad drainage system may be somewhat worse than the average condition of the total system, suggesting a somewhat lower cost per mile overall. The RFP will be issued electronically but may be also be advertised, which could require up to $3,000. An Advertising budget is available within the General Fund Non -Department division for this purpose if needed. Staff recommends the City Commission authorize the City Manager to issue an RFP to clean, inspect and repair the City's Municipal Storm Sewer System (MS4) and further authorize the spending of up to $3,000 for advertising purposes if deemed appropriate. ft RFP City of pa-loc a REQUEST FOR PROPOSAL (RFP) CLEAN, INSPECT AND REPAIR THE CITY'S MUNICIPAL STORM SEWER SYSTEM (MS4) CITY OF OPA-LOCKA RFP NO. 22-XXXXXXX CLEAN, INSPECT AND REPAIR THE CITY'S MUNICIPAL STORM SEWER SYSTEM (MS4) TABLE OF CONTENTS Subject Page Number Cover 1 Tableof Contents...... ....... ... . ....... ....... .......... ........ ....... ............. ..... .......... . . ... 2 Advertisement............... ... . ........ . .. .. . ............. ..... ....... ...... ........ .......... ....... ..... 3 PartI - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal... .......................................:.................................................................................15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit...................................................................................................................19 Non -Discrimination Affidavit.... ..... ...... .................................................................................. ....... 20 E -Verify Form 21 2IP i CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 22-XXXXXXX CLEAN, INSPECT AND REPAIR THE CI 'S MUNICIPAL STO Sealed Proposals for Clean, Inspecting and Repairing the City's Municipal Storm Sewer System (MS4) will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Wednesday, June XX, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.corn (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Clean, Inspect and Repair the City's Municipal Storm Sewer System (MS4). Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at w .opalockafl.gov or www.dernandstancorn. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal best complies with the RFP NO: 22-XXXXXXX<requirements. Proposers may not withdraw their proposal for period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be on Thursday, May XX, 2022 at 10:00 a.m. at 780 Fisherman Street, Ste. 220, Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in info City Clerk oanna Flores, CMC 3 I P a CITY OF OPA-LOCKA RFP NO. 2 2 -XXXXXXX CLEAN, INSPECT AND REPAIR THE CITY'S MUNICIPAL STORM SEWER SYSTEM (MS4) PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide service to Clean, Inspect and Repair the City's Municipal Storm Sewer System (MS4). 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via w.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Wednesday, June XX, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-XXXXXXX - Clean, Inspect and Repair the City's Municipal Storm Sewer System (MS4). This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses 4IPaea incurred in connection with preparation of _a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries - and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided 5 by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 6 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, 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. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II MINIMUM SPECIFICATIONS . GENERAL REQUIREMENTS: 1.1. The intent of this proposal is to provide a source for Stormwater System Clean using high pressure hydro -jetting, Video Inspection (CCTV) Services and stormwater system repairs. This contract will cover both scheduled clean and emergency, afterhours unplugging to re-establish stormwater flow. The City of Opa-locka Public Works Department shall pre-set monthly schedules and task work orders for clean and video services performed during normal business hours. Public Works Department shall assign stormwater jobsites needing repair and approve schedules, plans and cost proposals to complete the assigned repair jobsites. 1.2. The storm drain system clean and video inspection services provided shall be all-inclusive of written video reports and DVD's, jobsite mobilization and traffic control for scheduled work, labor, materials, tools, signage, equipment, and supervision. The stoiiuwater system repair jobsites assigned shall be all-inclusive of jobsite mobilization, traffic control, labor, materials tools, signage, equipment, supervision, and any required plans, sketches and cost proposals. 1.3. The primary user of this contract will be the City of Opa-locka Public Works Department — which is responsible for the City's stoiiuwater infrastructure maintenance. Other departments may also use this contract periodically. 1.4. The Contractor, upon request from the Public Works Department, shall perform hydro - jetting and vacuuming of material from storm drain pipes and structures. Mechanical clean may be required on pipes and structures designated by the Public Works Department as needing heavy clean (50 to 100% blocked). Excavation of culvert and pipe entrance/exit ditches that may require haul -off of excess material is also included. 1.5. Normal business hour service shall be provided to the City between the hours of 8:00 AM and 5:00 PM, Monday through Friday, excluding City holidays. Service calls performed outside these time parameters shall be considered afterhours, emergency work. The Contractor shall be notified by the Public Works Department as to any emergency site of the storm drain system. The Contractor shall respond within two (2) hours on -site after receiving the service call for an afterhours/emergency jobsite. A 24 -hour call center will be required from the Contractor. 1.6. The Contractor shall adhere to the bounds as set forth in all right-of-ways and easements unless prior written approval of the current property owner is obtained and submitted to the Public Works Department for approval. A standardized right -of -entry form will be used. 1.7. The hydro -jetting and video inspection equipment shall be truck mounted for roadway work and smaller easement units will be used for easy access to various locations within the City. 1.8. Sonar equipment for the location of buried junctions is part of this scope of services. The Contractor shall also have the capacity to uncover and raise pre -cast concrete and masonry boxes to grade level. Also, hydro -excavation may be required on some jobsites. 1.9. The stormwater drainage system repair items are all installed costs for each item or operation per the Florida Department of Transportation (FDOT) Standard Specifications. 2. TECHNICAL SPECIFICATIONS 2.1. Hydro -jet Clean Equipment and Standards. 2.2. Equipment Types. At least one unit shall be a truck mounted heavy-duty unit and at least one unit of smaller easement type equipment for the hydro -jet clean of storm drains will be made available to service this contract. 2.3. Equipment Capacity. The heavy-duty hydro -jet clean equipment shall be capable of 2000 psi min to 4000 psi max and up to 100 gallons per minute of water flow at the nozzle. 2.4. Hoses. Hose sizes shall range from 3/16 -inch to 24 -inches in diameter to accommodate the various storm drain pipe diameters. 2.5. Vacuum Fan. Vacuum shall be a twenty-seven (27) inch fan (or equivalent) configuration due to the required removal of large material from storm drains. 2.6. Flow Nozzles. Guided flow nozzles and cutting nozzles shall be used that are capable of cutting through tree roots, concrete, grease, mortar, sand, gravel, dirt, sludge and debris and shall protect the integrity of the storm drain pipe. 2.7. Water Tanks and Supply. The water tank shall be capable of a carrying capacity of 1500 gallons and a debris box with a minimum capacity of 6 cubic yards. The Contractor is responsible for supply and cost of water. 2.8. Heavy Clean. Heavy clean (mechanical clean) may be required on all 50% to 100% full structures and storm drain lines prior to the final hydro jet treatment. 2.9. Storm Drain Clean. Drain Clean and clearing shall consist of clearing a stoppage and then going back and forth through the stoppage area as well as the entire line being cleaned. This will ready the storm drain for CCTV inspection equipment by exposing the full pipe circumference. All solids shall be removed at the downstream structure of the section being cleaned — passing material from one pipe segment to another will not be permitted. 2.10. Damage to Contractor's Equipment. The City shall not be responsible for broken cables or hoses while either clean a system or attempting to unclog one. The Contractor must exercise caution when hydro -jetting any line. 2.11. Traffic Control. All required traffic control will be in accordance with the Manual of Uniform Traffic Control Devices (MUTCD), 2011 edition, and will be considered appurtenance to the work at no additional cost to the City with the exception of emergency jobsites. 2.12. Hours of Operation. All clean and video inspections (CCTV) will be performed during noinial business hours (Monday through Friday and 8:00 am to 5:00 pm). A 24 -hour call center phone number will be provided to the City Engineer. 2.13. Mobilization charges. Mobilization charges will be allowed for afterhours and emergency jobsites only. An additional per hour charge will be allowed in emergency cases. 9 2.14. Schedules. The Public Works Department will hold monthly planning and scheduling meetings to provide preset monthly schedules and task work orders for clean operations during normal business hours. GIS maps of work locations shall also be provided to the Contractor by the Public Works Department. In advance of the work (3 days minimum in advance of actual start), the Contractor shall provide to the Public Works Department the Proposed Work Plan for review and approval that shall include a Cost proposal, storm drain flow bypass/dewatering plans, traffic control plans, signed right -of -entry forms and proposed clean and inspections methods. Contractor shall notify the Public Works Department of any discrepancies in pipe configurations in the field if different from those on the GIS maps provided. Notification shall include a diagram clearly indicating actual locations of structures in relation to adjacent existing structures. 2.15. Certifications. The hydro -jetting equipment operator shall hold a current Commercial Driver's License (CDL) with Tanker Endorsement. Copies of the operator's license shall be included in the bid package for review to help determine if a sufficient amount of qualified staff is available to service this contract. 3. VIDEO INSPECTION SERVICES: 3.1. Video Inspection. Video Inspection Services will begin once a stouni drain is thoroughly cleaned and the full pipe circumference is visible. Video Inspection (CCTV) Services will be performed on designated stoiin drain system as determined by the Public Works Department. The inspection and assessment will be performed, at a minimum, in accordance with the Pipeline Assessment Certification Program. The Contractor shall furnish all labor, materials, and equipment necessary for the CCTV inspection and condition assessment of the pipes and structures. CCTV equipment shall be capable of providing a high -quality CCTV inspection and record of the inspection. The Contractor must allow, when warranted, the Public Works Department to be present inside the camera truck during video inspection to view inspection process and provide direction when anomalies are encountered. 3.2. By-pass pumping. By-pass pumping of stormwater may be required on some jobsites to control the storm flows while the camera is working. Water shall be released in a manner to prevent erosion of property. 3.3. Video Reports. A complete Video Inspection (CCTV) Service Report will be labeled with jobsite street addresses and copies of the bound, written inspection that highlight any anomalies or defects. The CCTV inspection will be placed on DVD disks and will be supplied to the Public Works Department for our records. Database files from each inspection will be delivered in PACP format. DVD disks will be compatible for viewing on Windows Media Player. Video reports will be due within 7 days of final inspection of assigned stormwater drainage system. 3.4. Quality of Report Submittals. Submit DVD and written Inspection Reports for quality review and comments to the Public Works Department. Picture quality and definition shall be to the satisfaction of the City. Inspection equipment that fails to produce satisfactory inspection quality shall the removed and replaced. 3.5. Sonar Location Services. Pipe Location Services may be required by a sonar inspection to locate buried junctions and identify pipe alignments. Buried structures will be marked with white paint and white flagged for excavation by the Contractor or City crews. 10 3.6. Inspection Equipment. The video inspection equipment shall meet the minimum standards of this section. 3.6.1. Monitoring Studio: 3.6.1.1. Temperature controlled. 3.6.1.2. _ Sufficient size to allow seating for two people in addition to the Operating Technician. 3.6.2. Television Monitor: 3.6.2.1. Located in monitoring studio. 3.6.2.2. Color video picture. 3.6.2.3. Resolution of no less than 350 lines 3.6.2.4. Continuous display during survey: 3.6.2.4.1. Date of Survey. 3.6.2.4.2. Number designation of structure surveyed. 3.6.2.4.3. Continuous forward and reverse readout of camera distance from the reference manhole. 3.6.2.4.4. Cables: 600 feet long, minimum. 3.6.3. Television Camera: 3.6.3.1. All cameras used shall be self -powered tractor assemblies, specifically designed for use in large diameter pipe inspection work. 3.6.3.2. The cameras shall be color, pan -and -tilt units, operable in 100% humidity conditions. Lights shall be mounted on and turn in the direction of the camera head. 3.6.3.3. The camera lens shall have not less than a 65 -degree viewing angle and shall have either automatic or remote focus and iris controls. 3.6.3.4. Camera lighting shall be sufficient for use with color inspection cameras, and for diameters larger than 48 -inches, a minimum of 1,000,000 candlepower lighting in the 3200 -degree Kelvin range shall be made available. 3.6.3.5. The complete video system (camera, lens, lighting, cables, monitors, and recorders) shall be capable of providing a quality inspection and in a format acceptable to the City and if unsatisfactory, equipment shall be replaced. No payment will be made for unsatisfactory inspections. 3.6.3.6. Reverse setups will only be allowed and accepted for payment if a blockage or defect prevents the CCTV inspection from continuing in the initial direction. The Contractor shall notify the Engineer of such situations for approval. Payment will be made on the length of pipe inspected. 3.6.3.7. The maximum flow depth for CCTV inspection work is 20% of the pipe diameter or as approved by the Public Works Department. If the flow 11 depth of 20% cannot be achieved, the Contractor may be required to by-pass pump the pipe. 3.6.3.8. Accuracy of the measurements cannot be stressed too strongly. Daily calibration of the measuring devices shall be performed. Pipe lengths show and reported on the CCTV inspection video and logs shall be within 3 feet (plus or minus) of the actual pipe length as measured from center of one manhole/structure to the center of next manhole/structure. CCTV inspection that does not meet these criteria shall be reperformed and re -submitted to the Public Works Department at no additional cost to the City. 3.6.3.9. The Contractor is advised that the drainage pipe and structures vary in age and condition. The Contractor shall use extreme caution during all television inspections. If the television equipment becomes lodged in the pipes during the work, the Contractor shall be responsible for removing the equipment including excavation of the system and paying for all costs associated with the retrieval. 3.6.4. Still Photographs: 3.6.4.1. Provide digital photographs showing whatever defect is encountered that interrupts completion of inspection (i.e., collapsed pipe, deformed pipe, severe offset joints, holes, heavy debris or roots). 3.6.4.2. Provide printed label on front of photograph with structure identification number, footage and defect type. 3.6.4.3. Digital Camera: Minimum 3.2 megapixels. 3.6.5. Digital Video Inspections — Required Deliverables: 3.6.5.1. All pipe and structure inspections performed under this contract shall be submitted to the Public Works Department in electronic (digital) format 3.6.5.2. A DVD and bound, written report with schematic of the storm drain system will be submitted to the Public Works Department for review. Completed inspections must be reviewed and checked against monthly invoicing before payment can be made. At a minimum, the following information will be on the video and written report: 3.6.5.2.1. Project Name & Street Address 3.6.5.2.2. Operating Technician's Name 3.6.5.2.3. Date & time of inspection 3.6.5.2.4. MH Start #/ MH End # (each pipe segment) 3.6.5.2.5. Pipe Material 3.6.5.2.6. Pipe Size 3.6.5.2.7. Direction of video 2 3.6.5.2.8. Weather & flow level 3.6.5.2.9. Constant display of the street name, MH start #1 MH end #, date and distance shall appear on the screen shots. 3.6.5.2.10. All defects and anomalies recorded and in written report with distances noted. 3.7. Schedules. The Public Works Department will provide pre-set monthly schedules and task work orders for video inspections during normal business hours. GIS maps of the stormwater systems shall be provided. A Cost proposal will be provided to Public Works Department in accordance with the stated price schedule once the Contractor has reviewed the locations. 4. EXCAVATION, BURIED JUNCTIONS, HAUL -Or rAND MISCELLANEOUS: 4.1. Haul -off of Unsuitable Material. All excessive debris, silt and soil shall be hauled off and disposed of in a manner that will not have an adverse effect on the environment. The Contractor is responsible for the safe removal and disposal of all unsuitable material in accordance with all Federal, State and Local codes, regulations and statues. 4.2. Excavation. Excavation to change, clean, or widen channels and entrance and exit ditches to pipes and culverts in order to reestablish flow will be required on jobsites designated by the Public Works Department. Typically, ten (10) foot of excavation is required at storm drain pipe ends; however, further excavation may be required as designated by the Public Works Department. 4.3. Buried Junctions. Excavation of buried junctions will be required as designated by the Public Works Department. Junction boxes and other buried structures which are exposed may be required to be raised to grade at the Public Works Department's instruction. Pre -cast concrete and masonry structure work may be encountered and provisions to have these brought to grade are included in the bid items. The Florida Utility Location Call Center (811) shall be notified, and the excavation penult valid before excavation begins and during all phases of excavation operations. 4.3.1. Hydro -Excavation will be paid on a per -hour basis for location of utilities and an excavation permit shall be obtained. 4.4. Erosion and Siltation. Contractor shall take the necessary measures throughout the project to control erosion and to prevent silting of streams, rivers and lakes. 4.5, Landscape. Excavation sites will be re -seeded and wheat straw placed to prevent soil erosion. Replacement landscape items will be installed as directed. 4.6. Rip -Rap. Rip -Rap may be required at large pipe and culvert ends and the Public Works Department will instruct the contractor in these cases. 5. STORMWATER SYSTEM REPAIRS: 5.1. FDOT and Miami Dade County Standards. Repairs to the Stormwater System shall conform to the Florida Department of Transportation (FDOT) Standard Specifications, 2013 Edition. Standards will be as specified on Price Schedule or as directed by the Public Works Department. 5.2. Schedules and Cost Proposals. The Contract shall submit sketches, schedules and cost proposals to the Public Works Department for approval before the beginning of all stormwater system repair projects. 5.3. Payment. All items on the Price Schedule shall be paid as installed costs (includes all material, labor, etc.). 5.4. Slip Lining. High Density Polyethylene Pipe (HDPE) which meets AASHSTO M326 shall be used to line existing pipe. Pipe that is slip lined shall include grouting of the pipe ends per the pipe manufacture's specification for grouting ends. Snap-Tite HDPE shall be used or an approved equal by the Public Works Department. 5.5. Aluminized CMP. Aluminized Corrugated Metal Pipe (CMP) will be used where metal pipe is specified by the Public Works Department. Aluminized Steel Type 2 (ALT 2) shall meet the specifications of ASSHTO M274 and ASTM A929. 5.6. MUTCD. The Manual for Unifo,trt Traffic Control Devices (MUTCD), 2009 Edition shall be used for all traffic control layouts and road closures. Plans for road closures will be submitted to the Public Works Department for prior approval and notifications two weeks in advance of closures. In emergency cases, the Public Works Department may waive this procedure. 5.7. Erosion Control. The Manual for Erosion and Sediment Control in Florida, will be used for all erosion and silt control. Erosion control measures will be maintained during all phases of construction. 2-2 PROPOSER QUALIFICATIONS Adequate information and documentation must be provided in the Proposal to support or confirm satisfaction of the required qualifications below: • A detailed description of the firm including address, telephone number License Classification with number and date of expiration, applicable License status, and banking and credit references. • Briefly describe the educational background and professional experience in a resume format of the firm owners, supervisors and key employees. • List similar contracts for elevator modernization and upgrades held by your firm and other similar contracts, if any formerly held. List at least one person for each such contract who may be contacted by us who is knowledgeable about your work. List telephone numbers for these individuals. • This contract will be awarded only to responsible Contractors qualified by experience to do the work specified herein. The Bidder shall submit satisfactory evidence of experience in like work and that they are fully prepared with the necessary organization, capital, equipment and machinery to complete the work to the satisfaction of the Owner. • Company shall have been in continuous service and incorporated in the State of Florida for a minimum of three (3) years. • Company must have a proven history in elevator maintenance, upgrades, and modernization in public facilities. 4 • Company must be fully licensed with all required State and/or Local government licenses, and permits. Demonstrate an overall combination of skills, prior work experience, business reputation, and commitment to diversity. 2-3 TERM OF CONTRACT The term of the contract should not exceed one fiscal year. 15 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Va "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 16 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an a 3.2.9 Tab 8- References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents Proposer Qualifications Certification regarding debarment and suspension Drug Free workplace certification inclusive, base fee. FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUA PROPOSER. FY 17 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Corn submitted. ttee, consisting of City personnel, will convene, review and discuss all proposals The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category + Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing services requested 2. Qualifications and experience of staff 3. Licensing 4, Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar services for governmental clients including at least two references 10 Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 18 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 9 RFP NO. 22-XXXXXXX PROPOSER QUALIFICATIONS CLEAN, INSPECT AND REPAIR THE CITY'S MUNICIPAL STORM SEWER SYSTEM (MS4) The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 20 RFP NO: 22-XXXXXXX PRICE PROPOSAL FORM CLEAN, INSPECT AND REPAIR THE CITY'S MUNICIPAL STORM SEWER SYSTEM (MS4) Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. 21 Item No. Description Estimated Quantity Unit Unit Price Extended Price General Conditions 1. Mobilization (emergency jobsites only) 8 EA $ $ 2. Out of Scope Work, Foreman 40 HR $ $ 3. Out of Scope Work, Laborer 40 HR $ $ Traffic Control 4 Traffic Control Major Street (emergency jobsites only) 8 EA $ $ 5 Traffic Control Minor Street (emergency jobsites only) 8 EA $ $ 6 Mobile Electronic Detour Signs (emergency jobsites) 6 EA $ $ Location & Hydro -excavation 7. Sonar Location (includes flagging and paint) 10 LF $ $ 8. Hydro -Excavation (Complete) 16 HR $ $ Hydro -Jet Storm Drain Cleaning (less than 50% full) 9. 12" Pipe - Clean less than 50% full 100 LF $ $ 10. 15" Pipe - Clean less than 50% full 100 LF $ $ 11. 18" Pipe - Clean less than 50% full 600 LF $ $ 12. 21" Pipe - Clean less than 50% full 100 LF $ $ 13. 24" Pipe - Clean less than 50% full 300 LF $ $ 14. 30" Pipe - Clean less than 50% full 300 LF $ $ 22 15. 36" Pipe - Clean less than 50% full 300 LF $ $ 16. 42" Pipe - Clean less than 50% full 300 LF $ $ 17. 48" Pipe - Clean less than 50% full 300 LF $ $ 18. 54" Pipe - Clean less than 50% full 300 LF $ $ 19. 60" Pipe - Clean less than 50% full 300 LF $ $ 20. 66" Pipe - Clean less than S0% full 300 LF $ $ 23 PRICE SCHEDULE Item No. Description Estimate d Quantity Unit Unit Price Extended Price 21. 72" Pipe - Clean less than 50% full 200 LF $ $ 22. 78" Pipe -Clean less than 50% full 200 LF $ $ 23. 84" Pipe - Clean less than 50% full 200 LF $ $ 24. 90" Pipe - Clean less than SO% full 200 LF $ $ 25. 96" Pipe - Clean less than 50% full 200 LF $ $ Hydro jet Storm Drain Cleaning (50% full or greater) 26. 12" Pipe - Clean SO% full or greater 100 LF $ $ 27. 15" Pipe - Clean 50% full or greater 100 LF $ $ 28. 18" Pipe - Clean 50% full or greater 800 LF $ $ 29. 21" Pipe - Clean S0% full or greater 100 LF $ $ 30. 24" Pipe - Clean 50% full or greater 200 LF $ 31. 30" Pipe - Clean 50% full or greater 200 LF $ $ 32. 36" Pipe - Clean 50% full or greater 200 LF $ $ 33. 42" Pipe - Clean 50% full or greater 200 LF $ $ 34. 48" Pipe -Clean 50% full or greater 200 LF $ $ 24 35. 54" Pipe - Clean 50% full or greater 200 LF. $ 36. 60" Pipe - Clean 50% full or greater 200 LF $ $ 37. 66" Pipe - Clean 50% full or greater 200 LF $ $ 38. 72" Pipe - Clean 50% full or greater 200 LF $ $ 39. 78" Pipe - Clean 50% full or greater 200 LF 40. 84" Pipe - Clean 50% full or greater 200 LF $ $ 41. 90" Pipe - Clean 50% full or greater 200 LF $ $ 42. 96" Pipe - Clean 50% full or greater 200 LF $ $ Special Storm Line Cleaning & Clearing Roots, Rocks,' Debris 43. 12" to 36" Pipe 200 LF PRICE SCHEDULE Item No. Description Estimate d Quantity Unit Unit Price Extended Price 44. 42" to 96" Pipe 200 LF $ $ Square Brick Manholes (raise to grade) 45. 4' Sqre Brick MH w% Ring & Cover 50 VF $ $ 46. 5' Sqre Brick MH w/ Ring & Cover 20 VF $ $ 47. 6' Sqre Brick MH w/ Ring & Cover 20 VF $ $ 25 RoundBrick Manholes (raise to grade) 48. 4' Rnd Brick MH w/ Ring & Cover 50 VF $ $ 49. 5' Rnd Brick MH w/ Ring & Cover 20 VF $ $ 50. 6' Rnd Brick MH w/ Ring & Cover 20 VF $ $ Square Precast Manholes (raise to grade) 51. 4' Sqre MH w/ Ring & Cover 30 VF $ $ 52. 5' Sqre MH w/ Ring & Cover 20 VF $ $ 53. 6' Sqre MH w/ Ring & Cover 20 VF $ $ Round Precast Manholes (raise to grade) 54. 4' Rnd MH w/ Ring & Cover 50 VF $ $ 55. 5' Rnd MH w/ Ring & Cover 20 VF $ $ 56. 6' Rnd MH w/ Ring & Cover 20 VF $ $ Special Structures/Components (raise to grade) 57. 4' Dia Pedestal Top w Grate Inlet 20 EA $ $ 58. 5' Dia Pedestal Top w Grate Inlet 20 EA $ $ 59. 6' Dia Pedestal Top w Grate Inlet 10 EA $ $ 60. 4' Dia Pedestal Top w MH R/C 20 EA $ $ 61. 5' Dia Pedestal Top w MH R/C 20 EA $ $ 26 62. 6' Dia Pedestal Top w MH R/C 10 EA $ $ 63. Precast SW CB Top, w/R/C, no throat 10 EA $ $ 64. Precast DW CB Top, w/R/C, no throat 10 EA $ $ 65. 4'x4' Precast Top w/ MH R/C 30 EA $ $ PRICE SCHEDULE Item No, Description Estimate d Quantity Unit Unit Price Extended Price 66. 5'x5' Precast Top w/ MH R/C 20 EA $ $ 67. Cast in Place Top w/R/C 10 CY $ $ 68. Cast in Place Throat Only 10 CY $ $ 69. Uncover Buried JB (4') 50 EA $ $ 70. Uncover Buried JB (4'-8`) 30 EA $ $ 71. Uncover Buried JB (4'42') 20 EA 72. Uncover Buried JB (>12') 10 EA $ $ CCTV OF STORM PIPES (w/ DVD & Written Report) 73. 12" - 15" diameters 200 LF $ $ 74. 18" - 24" diameters 200 LF 75. 30" - 42" diameters 200 LF $ $ 27 76. 48" - 54" diameters 200 LF $ 77. 60" - 66" diameters 200 LF $ $ 78. 72" - 84" diameters 200 LF $ $ 79. 90" - 96" diameters 200 LF $ $ 80. Visual Inspections (pics per project) 200 EA $ $ Erosion Control & Landscape Items 200 81. Stone Rip Rap Type I in Place 200 SY $ $ 82. Stone Rip Rap Type III In Place 200 SY $ $ 83. Stone Rip Rap 12" Installed 4,000 SY $ $ 84. Install & Remove Type A Silt Fence 500 LF $ $ 85. Install & Remove Type C Silt Fence 500 LF $ $ 86. Install & Remove Type C Silt Fence- ALT 500 LF $ $ 87. Inlet Sediment Traps - Silt Fence Sd2 200 EA $ $ 88. Rock Bags for curb inlet/CB sediment Protection 20 EA $ $ 89. Install 8z Remove Orange Tree Save Fence 200 LF $ $ 90. Seed & Straw (Permanent Grassing) 5,000 SY $ $ 91. Seed & Straw (Temp Grassing) 3,000 SY $ $ 92. Sodding Complete - Fescue 3,000 SY $ $ 28 93. Sodding Complete - Bermuda 3,000 SY 113. 94. Sodding Complete - Zoysia 2,000 SY 95. Sodding Complete - Centipede 3,000 SY 96. Topsoil Complete 100 CY 97. Pine Straw 1,000 SY 98. Wheat Straw Mulch 1,000 SY 99. Tree Replacement 2-1/2" Hardwood, Installed EA 100. Tree Replacement 2- 2" Installed 200 EA 101. Shrub & Misc. Plants Replacement: 1 gallon, installed 100 EA 102. Shrub Rep lace ment:3 gallon, installed 100 EA 103. Shrub Replacement: 5 gallon, installed 500 EA 104. Shrub Replacement: 7 gallon, installed 200 EA 105. Bedding Flower per flat of 18 installed 100 SY 106. Debris Removal, Tandem Dump Truck 100 CY aneous Ite 107. Removal of Existing Non -Drainage Structures 10 EA $ $ 108. Removal of Existing Drainage Structure 10 EA $ $ 109. Removal Existing Pipe all Types and Sizes 100 LF $ 110. -Stone #57 100 Ton $ $ 111. Surge Stone 200 Ton $ $ 112. No.3's and 4' Stone 200 " Ton $ $ ass Pumping Operations 60 EA Bypass pump setup -equipment and hose placement 114. 4" Pumping Operation Time 40 HR 29 115. 6" Pumping Operation Time 40 HR $ $ PRICE SCHEDULE Item No. Description Estimate d Quantity Unit Unit Price Extended Price 116. 8" Pumping Operation Time 16 HR $ $ 117. 10" Pumping Operation Time 8 HR $ $ 118. 12" Pumping Operation Time 8 HR $ $ ReinforcedConcrete Pipe (RCP) Class 3 Installed to 10 foot depth 119. 18 " RCP 200 LF $ $ 120. 24" RCP 200 LF $ $ 121. 30" RCP 100 LF $ $ 122. 36" RCP 100 LF $ $ 123. 42" RCP 100 LF $ $ 124. 48" RCP 100 LF $ $ 125. 54" RCP 60 LF $ $ 126. 60" RCP 60 LF $ $ 127. 72" RCP 60 LF $ $ Corrugated Metal Pipe (CMP) Aluminized Coated Installed to 10 foot depth 128. 15" CMP 100 LF $ $ 129. 18" CMP 200 LF $ $ 130. 24" CMP 200 LF $ $ 131. 30" CMP 200 LF $ $ 30 132. 36" CMP 200 LF $ $ 133. 42" CMP 100 LF $ $ 134. 48'" CMP 200 , LF $ $ 135. 54" CMP 100 LF $ $ 136. 60" CMP 60 LF $ $ 137. 72" CMP 60 LF $ $ Additional Depth of Cover for Pipes Includes excavation, backfill & compaction 138. 2 to 4 additional foot of cover 200 ` LF $ $ 139. 4 to 12 additional foot of cover 200 LF $ $ Metal Flared End Sections (GADOT Std. 20) 140. 18" MFES 16 Gage 20 EA $ $ 141. 24" MFES 14 Gage 20 EA $ $ 142. 30"MFES 14 Gage 10 EA $ $ 143. 36" MFES 14 Gage 10 EA $ $ PRICE SCHEDULE Item No. Description Estimate d Quantity Unit Unit Price Extended Price 144. 42" MFES 14 Gage 10 EA $ $ Metal Safety End Sections (GADOT Std. Special Detail)' 145. 18" SFES 16 Gage 10 EA $ $ 146. 24" SFES 16 Gage 10 EA 147. 30" SFES 12 Gage 6 EA $ $ 148. 36" SFES 12 Gage 6 EA $ $ 149. 42" SFES 12 Gage 6 EA $ $ 150. 48" SFES 12 Gage 6 EA $ $ Precast Concrete Flared End Sections 151. 18" CFES 20 EA $ $ 152. 24" CFES 20 EA $ $ 153. 30" CFES 20 EA $ $ 154. 36"CFES 10 EA $ $ 155. 42" CFES 10 EA $ $ Precast Concrete Headwalls 156. 18" Precast HW 30 EA $ $ 157. 24" Precast HW 20 EA $ $ 158. 30" Precast HW 10 EA $ $ 159. 36" Precast HW 10 EA $ $ 160. 42" Precast HW 10 EA $ $ 161. 48" Precast HW 10 EA $ $ 162. 36" Precast HW w/ Velocity Dissipater 20 EA $ $ 163. 42" Precast HW w/ Velocity Dissipater 10 EA $ $ 164. 48" Precast HW w f Velocity Dissipater 20 EA $ $ Cast -in -place Concrete Headwall 165. Cast -in -place Concrete Headwall - 20 CY $ $ 166 Cast -in -place Concrete Headwall - FDOT Std. 20 CY $ $ Brick -in -Place Headwall 167. Brick -in -Place Headwall for 18" pipe 20 EA $ $ 2 168. Brick -in -Place Headwall for 24" pipe 20 EA $ $ 169. Brick -in -Place Headwall for 30" pipe 10 EA $ $ 170. Brick -in -Place Headwall for 36" pipe 10 EA $ $ 171. Brick -in -Place Headwall for 42" pipe 10 EA $ $ Rubble Masonry Headwall 172. Lithonia Granite Rubble Rock HW for 48" pipe 500 SF $ $ 173. Lithonia Granite Rubble Rock HW for 54" pipe 600 SF $ $ 174. Lithonia Granite Rubble Rock HW for 60" pipe 650 SF $ $ PRICE SCHEDULE Item No. Description Estimate d Quantity Unit Unit Price Extended Price 175. Lithonia Granite Rubble Rock HW for 72" pipe 700 SF $ $ Slip Lining with Snap -Tits HDPE (AASHTO M326), Include Grouting Ends (or approved equal) 176. 12.75" OD 100 LF $ $ 177. 14" OD 200 LF $ $ 178. 18" OD 100 LF $ $ 179. 20" OD 200 LF $ $ 180. 24" OD 200 LF $ $ 181. 32" OD 100 LF $ $ 182. 36" OD 200 LF $ $ 183. 42" OD 100 LF $ $ 184. 48" OD 50 LF $ $ 185. 54" OD 50 LF $ $ 186. 63" OD 50 LF $ $ 4 193. 187. Graded Aggregate Base 18 Ton 188. Crusher Run Stone 18 Ton 189. Asphaltic Concrete Binder Course 20 Ton 190. Asphaltic Concrete Surface Course 20 Ton 191. Tack Coat 50 Gal 192. 2" Asphalt Concrete Hot Mix for Trench Cap 20 Ton Grading 100 EA Tree Removal 6" - 12" 194. Tree Removal 13" - 23" 50 EA 195. Tree Removal>23" 30 EA 196. Clear & Grubbing 100 SY 197. Channel Excavation 50 CY 198. Additional Excavation 10 CY 199. Haul -In Structural Fill Material 20 CY 200. Haul -Off Soil Material 50 CY 201. Finish Grading 80 SY 202. Trench Rock Excavation 60 CY 35 203. Debris Removal 100 CY $ $ Miscellaneous Items 204. Connect to Existing Structures 10 EA $ $ 205. Debris Removal, Tandem Dump Truck 20 LOAD $ $ 206. Removal of Existing Non Drainage Structures 20 EA $ $ 207. Removal of Existing Drainage Structure 20 EA $ $ 208. Remove Existing Pipe all Types and Sizes 200 LF $ $ 209. Saw Cut Existing Pavements 100 LF $ $ 210. Stone #57 100 TON $ $ 211. Surge Stone 100 TON $ $ 212. No. 3's and 4' Stone 100 TON $ $ 213. Roll -Off Dumpster 10 DAY $ $ 214. Relocate Existing Residential Water Meter, Including Box 10 EA $ $ Grand Total of All Line Items NOTE TO BIDDER: All Quantities are estimated. LEGEND FOR PRICE SCHEDULE EA Each SW Single wing HR Hour DW Double wing 6 LF Linear foot HW Headwall VF Vertical foot R/C Ring and cover CY Cubic yards JB Junction box SY Square yards CB Catch basin SF Square foot RCP Reinforced concrete pipe OD Outside diameter CMP Corrugated metal pipe GAL Gallon MFES Metal flared end section SORE Square SFES Safety flared end section (metal) MH Manhole CFES Concrete flared end section RND Round GAB Graded aggregate base SUBMITTED THIS DAY OF BID SUB TTED BY: Telephone Number Company Name of Person Authorized to Submit Bid Signature Title 2022. Fax Number Email Address 37 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed 38 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM CO FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 9 CITY OF OPA-LOCKA RFP NO. 224000000C DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances 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, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for 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 on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular 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 Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 40 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor ` any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 41 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa- locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name; My commission expires: 42 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired . employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Cont within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is;terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. actor to perform employment duties 4: E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: 44 Print Name: Title: Date: 45