Loading...
HomeMy Public PortalAboutResolution No. 23-007 - Resolution accepting KCI Technologies, Inc. proposal for provision of pavement, sidewalk and additional city assetsSponsored By: Interim City Manager RESOLUTION NO. 23-007 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL FROM KCI TECHNOLOGIES, INC. FOR THE PROVISION OF PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 22-0912200 AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH KCI TECHNOLOGIES, INC. FOR SAID SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on August 9, 2022, the City of Opa-Locka ("City") published Request for Proposals (RFP) 22-0912200 for Pavement, Sidewalk, and Additional City Assets Condition Assessment; and WHEREAS, three (3) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on September 19, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected KCI Technologies, Inc. as the most responsive and responsible bidder; and WHEREAS, the services requested by this RFP is for a comprehensive survey of 100% of City roadways and sidewalks to evaluate current status, including the presence or absence sidewalks. From this survey a database will be developed and a long-term management and maintenance plan will be developed to identify future budget requirements and to ensure the City moves forward in the upgrade and maintenance of its roadway and sidewalk infrastructure in a comprehensive, focused and coherent manner; and WHEREAS, this service will be accomplished by using camera -equipped vehicles which will traverse every City street to electronically capture street and sidewalk conditions for evaluation and subsequent development of a long-term management and maintenance plan. Also, an evaluation of the condition of adjacent trees, street lights, pavement markings, traffic signage and the location of water -sewer and stormwater surface infrastructure can also be conducted at the same time; and WHEREAS, KCI Technologies, Inc. has proposed a bid price of One Hundred Ninety - Nine Thousand, Three Hundred Ninety -Two Dollars ($199,392.00); and WHEREAS, the Interim City Manager recommends the City Commission approve the recommendation for KCI Technologies, Inc. and enter into an agreement with said company; and Resolution No. 23-007 WHEREAS, the City Commission accepts the proposal of KCI Technologies, Inc. for Pavement, Sidewalk, and Additional City Assets Condition Assessment, pursuant to Request for Proposals (RFP) No. 22-0912200, and further authorizes the Interim City Manager to enter into an agreement with KCI Technologies, Inc. for said services, attached hereto as Exhibit "A". NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby accepts the proposal from KCI Technologies, Inc. for the provision of Pavement, Sidewalk, and Additional City Assets Condition Assessment, pursuant to Request for Proposals (RFP) No. 22-0912200 and further authorizes the Interim City Manager to enter into an agreement with KCI Technologies, Inc., attached hereto as Exhibit "A", for said services, in amount not to exceed One Hundred Ninety -Nine Thousand, Three Hundred Ninety -Two Dollars ($199,392.00). 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 of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, 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 upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 11th day of January, 2023. John Ta lor, Mayor Resolution No. 23-007 A EST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: .riadette orris -Weeks, P.A. Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: Commission Meeting Date: Item Type: Resolution Ordinance Other 01.11.2023 (EnterX in box) X Fiscal Impact: (EnterX in box) Yes Ordinance Reading: 1St Reading 2nd Reading No (EnterX in box) X Public Hearing: Yes No Yes No (EnterX in box) X X (Enter Fund & Dept) Advertising Requirement Yes No Funding Source: Account# : Ex: See Financial Impact Section (EnterX in box) X Contract/P.O. Yes No RFP/RFQ/Bid#: Required: (EnterX in box) X Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related (EnterX in box) X Enhance Organizational g 0 Bus. & Economic Dev M Public Safety mg Quality of Education 0 Qual. of Life & City Image a Communication In (list the specific objective/strategy this item will address) Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of KCI Technologies, Inc. Pavement, Sidewalk, and Additional City Assets Condition Assessment pursuant to RFP No. 22-0912200 and further authorizing the Interim City Manager to enter into an agreement with KCI Technologies, Inc. Staff Summary: Request for Proposals (RFP) 22-0912200 was published on August 9, 2022 for Pavement, Sidewalk, and Additional City Assets Condition Assessment. The service requested by this RFP is a comprehensive survey of 100% of City roadways and sidewalks to evaluate current status, including the presence or absence sidewalks. From this survey a database will be developed and a long-term management and maintenance plan will be developed to identify future budget requirements and to ensure the City moves forward in the upgrade and maintenance of its roadway and sidewalk infrastructure in a comprehensive, focused and coherent manner. This service is accomplished by using camera -equipped vehicles which traverse every City street to electronically capture street and sidewalk conditions for evaluation and subsequent development of a long- term management and maintenance plan. An evaluation of the condition of adjacent trees, street lights, pavement markings, traffic signage and the location of water -sewer and stormwater surface infrastructure can also be conducted at the same time. Three (3) companies submitted proposals/documents which were certified by the City Clerk on September 19, 2022. The Evaluation Committee reviewed the proposals and subsequently selected KCI Technologies, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) KCI Technologies, Inc. was ranked first. The company has over 66 years of experience providing professional engineering and assessment services for a variety of clients. KCI has the necessary resources, expertise, and experience to manage and execute an agreement with the City of Opa-locka. (2nd) IMS Infrastructure Management Services, LP was ranked second. The company is an industry leader with 37 years of pavement and asset management experience. City their founding in 1985, they have provided services like those requested by the city to more than 1,000 municipalities across the United States. (3rd) S&ME, Inc. was ranked second. The staff has experience, qualifications, and technical competence to perform the Pavement Survey and Evaluation services from field surveys to designs and Pavement Management Program implementation. Financial Impact: This project was originally budgeted in FY 22 for $52,000 in the Roads and Illegal Dumping Division, Other Professional Services. Since the selection of a contractor has been deferred until now, these funds were unused in FY 22 and will be rolled forward into FY 23 for this purpose. For the core services of roadways and sidewalk assessment, KCI Technologies, Inc. has proposed a cost of $142,107. Additionally, to assess roadway markings, traffic signage, adjacent trees and streetlights, as well as locating water -sewer and stormwater surface infrastructure, KCI Technologies, Inc. has proposed an additional cost of $57,285, which results in a total cost of $199,392. Although this will require an additional funding of $147,392 above the $52,000 being rolled over from FY 22, staff believes this project is extremely important to establish an infrastructure baseline upon which future maintenance and upgrades can be scheduled in a coherent and focused manner. Consequently, staff recommends that the complete range of proposed services be approved with the additional funding of $147,107 to be sourced from General Fund Available Fund Balance in the next budget amendment. Proposed Action: Staff recommends the City Commission approve the recommendation for KCI Technologies, Inc., based on the Selection Committee review, scoring and ranking, for the complete range of proposed services for $199,392 and authorize the Interim City Manager to enter into an agreement with said company. Attachment: RFP No. 22-0912200 Bid Certification Committee Evaluation Forms Bid Proposals Sha'mecca Lawson Assistant City Manager City of Opa-locka CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 3:00 p.m. this 19th day of September, 2022. PROPOSAL(S) RECEIVE NAME/ADDRESS LUMP SUM PRICE 1. IMS Infrastructure Management Services, LP 8380 S. Kyrene Road, Suite 101 Tempe, AZ 85284 Contact: Dan White, Client Services Manager Tele: (480) 839-4347 Email: dwhiteliD,iansaaal sis.eom 2. KCI Technologies, Inc. 1425 W Cypress Creek Road, Suite 101 Fort Lauderdale, FL 33309 Contact: Heidi ammel, GISP, PMP, ITIL Tele: (410) 472-5937 Email: ? eicliaauaaianael�,)kci.cola 3. S&ME, Inc. 1615 Edgewater Drive, Suite 200 Orlando, FL 32804 Contact: Stewart Laney, Vice President -Transportation Tele: (704) 523-4726 Email: slaaeyl&snveins.com $181,122.00 $199,392.00 $ 57,500.00 Please note that all proposals were submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on Monday, September 19, 2022. I further certify that proposal(s) were submitted and properly opened in the presence of the following: Jo. na Flores, CMC City Clerk City of Opa-locka EVALUATION MATRIX RFP No. 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT Firm Name: Evaluation Criterion Reviewer Name: Weight Technical Approach, Management, and Project Understanding 25% Qualifications of Key Personnel 15% Past Performance/Similar Experience 1500 Cost and Project Resources and Approach 5% QAIQC Plan 10% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Technical Approach, Management, and Project 25% Understanding Qualifications of Key Personnel 15% Past Performance/Similar Experience 15% Cost and Project Resources and Approach 35% QA/QC Plan 10% Total 100% IMS Infrastructure Management Services, LP Airia Austin Rating Score 5 1.25 5 0.75 5 1 0.75 2 0.70 5 0.50 3.95 Airia Austin Rating Score 5 1.25 5 0.75 5 0.75 1 0.00 5 0.50 3.25 Corion Rating DeLeine Score 4 1.00 4 0.60 5 0.75 3 1.05 3 0.30 3.70 Gregory Rating Gay Score 4 1.00 4 0.60 4 0.60 3 1.05 4 0.40 3.65 KCI Technologies, Inc. Corion Rating DeLaine Score 4 1.00 5 0.75 5 1 0.75 4 1.40 4 0.40 4.30 Gregory Rating Gay Score 4 1.00 5 0.75 4 0.60 3 1.05 4 0.40 3.80 Gerald Rating Lee Score 2 0.50 3 0.45 4 0.60 3 1.05 4 0.40 3.00 Gerald Rating Lee Score 4 1.00 4 0.60 3 0.45 3 1.05 4 0.40 3.50 EVALUATION MATRIX RFP No. 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT Firm Name: Evaluation Criterion S&ME, Inc. Reviewer Name: Weight Technical Approach, Management, and Project Understanding 25% Qualifications of Key Personnel 15% Past Performance/Similar Experience 15% Cost and Project Resources i and Approach 35% QA/QC Plan 10% Total 100% Reviewer: Airia Austin Corion DeLeine Gregory Gay Gerald Lee AVERAGE RATING Airia Austin Rating Score 1 1 0.25 2 0.30 2 0.30 0 0.00 2 0.20 1.05 Corion Rating DeLaine Score 3 0.75 3 0.45 2 0.30 3 1.05 2 0.20 2.75 FIRM SELECTED Gregory Gay Rating ! Score 3 1 0.75 3 0.45 3 0.45 1 0.35 3 0.30 2.30 IMS Infrastructure KCI Technologies, S&ME, Inc. Management Inc. 3.95 3.25 1.05 3.70 4.30 2.75 3.65 3.80 2.30 3.00 3.50 2.00 3.58 3.71 2.03 Gerald Rating Lee Score 2 0.50 3 0.45 1 0.15 2 i 0.70 I-- 2 0.20 1 2.00 EVALUATION FORM RFP No. 22-0912200 Pavement, Sidewalk, and additional city assets condition assessment By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Rd.. k & g 1W Date: 1 Z^ LL• Lo 7,`1 Evaluation Notes: Criterion Technical Approach, Management, and Project Understanding , Qualifications of Key Personnel t. Past Performance/Similar Experience ii— Cost and Project Resources and Approach QA/QC Plan Firm Name: Evaluation Criterion Technical Approach, Management, and Project Understanding Qualifications of Key Personnel Past Performance/Similar Experience ec— Cost and Project Resources and Approach QA/QC Plan .--' Firm Name: Evaluation Criterion Technical Approach, Management, and Project Understanding , Qualifications of Key Personnel Z Past Performance/Similar Experience Z Cost and Project Resources and Approach QA/QC Plan 2 Notes: Xi2 coIV�9 PRoi/VISr. , easg cD 144-c- Ra cJ: v:j 1 NCR P cis cos PRa ((.2:Zs?'z 1 7z s j o P42 ..f) G s.S tJ g-cG 5746,4 a') AN, 7-14/\---2r5 Zr) e9a/svaii cyo A/zl -7 rI4Lt0 am,J Agam% �� S.c' c9 Po RA 7:4‹, J II? 2;5- -zee, Notes: EVALUATION FORM RFP No. 22-0912200 Pavement, Sidewalk, and additional city assets condition assessment By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion e6t/kwt Zt1s 44 slit/Ohm- 44 /+��sotcw � 5(44,<-44-, t: � Notes: Ratin Technical Approach, Management, and Project Understanding / j �-l/ Qualifications of Key Personnel f Cf t Past Performance/Similar Experience S Cost and Project Resources and Approach fig J QA/QC Plan /3 Firm Name: Evaluation Criterion Ratin Date: /Z/z ze ;5 le:ws4 'ier 'r44„ 4,IO (,,s 1LC, Notes: Technical Approach, Management, and Project Understanding / UI Qualifications of Key Personnel S Past Performance/Similar Experience S Cost and Project Resources and Approach QA/QC Plan 1.1 Firm Name: Evaluation Criterion Ratin Technical Approach, Management, and Project Understanding Qualifications of Key Personnel Past Performance/Similar Experience /L Cost and Project Resources and Approach QA/QC Plan Agikbige_S of i P .ERs �� �R�i �,� i Mr 1T -L&(._ Notes: 1 A tiNL:GA' Q at<1C,6M CciC __e (alg_os p it/oh,, :A 6iofr/r/e& 1N//r/1 r-ypeit EVALUATION FORM RFP No. 22-0912200 Pavement, Sidewalk, and additional city assets condition assessment By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Date: 12 (22 `Zo22 I / .A4por irittr . i1, u411 cI ieo-j, t t7 Technical Approach, Management, and Project Understanding <GVI Qualifications of Key Personnel A Past Performance/Similar Experience A Cost and Project Resources and Approach 1 QA/QC Plan 4 Firm Name: Evaluation Criterion Notes: tre Nft, 4 c; riLa? 6I' •ep /1 1 C4-11,4444G4A6,0-1-1 "gyp r~(l al. G-! - G-er 74,- -t b( rs 6./V6,1_ `-us4t-LDLoG. c s Technical Approach, Management, and Project Understanding v Qualifications of Key Personnel Past Performance/Similar Experience 4 Cost and Project Resources and Approach QA/QC Plan .$0 1" Notes: A41.4_l l"P-011P-c7- 1-417) 41CPAS -i Firm Name: Evaluation Criterion Notes: Technical Approach, Management, and Project Understanding v Qualifications of Key Personnel Past Performance/Similar Experience Cost and Project Resources and Approach JJ G QA/QC Plan '`4t/- 4,4-L.S GEA,\I r rtidG-GL 464tH t Gt t -c) ,6o 4G-irt, u i�c 011,1V411 EVALUATION FORM RFP No. 22-0912200 Pavement, Sidewalk, and additional city assets condition assessment By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Technical Approach, Management, and Project Understanding '� Qualifications of Key Personnel Past Performance/Similar Experience Cost and Project Resources and Approach 3 QA/QC Plan t Date: 1Iva .J-. n t ?,1-u9 'CC Aktec ei- OA A ALA, C W-Q.-t Pis Ratin Firm Name: Evaluation Criterion Technical Approach, Management, and Project Understanding Lir Qualifications of Key Personnel tt Past Performance/Similar Experience n Cost and Project Resources and Approach QA/QC Plan I KC, Ratin Firm Name: Evaluation Criterion Ratin Technical Approach, Management, and Project Understanding Qualifications of Key Personnel 3 Past Performance/Similar Experience 1 Cost and Project Resources and Approach s� Q% QA/QC Plan a, Notes: l�124 (Lc(-1.&totrso 161 , 1N_G, Notes: 304'}Z a,4 ittU.� t:fi q L.set Sou W, -t C. ` c, , .Q '\ 2t o 2 Notes: (` c AGREEMENT FOR PAVEMENT. SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT THIS IS AN AGREEMENT, dated this day of 2023, between: THE CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY" and KCI TECHNOLOGIES, INC. a Florida Corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Pavement, Sidewalk, and Additional City Assets Condition Assessment. 1.2 CITY finds it necessary to seek a professional, full -service company to provide Pavement, Sidewalk Assessment services. 1.3 CITY issued RFP 22-0912200 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of January 11, 2023, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Pavement and Sidewalk Assessment company. 1.4 Contractor's firm will be responsible for Pavement, Sidewalk, and Additional City Assets Condition Assessment services rendered pursuant to RFP No. 22-0912200. ARTICLE 2 SCOPE OF WORK 2.1 CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the Request for Proposals RFP 22-0912200, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A", Scope of Services. 2.2 CONTRACTOR shall abide by all specifications outlined in RFP 22-0912200. 2.3 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, and that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR as set forth in CONTRACTOR's response to RFP. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with applicable recognized professional standards and relevant Florida Statutes. ARTICLE 3 COMMENCEMENT OF SERVICES 3.1 The CONTRACTOR shall commence work as directed by CITY upon the effective date this Agreement is executed by both parties. ARTICLE 4 CONTRACT SUM The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, for work completed in accordance with this Agreement and RFP 22-0912200. The payment for services pursuant to this Agreement shall not exceed One hundred Ninety -Nine Thousand Three Hundred Ninety -Two Dollars and Zero Cents ($199,392.00). 4.1 CONTRACTOR shall be solely responsible for and shall provide for the payment of workers compensation insurance coverage and premium, and all other insurance pursuant to Article 5 below, withholding taxes, FICA, pension and profit-sharing contributions, retirement contributions, if any, all remunerations; all labor contract compliance, and all other charges, fees, permits and expenses associated with the employment of such personnel provided by CONTRACTOR hereunder. CITY shall bear no responsibility for any such charge, fees, permits or expenses associated with the employment of such personnel by CONTRACTOR. 4.2 Payment to CONTRACTOR for all tasks and charges under this Agreement shall be based on the following conditions: A. Disbursements. There are no reimbursable expenses associated with this Agreement. B. Payment Schedule. Invoices received from CONTRACTOR pursuant to this Agreement will be reviewed by the appropriate financial staff. If services havebeen rendered in conformity with the Agreement, the invoice will be sent to theCity of Opa-locka's Finance Department for payment and may need to be subsequently approved by the State of Florida. C. Availability of Funds. CITY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation from the CITY. D. Final Invoice. In order for both parties herein to close their books and records,the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final bill to the CITY. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claimsby the CITY. It shall also constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled. ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this paragraph and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the CITY prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms ofthe Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period ofthe contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover bodily injury liability and property damage liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrences. Exposures to be covered are: • Premises and Operation • Products/Completed Operations • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. • Personal Injury Coverage with Employee and Contractual Exclusions removed,with minim limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, and must include: • Owned vehicles • Hired and Non -Owned Vehicles • Employers' Non -Ownership. 5.6 The CONTRACTOR shall hold the CITY, the City of Opa-locka their agents, and employees, harmless on account of claims for damages to persons, property or premisesarising out of the operations to complete this Agreement and name the CITY as an additionalinsured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever onaccount of the work being carried on pursuant to this Agreement. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above - mentioned matters, except in the event that the CITY fails to pay to CONTRACTOR thefees and costs as provided for in Article 4 herein. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees,sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the CITY may possess. The CITY specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 9.1 CITY or CONTRACTOR may request changes that would increase, decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreementas described in Article 2 of this Agreement. Such changes or additional services must be in accordance with a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 9.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 10 TERM AND TERMINATION 10.1 This Agreement shall commence upon execution of this Agreement and is anticipated to be one fiscal year. 10.2 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes itto be terminated, he shall indemnify the CITY against any loss pertaining to this terminationup to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. ARTICLE 11 CONTRACT DOCUMENTS 11.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: this Agreement; RFP 22-0912200, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 12 MISCELLANEOUS 12.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparingsame shall not apply due to the joint contribution of both parties. 12.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONTRACTOR withoutthe prior written consent of CITY. For purposes of this Agreement, any change of ownershipof CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 12.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records shall be available at all reasonable times for examination and audit by CITY and shall be kept for aperiod of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. CITY is a public agency subject to Chapter 119, Florida Statutes. To the extentCONTRACTOR is acting on behalf of CITY pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall: a. Keep and maintain public records that ordinarily and necessarily would be required to be kept and maintained by CITY were CITY performing the services under this agreement; b. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and d. Meet all requirements for retaining public records and transfer to CITY, at no cost,all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidentialand exempt. All records stored electronically must be provided to the CITY. e.IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CH. 119, F..S, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS AT: (305) 953-2860; 780 Fisherman Street, Opa-Locka, FL 33054; jflores@opalockafl.gov. 12.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 12.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwiserecover the full amount of such fee, commission, percentage, gift or consideration. 12.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail or national delivery service withverified confirmation. If by mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Copy To: Contractor: Darvin Williams, Interim City Manager City of Opa-locka Municipal Complex 780 Fisherman Street, 4TH Floor Opa-locka, FL 33054 Burnadette Norris -Weeks, City Attorney Burnadette Norris -Weeks, P.A. 401 North Avenue of the Arts Fort Lauderdale, Florida 33311 Heidi Hammel, GISP, PMP, ITIL 1425 W Cypress Creek Road, Suite 101 Fort Lauderdale, FL 33309 12.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalfof the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 12.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 12.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 12.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those asto which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 12.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 12.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreementshall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 12.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 12.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibit hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 12.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construedas a waiver or relinquishment for the future of any such provision, condition, or right, but thesame shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-locka ATTEST: BY: Joanna Flores Darvin Williams City Clerk Interim City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, City Attorney CONTRACTOR WITNESSES: BY: Heidi Hammel, GISP, PMP, ITIL Vice President ATTEST: SECRETARY STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2023. NOTARY PUBLIC My Commission Expires: EXHIBIT "A" RFP 22-0912200 ("RFP"), City of Opa-locka RFP NO: 22-0912200 REQUEST FOR PROPOSAL (RFP) PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT CITY OF OPA-LOCKA RFP NO. 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - 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 CITY OF OPA—LOCKA REQUEST FOR PROPOSALS RFP NO: 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT Sealed Proposals for the PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 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, Monday, September 12, 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.com (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 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. 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: 22-0912200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Tuesday, August 30, 2022 at 10:00 a.m. at 780 Fisherman Street, 4th Floor (Human Resources Conference Room), Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/i/89759172312?pwd=dzB3WHdwd1JZMndXWU1TUIM2WnVSZz09 Meeting ID: 897 5917 2312 Passcode: 071880 One tap mobile +13017158592„89759172312#,,,,*071880# US (Washington DC) +13126266799„89759172312#,,,,*071880# US (Chicago) Dial by your location +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 646 931 3860 US +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 669 444 9171 US +1 669 900 9128 US (San Jose) Joanna Flores, CMC City Clerk CITY OF OPA-LOCKA RFP NO. 22-0912200 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT services for the City. 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 www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Monday, September 12, 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. 22-0912200 - PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT. 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 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 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. 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. PART 11 MINIMUM SPECIFICATIONS 2. GENERAL REQUIREMENTS: 2.1 The intent of this Request for Proposal is to provide proposals from qualified right-of-way asset data collection consultants focusing primarily on Sidewalk and Pavement Condition Index (PCI) to provide professional services to prepare a Pavement and Sidewalk Management Program (PMP) Additional Assets listed below. Proposers must have sufficient expertise and experience to complete the work described in the Scope of Services and to conduct a condition survey of the City's roadway network and provide technical support for creating the City's Pavement Management System (PMS). The information gathered will be integrated into the City's existing Geographic Information System (GIS) layers. The City reserves the right to amend the terms of this "Request for Proposal" (RFP), to circulate various addenda, or to withdraw the RFP at any time, regardless of how much time and effort consultants have spent on their responses. 2.2 TECHNICAL SPECIFICATIONS: 2.2.1 The City of Opa-locka has approximately 95 lane miles +/- of roadway. Approximately 80 percent of the road network is local streets. Pavement and sidewalk sections are measured from intersection to intersection in the City's network. This project will update every road section's Pavement Condition Index and other identified assets within the city. Please refer to Attachment A for a map that illustrates the roads within the City's Road network. 2.3 REQUIRED ELEMENTS 2.3.1 Physically evaluate the pavement condition of all City streets and determine a Pavement Condition Index (PCI) rating for each street section, pursuant to applicable standards. 2.3.2 Physically evaluate the condition of all City sidewalks to measure sidewalk defects, such as Uplifts, Bumps, Holes, Cracking & Surface Texture. 2.3.3 Compliance with ADA Sidewalk Width 2.3.4 Compliance with ADA Ramps, measuring the following attributes: ramp slope & cross slope, road slope & cross slope, flare slopes, ramp width, landing area, tactile pad (present/not present/condition). 2.3.5 Curb GIS Database contractor will determine curb locations, from front or side facing imagery. 2.4 PAVEMENT CONDITION SURVEY 2.4.1 All arterial and collector roadways shall be tested and driven in each direction, resulting in two full passes. The City maintains approximately 95 lane miles +/- of roadway. 2.4.2 Vendor shall not survey private property beyond the City's Right of Way (ROW) 2.4.3 Provide pavement surface type (asphalt, concrete, brick) 2.4.4 Provide if pavement markings are on the street. 2.4.5 Provide surface imaging and/or video of the network that can be integrated into the approved Pavement Management Software and provided to the City. 2.5 INPUT AND ANALYSIS: 2.5.1 Generate a report consisting of an executive summary of the current City street inventory with associated data such as street limits, length, width, type of paving, classification, area of street, segment PCI and zone. The report shall also contain the total number of streets, the prior work history performed, identification of newly added Branches and Sections, projections of pavement quality based on different scenarios and a maintenance program for a 5 -year program beginning in FY 2022-2023. 2.5.2 Generate predictions for scenarios listed below, based on information provided by the City over a 5 -year period and provide repair strategy recommendations based on the actual budget. Consultant shall also prepare results for each scenario listed below. Annual budgets will be provided by the City to the successful Consultant. a) Scenario 1— Budget required to maintain PCI from report. b) Scenario 2 — Budget required to achieve a 70 PCI. c) Scenario 3 — PCI change with current funding. d) Scenario 4 — PCI change with an additional $200,000 of funding per year. e) Scenario 5 — PCI change by resurfacing the lowest 5 PCI streets per year. The report shall identify a sample of a City Street within each range of PCI's, with a photo of the street, and provide a summary/description of the existing condition of the street and a resurfacing strategy. The report shall contain a map that shows the current zones PCI and a map that shows the zone PCI's at the end of the 5 -year program based on the current budget to show the result of the 5 -year program. A list in narrative form shall also be within the report to identify the result of the 5 -year program. The City will provide estimated street repair costs for slurry seals, cape seals, overlays and reconstruction based on recent bids. This shall be used by the Consultant for estimating street resurfacing costs for each street, as specified above. 2.6 Additional Asset Collection 2.6.1 Paving Markings A visual review of the markings which shall determine the current condition and whether maintenance is required. Attributes Description Category* Left Turn, Right Turn, Crosswalk etc. Location* Global Positioning System (GPS) location (+1- 2 meters) Condition The analysis will be conducted from intersection to intersection and given a rating of either Good, Fair or Critical. If the length of the road is longer than 1,000 ft, the analysis will be broken up into 1,000 ft segments. 2.6.2 Traffic Signage Assessment and location of traffic signs; with the following attributes: Attributes Sign Category* Sign Name* GPS Location* Sign & Condition Post Description Regulatory, Warning, Guide, School, Recreation, Information, General Federal or State MUTCD designation or custom designation for specialized signs Global Positioning System (GPS) location (+/- 2 meters) Good, Fair, Critical rating assessed through review of daytime digital images 2.6.3 Stormwater, and Water/Sewer Infrastructure Catch basins, Manholes, Fire Hydrants, Sewer and Water Valves Attributes Description GPS Location Global Positioning System (GPS) location (+/- 2 meter) 2.6.4 Trees A visual review of the trees which shall determine the current condition and whether maintenance or replacement is required. Attributes GPS Location Condition 2.6.5 Streetlights Description Global Positioning System (GPS) location (+/- 2 meter) A visual evaluation of the tree to ensure that it is safe for the environment and the property around them A list of the streetlights that include type, size, condition, light quality, pole number, and street location, and a map of the city's streetlight Attributes Description GPS Location Global Positioning System (GPS) location (+1- 2 meter) Verification of lights, type, and size Sodium Vapor (HPS), Mercury Vapor, LED, Pole number and Size Working condition of lights Light quality: Broken sensors, running continuously, intermittent lighting, broken parts, decreased brightness due to dirt and bugs in the fixture, etc. Lumens, Visibility, Obstruction In Addition, the proposer shall include: • Identify and implement a preferred Pavement Management System (such as Street Saver or PAVER). • Identify feasible rehabilitation alternatives for each street section. Prepare a 10 -year plan for street rehabilitation based on the City's anticipated revenues. • Identify feasible rehabilitation alternatives for each additional asset assessed. Prepare a 5 -year plan for sidewalk, signage, streetlights, paving markings, trees rehabilitation or replacement based on the City's anticipated revenues 2.7 PAVEMENT MANAGEMENT SOFTWARE: The vendor is to provide a two (2) year user license of the Pavement Management Software that meets the City's goals. The software shall be compatible with ArcGIS and shall be able to transfer data with no extra software. The software shall be able to incorporate data and any other ratings from other sources. The software should be available both on desktop versions and mobile applications or web versions. The software shall be able to provide: a.) Minimum of 5 years of resurfacing projections b.) Resurfacing and Preventative Maintenance breakdown based on the City's budget c.) Preventative maintenance breakdown, i.e. crack seal, cut and patch, asphalt rejuvenation d.) A map of the City's network PDF reports with budget and paving information for Administration and City Commission to view. Training of the approved software shall be provided to designated staff and be included in the cost of the software. Training can either be in person or via Microsoft Teams or another application that is available for the City to use. A training manual shall also be provided. 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 Y2 "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. 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 all-inclusive, base fee. 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 FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. 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 Technical Approach, Management, and Project Understanding Firm's understanding of the project requirements and providing a sound technical and managerial approach to achieving the project's purpose. 25 Qualifications of Key Personnel - Identify and list qualifications of key personnel, team members and sub -consultants proposed to work on this project and their responsibilities with this project. The firm's key personnel should demonstrate experience with similar projects in urban settings within the past 5 years. 15 Past Performance/Similar Experience The firm's prior similar experience, including the work which best illustrates the team's most relevant experience, ability, and expertise to perform the services requested in this RFP, and the firm's past performance on similar projects, ongoing and completed within the past 5 years, including references. 15 Cost and Project Resources and Approach Appropriateness, reasonableness, and competitiveness of the cost proposal. (10 points) Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 35 QA/QC Plan 10 TOTAL 100 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. RFP NO. 22-0912200 PROPOSER QUALIFICATIONS PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 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: 5. 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. RFP NO: 22-0912200 PRICE PROPOSAL FORM PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 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. LUMP SUM PRICE: $ SUBMITTED THIS BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 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 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 COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name CITY OF OPA-LOCKA RFP NO. 22-0912200 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. 3. 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 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (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 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: 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/Contractor to perform employment duties 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. 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: Print Name: Title: Date: o TABLE OF CONTENTS 3.2.2 TAB 1- TABLE OF CONTENTS 1 3.2.3 TAB 2 - LETTER OF TRANSMITTAL 2 3.2.4 TAB 3 - GENERAL INFORMATION 4 3.2.5 TAB 4 - PROJE=CT APPROACH g 3.2.6 TAB 5 - EXPERIENCE AND QUALIFICATIONS 24 3.2.7 TAB B - SCHEDULE 37 3.2.8 TAB 7 - PRICING OF SERVICES 39 3,2,9 TAB B - REFERENCES 40 3.2.10 TAB 9 - AUDI TIONAL FORMS 47 AVE.NIENT Ev,!ALK. AMU A.i)Ul i frNA1. C. AS EFS E_ N Ill;' N 4S;ES';irl(=N f 1 / d 3� / { par ( KCI 150 9001:2015 CERTIFIED ENGINEERS • PLANNERS • SCIENTISTS • CONSTRUCTION 'MANAGERS 1425 W Cypress Creek Road. Suite 101 • Fort Lauderdale, FL 33309 • Phone 954-776-1616 September 19, 2022 City of 0pa-Locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 Re: Pavement, Sidewalk, and Additional City Assets Condition Assessment RFQ No. 22-0912200 Dear Members of the Selection Committee: KCI Technologies, Inc. (KCI) understands that the City of Opa-Locka is looking for a firm to provide qualified right-of-way asset data collection focusing primarily on sidewalk and pavement condition index (PCI) as well as provide professional services to prepare a pavement and sidewalk management program (PMP). With more than 66 years of significant experience providing professional engineering and assessment services for a variety of clients like the City of Opa-Locka, KCI has the necessary resources, expertise, and experience to manage and execute this contract for the City and we are pleased to submit this proposal for your consideration. The success of any project, in particular a project of this magnitude and complexity, depends on the qualifications and experience of the consultant team. KCI, along with our teaming partner Data Transfer Solutions, LLC (DTS), offers an extensive portfolio of previous pavement data collection and assessments to help cities plan for future maintenance and asset management initiatives. Our team is uniquely qualified to perform the work described because: • We provide digital PCI rating representing the condition of 100% of the driven lanes, not based on a sample. We also deliver an accurate estimation of repair needs. • Our automated digital survey vehicle with Allied Vision Prosilica GX1920C GigE, frame rate of 15 images per second and 1936 x 1456 color resolution provides an efficient and effective collection and detection process. • We will utilize a downward -facing, progressive line scan camera that provides high - resolution images (1mm pixel, 4,000 pixels wide, and -12 feet width) of the pavement surface to clearly detect and quantify distresses. • Team members possess specialized education and experience in pavement engineering and understand the pavement distress mechanism and repair strategy to maximize pavement performance at a minimal cost. P E41ENT Si1DE`,;AI_K, AND 1D[)ITli NA! (IT/ A Hj— T S COi'iDITION •>;S 'SS vIEN rnmEmmntI rmen Tz2E gam KCI ISO 9001:2015 CERTIFIED ENGINEERS • PLANNERS • SCIENTISTS • CONSTRUCTION MANAGERS 1425 W Cypress Creek Road, Suite 101 • Fort Lauderdale, FL 33309 • Phone 954-776-1616 • We offer a full -service Asset Management practice with expertise in pavement management software - PAVER, StreetSaver, Cartegraph OMS, CMMS software, and GIS/web dashboard capabilities. • We have a proven team dynamic that is professional and pleasant. We will maintain a collaborative team throughout the project and foster collaboration and open discussion with the City. • We present the results of the pavement condition assessment, repair analysis, and budget scenarios to the City Council Board members, and help justify the budget needs. Contact authorized to make representation for KCI: Heidi Hammel, GISP, PMP, ITIL Title: Vice President Address: 1425 W Cypress Creek Road, Suite 101, Fort Lauderdale, FL 33309 Phone: (410)527-4415 On behalf of the entire KCI team, we appreciate the opportunity to submit our qualifications to the City of Opa-Locka for this Pavement, Sidewalk, and Additional City Assets Condition Assessment. KCI declares that our submission to the City of Opa-Locka was made without collusion with any other person or entity submitting a proposal pursuant to this RFP. The below -proposed signature of our officer Heidi Hammel, GISP, PMP, ITIL certifies the content of our responses to the City's Request for Proposal. Respectfully, Heidi Hammel, GISP, PMP, ITIL Bruce Reed, RLA Vice President Regional Practice Leader PAVEMENT, SIDEWALK, ;AND ADD111ONAL CITY .ASSETS CONDITION ASSESSMENT ERA 0 .et AT 1 KCE TEC:Hi';iil OWES. 3.2.4 TAB 3 - GENERAL INFORMATION H�.'.alfaYsae....-..,_-+.—.Cg}}�y1g�yY.e.�vz-cr�64fl.E�4R6'ID'Id"1�1.1d':ICtI"¢a'�+T.Effi3ffii.3i-8� ffi4'QtESf�ifF..f.iF�d5EtII3t.+A�S+141GG[I;iT.1PJT.1TilS�YE :'i�: SR�S.�.�.:u.33QT S�_44t�.i2i9 3.2.4.1 Name of Business KCI Technologies, Inc. 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. 1425 W Cypress Creek Road, Suite 101, Fort Lauderdale, FL 33309 (954)776-1616 Shahidul Islam, PhD, PE shahidul.islam@kci.com (410) 472-5937 8:00am - 5:00pm KCI is a national company with seven offices throughout Florida. Legal Status: Corporation 1955, incorporated in the state of Delaware 1425 W Cypress Creek Road, Suite 101, Fort Lauderdale, FL 33309 Number of professional staff: 51 KCI Technologies, Inc. is a wholly owned subsidiary of KCI Holdings, Inc. KCI is a 100% employee -owned, sub -chapter S corporation. KCI is licensed to do business in the state of Florida, No. P23975 A copy of the license is provided on the following page. PAs'E DEN i `,IUr4';AI K. No ='DD HoN,Nt. C!T'l ,S[i> CONDiT C)N ASSESSMENT CI LCiiH E. i;IL INL. State of Florida Department of State I certify from the records of this office that KCI TECHNOLOGIES, INC. is a Delaware corporation authorized to transact business in the State of Florida, qualified on April 19, 1989. The document number of this corporation is P23975. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on April 28, 2022, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given undermy hand and the Great Seal oldie State of Florida at Tallahassee, the Capikzl, this the Twenty-third day ofAugus4 2022 Tracking Number: 3664772690 CU To authenticate this certiicate,visit the following site,enter this number, and then follow the instructionsdisplayed. https://services.sunbiz.a rg/Filiogs/Certificate OfStatus/Ce rtificateAuthentication r' 1'.'I SIDEWALK. AND ADDITIONAL CITY Ass COiNol-noN ASS` S5' :=N % 4 \r KCI TECHNOLOGIES INC. 3.2.5 TAB 4 - PROJECT APPROACH itiVECRAYEMPIMIP Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. KCI understands that the City of Opa-Locka is interested in performing right-of-way asset data collection of approximately 95 lane miles of roadway, focusing primarily on Sidewalk and Pavement Condition Index(PCI) to prepare a Pavement and Sidewalk Management Program (PMP)that will result in the greatest return on investment. KCI will perform an automated pavement assessment based on the ASTM D6433 Pavement Condition Index (PCI) Surveys methodology, to determine the PCI value for each pavement section. For sidewalk and ramp condition assessment and ADA compliance evaluation, our trained and experienced engineers will perform a "boots -on -the - ground" survey and walk with a tablet application, using a custom survey form integrated with ArcGIS. KCI will develop GIS-integrated asset inventory and condition assessment for additional right-of-way assets. KCI will generate predictions for scenarios assuming different pavement conditions/budget scenarios. KCI will establish appropriate rehabilitation and preventative maintenance strategies and costs, including appropriate treatments such as slurry seals, cape seals, overlays, and reconstruction based on recent bids. In a 5 -year forward program, KCI will provide estimated costs for the recommended maintenance and rehabilitation activities and a map that shows the current zones PCI and a map that shows the zone PCI's at the end of the 5 -year program based on the current budget to show the result of the 5 -year program. The report will also contain condition analysis, different levels of investments, and recommendations on pavement preservation. The Work Plan section which follows details how KCI would meet the City's needs in carrying out the project. A diagram of our proposed approach is depicted below: Project Kick-off Meeting • Project management • Project schedule • Deliverables • Available data from the City • Specific requirements by the City Report, Presentation, & Training • Final report and presentation • Presentation to the City Officials • Training to the City staff M&R Strategies and 5 -Year Program • Generate prediction scenarios • Pavement maintenance rehabilitation • Budget optimization • Develop 5 -year pavement management program (PMP) Pavement, Sidewalk, & ADA Ramps Field Data Collection • Automated pavement imagery and distress data collection • Sidewalk field data collection • ADA ramps field data collection • Field data collection for additional assets Pavement, Sidewalk, ADA Ramps Condition Rating • Process pavement Inspection data • Determine Pavement Condition Index (PCI) for each pavement section • Verification of PCI values • QC/CA of sidewalk and ADA ramps data PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES. INC. OBJECTIVES TO BE ACCOMPLISHED The objective is to provide inventory and condition assessment of approximately 95 lane miles of streets, about 35 miles of sidewalk and ADA ramps, and additional right-of-way asset data collection. To accomplish that goal, we will complete the following tasks: • Provide asset inventory and condition assessment of select City -owned street, sidewalk, ADA ramps, and additional right-of-way assets. • Assign experts in pavement engineer to review and analyze the pavement data and generate pavement maintenance and rehabilitation strategies, costs, and develop predictions for scenarios based on budget and PCI values. • Develop a 5 -year sidewalk and pavement management program (PMP) for the City. • Provide PAVER/StreetSaver training and support to the City staff so that the City staff can perform the analyses for future needs. Item 1: Kick -Off Meeting and Records Review KCI understands the importance of planning and preparation at the onset of a project. KCI will coordinate with the City for a project kick-off meeting to briefly discuss the following items: O 4 Project management • Project schedule I I : GIS shapefile of the City's network Y Network segmentation Available data in the City's GIS database for PMS implementation • Deliverables As a local firm with offices in Fort Lauderdale and Miami, KCI can meet in person with City staff for the kick-off meeting. However, if the City prefers, KCI will arrange a virtual kick-off meeting for project introductions and high-level planning. The meeting will be scheduled before data collection. Before the kick-off meeting, KCI will provide a questionnaire to the City to gather information for data collection and PMS implementation. KCI believes communication is the key to a successful project. In addition to the kick-off meeting, KCI anticipates regular correspondence with the City throughout the project to meet the City's specific needs. ITEM 2: PAVEMENT DATA COLLECTION KCI will partner with Data Transfer Solutions, LLC(DTS) to collect pavement data utilizing one of their Digital Survey Vehicles (DSV). KCI will utilize the LCMS-equipped DSVs to collect geo- located imagery for the City. KCI proposes to use DTS's Mobile Asset Collection (MAC) vehicle line scan camera with laser illumination and three forward facing right-of-way cameras and one rear facing camera to capture right-of-way images to be used during the pavement rating process. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES, TINE. KCI plans to collect images in a single direction in the outermost lane for undivided local roads and collect images in both directions in the outermost lane for all arterial and collector roadways. DTS's LCMS equipment is shown in Figure 1 on the following page. Specific information that can be collected with DTS's LCMS-equipped DSV includes: • High -resolution right-of-way digital cameras - Allied Vision Prosilica GX1920C GigE, images collected at every 15 to 20 feet based on client's requirements, and 1936 x 1456 color resolution. DTS has rigorously tested equipment that is independently certified by the Texas A&M Transportation Institute (TTI) and International Cybernetics Corporation (ICC). LRIS pavement imaging system - collects high -definition pavement images used to extract distress type, severity, and extent measurements. 4096 pixel/line, 28,000 Tines/sec, lmm resolution. Applanix P0S220V inertial measuring unit (IMU)- centimeter -level positioning of MAC van during collection. DMI equipment - distance measuring instrument used for system integration. GPS equipment - used for mapping level positioning of the vehicle, heading information, and positional tagging of images. Two positional units, one differential unit. Servers - onboard servers for storing data, processing images, storing profiler, GPS, DMI, and IMU data. Surface (road) profiler - used for precise pavement's International Roughness Index(IRI), transverse profile (rut) measurement. Jointed plain concrete pavement's faulting data. Vehicle with LCMS Lasers Distress/Crack Detection Laser Crack Measurement System (LCMS) Figure 1: LCMS equipped pavement data collection vehicle. ITEM 3: SIDEWALK CONDITION DATA COLLECTION KCI has developed a customizable tablet application for sidewalk condition assessment and standard condition rating system representing a Sidewalk Condition Index(SCI)aligned with MAP - 21 guidance standards. SCI is a direct indicator of a sidewalk's physical conditions on a scale of 0 to 100, 0 representing the failed sidewalk and 100 representing the new sidewalk. It is the sum of PAVEMENT, SIDEWALK, AND ADDITIONAL CIry ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES, INC. distress severities for a sidewalk weighted by the size of each distress. SCI will incorporate the distress based on the visual assessment of the sidewalks, including, but not limited to: ■ Cross slope ■ Uplifts ■ Roughness/spalling ■ Bumps/Vertical fault ■ Cracking Surface Texture Horizontal fault Obstructions Holes Along with the physical condition assessment, ADA compliance can also be determined. A compliance score for sidewalks on a scale from 0 to 100 can be developed to address ADA compliance. A score of 100 represents full compliance with the proposed Public Right -of -Way Accessibility Guidelines (PROWAG), the standards adopted by ADA) considers four criteria representing PROWAG accessibility standards: ■ Cross slope ■ Vertical fault size ■ Obstructions ■ Sidewalk width KCI's customizable tablet application provides the capability to capture ADA ramp inventory, condition, and compliance data. The ADA curb ramp compliance considers 13 criteria based on PROWAG standards, including slopes, dimensions, and detectable warning surface properties. The criteria cover six areas of analysis: Location of Sidewalk and ADA Ramps 5idexalk Aatefvnenl Sidewalk and ADA Ramps Inspection App PAvErviENr, SIDEWALK. AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI UECI-INLILOWLS I111L. Figure 2. An example of sidewalk condition assessment integrated with GIS. • Ramp geometry o Width o Cross slope o Running slope • Detectable warning surface o Surface Type o Width • Gutter o Cross slope o Counter slope • Landing o Dimension and slope • Approaches and flares o Approach slope o Flare slope • Hazards o Vertical faults and obstructions Left Approach Landing Ramp Detectable Warning Surface Right Approach A schematic of ADA ramp components. ITEM 4: PAVEMENT CONDITION SURVEY AND PC1 CALCULATION With the pavement image collection started, DTS will begin processing pavement images. This allows DTS to begin the pavement distress rating process concurrent with the image collection. uuttcr PAVEMENT, SIDEVVALK. AND ADDITIONAL CIT( ASSETS CONG'!TIOii �1�iFSii.I T KC.I 1 I- Llli',Ii1L0GIL-S. Once pavement images and distress mapping processing are completed for each collection day, experienced pavement evaluators will review each street segment's images for a complete and thorough evaluation of the existing pavement condition per the ASTM 06433 pavement distress rating process including the following distresses: alligator cracking, longitudinal cracking, transverse cracking, raveling, flushing, and patching. The EarthShaperTM software allows distress vectors to be viewed and edited through this workflow. DTS has designed the EarthShaper asset data extraction software by optimizing the performance of visualization/QC of the roadway condition and inventory data. The distress data file will be loaded to PAVER/StreetSaver to calculate PCI values for each pavement section. Each pavement section will be rated based on the PCI scale of 0 to 100. PKI L.pK. IN 7D i 4. .__. OispI.vtN.flrvrlion ._j lT Pulm SIi< Figure 3: A sample image illustrating pavement distress type. severity. and quantity survey process. IRI (International Roughness Index) will be collected using profiler equipment that meets ASTM standards. DTS utilizes a surface profiling system manufactured by International Cybernetics Corporation (ICC) for evaluating the smoothness of pavement. We will also determine if pavement markings are on the street. The collected surface imaging and/or video of the network will be processed to integrate into the approved Pavement Management Software and provided to the City. PAS/EAENT, SIDFW I I< , AND DDITIONiAL or( „SE ES C )N-omoN ASSESSMENT KC' ! =.CHNI0i_`);i I i . ITEM 5: PAVEMENT MANAGEMENT SYSTEM/SOFTWARE SELECTION The selection of pavement management software is influenced by the requirements of the City and user's needs. The software provides a platform to store pavement management information and to perform different types of One of the key personnel provided analyses. Depending on the needs, the City can also opt to use a ' PAVER and StreetSaver training to combination of pavement management software and a 25+ cities, villages, and counties. customized GIS dashboard to suit its requirements. Table 1 shows the comparison of PAVER and StreetSaver features and capabilities. We plan to demonstrate the capabilities of both of these software to the City staff during the interview/kickoff meeting so that the City would be able to choose the best option depending on their needs. Table 1. Comparison of PAVER and SreetSaver features. Description PAVER StreetSaver Vendor U.S. Army Corps of Engineers Metropolitan Transportation Commission Tablet, Laptop, and Web Version Desktop and Tablet version, can also be used for manual data collection Desktop and Web, but additional programs needed for manual data collection Minimum of 5 years of resurfacing projections Yes Yes Resurfacing and Preventative Maintenance breakdown Yes Yes Preventative maintenance breakdown Yes Yes A map of the City's network PDF reports with budget and paving information Yes Yes Ability to Analyze Other Assets Yes, curb and gutter Yes, sidewalk, streetlights, sign, curb and gutter, ADA ramp compliance Default Pavement Condition Rating PCI, IRI PCI, IRI Analyze Budget Scenarios Yes Yes ArcGIS Integration Yes Yes Cost $999 (one time purchase) $1,500/year, an additional $500 per non -pavement asset A'y fs;M NF, SIDE`;VALK. AND A)D'rioNAL CI S'/ ASSEF`i CONDFIIi i AS t;,rAENl KCI TECHNOLOGIES INC. ter...,,.::,-, M14.1 t.A•Isyroam4a e� 1 Sum.,.nrm.nl;uPo,.m -v' axon ..r an V1410111 111 9,r,Pw. (D., 1•••151. .1ral+p.u1C..I.nf1N. r� Figure 4: A sample image of PAVER features. 0.1 IOpPoe:a my i . . .._ _ . .... . ... 57. 9/751.5 :;JI Stfrer9 Tice ❑ Eryineerir2 Grade 7T07011 ❑ HO Inlua0-ITyp n0 ❑ Priama1c T50a 00 Piielra5c (TTPe D0 0 PriamaSc(T)Te`,110 PnsmaIc (0yP. lq 0,41 Er;irenm9 Grev.1 L7 Urkrw.anlr.'c) �Serd:rl0al. Feavrts Scent& Tleetmen0 lia...11.101t de .. na "o.Nror sa,....k..r..... a .uR... en..wlw &mks 5.9 1.11U.105/ BUDGET - ;Y4' 7(J1 7 !L ' I;. 65. A ' 7041 I.0a ' ' r.IJ J[. lr__�.., litir� ' ii 1' '(I Llri17_::ii.L ❑,_ :1 20:5.: Mlfi S,o,. Cda OVee110 7..5710 P.e,ec0'eoW P(ITrealel EnLacfll . Erclnca4o, RN0le�re P llcmtat fie6Pc r1 Ercpcirl IleeC 771 50a61a a luea 7CC.1 2017 7 si:'O'J 0Kr', 0105 1015 KO 1010ELLUDUE 0 IiWO CT M:gK1•1.1110 DOWN OSCCO 0 W 25 Wart T.•1171D 2 R Residua el .2016 105004 0170 0016 ICO @I0 6-/14901'/,' JOSHUA CT JOSHUA 0 M 0(C(; 15. 1004410 CT• 1- 2 R ResiCM5a1 ! 2019 1- '��:,�f:'�l I07CHC - 0100 2016 _ 160 820 00401 L600Ifi .LK(HC 06660 0.7010 20 IWICEICI, r 2 R pa510 .4 ffra RUHR0 0174 2016 170 0110 1050 ':•17 00 M100E000 P7117R0 0CC0 0CC00 25 PRIMROSE CT 2 PReHteoel 4 Ma 611FIRE 0100 2017 170 CITYUM,1 170547.100 CR 0/FIRE 111170_ 1/45100 000(777 0C%C4 1 EMFIP.E MIME. 2 00.11!x.6.1 ., n_a 01,0171 0270 2017 100 0000(1 0070014075 MARK 0901110 1.0.ICOD 007(O 07000 75 1400777:74144 D 2 0R.itu0el ,/. tc 'j1 'WIT,/ 07:4 2017 100 FOP.TDU, C7 E60ETT0l'Ir M Kr,,,,770 11.17KP.) 0 W 0[CCO 27 FORK TWAY, 6 2 11 Pe l ieUrael„ 1�5eciu.720 -:7 441111 C10 1= figure 5: A sample image of StreetSaver features. ITEM 5: PAVEMENT MANAGEMENT OPTIMIZATION/BUDGET SCENARIO ANALYSIS The pavement management optimization and budget scenario analysis start with developing pavement performance models, pavement treatment matrix, treatment selection decision trees, annual maintenance and rehabilitation budget, and other analysis variables. PAVEP*1 NT, SIDEWALK. •AN i) ,yDDIT!ONln\L CITY 6'ASSE IS CONDITION ASSES SY'L NII KC i;_-CHNOLCGIF_:. INC Development of Pavement Performance Models After determining PCI values in PAVER/StreetSaver based on the latest condition inspection, KCI will develop pavement performance models to predict the future conditions of pavement. The pavement prediction modeling process identifies, and groups pavements of similar construction subjected to similar traffic patterns, weather, and other factors that affect pavement life. The historical data on pavement conditions can be used to build a model which can accurately predict the future performance of a group of pavements with similar attributes. KCI will coordinate with the City to develop the models based on the traffic, surface type, section ranks, weather, and use. Figure 6 on the following page shows an example of a pavement performance model and critical PCI for that model. 100 x g 90 l 80 Q. • 70 = • 60 0 '+'..50 -o co 40 • 30 01 } 20 m a 10 x Critical PCI = 55 0 0 5 x x x 10 15 Age (year) x x x 20 x 25 figure 6: An example of the pavement performance model. Pavement Treatments and Decision Trees x x 30 KCI will coordinate with the City to finalize the pavement treatment types and unit costs of those treatments to include in the optimization and budget scenario analysis. After the compilation of available and suitable treatments, KCI will develop a treatment selection decision tree to define when a particular treatment is used and its consequences. The treatment matrix can be based on the PCI values, traffic, and section ranks to incorporate the City's pavement preservation goals. To get the best benefits of each treatment, KCI will use industry best practices and the agency's institutional knowledge to establish the service life of each treatment, adjusting the condition of the pavement after the treatment was applied, the cycle number of the treatment, and the overall age of the pavement. KCI will work with the City to include new pavement preservation and maintenance techniques recommended by the Florida Department of Transportation (FDOT) to ?,Ad�PA NT_ SIL)LwUAIK AND :`VDDITION,\L CITY ASSFFS CONDITIOr.; :4 SESS N KCI F L-CHNC1LOGIL i; develop the treatment matrix. Based on the City's requirements, KCI will create treatment selection decision trees in the PAVER/StreetSaver software. A sample treatment decision tree is provided in Table 2 below. I able 2: A sample treatment matrix for collector roads. Sample Treatment Matrix for Asphalt Pavements PCI Localized Preventive Localized StopGap Major M&R Pavement Preservation 0 10 No Localized Preventive Treatment (PCI< Critical) ,Patching and Repair c, s r� el, 1„ 7 : i .L ' }`i�' r ` �i Z.0" Mill tt& Overlla i v-50 s 3 _ i ! r No Pavement Preservation 25 70 100 Crack Seal and .. Distress Repair (PCI Critical) No Localized StopGap/ Major M&R (PCI > Critical) r i , , if Budget and Condition Scenario Analysis KCI will work with the City to generate pavement budget and condition prediction scenarios. A few examples of scenarios that can be generated in PAVER/StreetSaver are listed below. Figure 7 shows a sample budget scenario and resulting pavement conditions by year. a) Scenario 1- Budget required to maintain PCI from report b) Scenario 2 - Budget required to achieve a 70 PCI c) Scenario 3 - PCI change with current funding d) Scenario 4 - PCI change with an additional $200,000 of funding per year e) Scenario 5 - PCI change by resurfacing the lowest 5 PCI streets per year PA Eh,T, SIUF ,'/ ' I K. ,ANA) ADuI 'ION+N- I ('1 iA E TS CONU' fl(_)ri`i A>>t_SSP1cf�T KCI FECHN0I.0 0 II INC. 100 x 90 - ar • 80 - c 70 o 60 - U .9a • 50 - E -- $1.0 M/year - Eliminate Backlogs m 40 —$825K/year - Target PCI 75 o . • 30 —$736 K/year - Maintain Current Condition 20 $200K/year - Increase Funding —$160K/year - Maintain Current Funding a 10 $0/year - Do Nothing 0 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 Year Figure 7: Sample budget scenario and pavement conditions. ITEM 6: DEVELOPMENT OF A FIVE-YEAR PLAN KCI will recommend a five-year pavement preservation, maintenance, and rehabilitation plan beginning in FY 2022-2023 based on the data populated in the PAVER/StreetSaver database. The five-year program will include what type of maintenance and repair, when to apply, and where to apply based on the City's budget to improve the overall conditions of the pavement network. ITEM 7: REPORT AND DELIVERABLES KCI will coordinate with the City to create condition reports depicting the status of the existing City streets. KCI will provide a written report to the City for review. The report will include an executive summary of the current City street inventory with associated data such as street limits, length, width, type of paving, classification, area of the street, segment PCI and zone, picture of each PCI range (in increments of 10), and analysis of the current condition of the streets. The report will also include a map that shows the current zones PCI and a map that shows the zone PCI's at the end of the five-year program based on the current budget to show the result of the five-year program. KCI will provide the following pavement images, data, maps, and report during the course of the project: • Surface imaging and/or video of the network that can be integrated into the approved Pavement Management Software and provided to the City. • Georeferenced high -resolution right-of-way images from forward -facing and rear -facing cameras will be delivered to the City upon completion of the inspection and assessment. P.\V_^a[N", SIDE` -,'JAL',< , AND ADDitIONAL CITY ASSETS CONUitIO:N A;SESSN !T KCI 1--l:HNUL0(. I I-. :; NC For every pavement section, the images will be provided in an external hard drive along with an image location table with hyperlinks to access the images. • KCI will deliver all pavement condition data collected to the City through the PAVER/StreetSaver software. This will include the following attributes: o Pavement section inventory after verification for each section o Pavement condition inspection data i.e., distress type, severity, and extent o PCI for each section o IRI for each section • Based on the City's desires and expectations, KCI will create a five-year program based on optimization analysis and will identify feasible rehabilitation alternatives for each street section and will recommend treatment type such as slurry seals, cape seals, overlays and reconstruction, their application times, and cost estimates. • KCI will generate predictions for scenarios as required by the City, based on information provided by the City over a five-year period, and provide repair strategy recommendations based on the actual budget. • City's sidewalks condition data and condition score in a GIS shapefile and excel format including uplifts, bumps, holes, cracking, surface texture, and compliance with ADA sidewalk width. • City's compliance with ADA ramps in GIS shapefile and excel format, measuring the attributes such as ramp slope and cross slope, road slope and cross slope, flare slopes, ramp width, landing area, tactile pad (present/not present/condition). • KCI has the experience and can provide a five-year plan for right-of-way assets, i.e., sidewalk, signage, streetlights, trees, and paving markings rehabilitation or replacement based on the City's anticipated revenues. • KCI will provide training on the approved software to designated staff either in person or via Microsoft Teams or another application that is available for the City to use. KCI will also provide temporary 30 -day licenses of approved software to all attendees. KCI will provide a training manual and software installation guidelines ahead of the training sessions. N EI,IE T SIDE'S') LK, AND .ADD ii()NAL CIT ASSETS COND LORI '` S:=SSr'iLN1 KCI TECHNOLOGIES. INC. QUALITY CONTROL/QUALITY ASSURANCE KCI and DTS have proven Quality Assurance/Quality Control (QA/QC) procedures for all MAC image collection projects. QC procedures begin with the MAC image collection process. During image data collection, KCI will collect data based on these requirements: • Start data collection at least an hour after sunrise Stop data collection an hour before sunset • Only survey clear and dry pavements Quality is checked in parallel to reduce schedule disruptions and repeated work. The MAC technician will check each camera's exposure rate, image quality, GPS, and IMU operation to ensure the MAC system is recording the image, GPS, DMI, IMU data, and the GPS location is within the stated project tolerance. Each collection day's calibration collection will be documented in the MAC collection logbook. The MAC calibration/control site, which serves as quality control for data collection, will consist of a minimum of nine grid pavement points that are surveyed for a precise and accurate image daily calibration check. Each MAC vehicle will collect the calibration site every day of collection for the project duration as a MAC system QC item. This process ensures that each days run can be calibrated based on the accuracy requirements (sub -meter) of the project. The MAC system is capable of collecting all right-of-way images and pavement data concurrently. During image collection, the MAC technician reviews the images collected on -screen as they are collected, and any issue with image clarity requires the collection run to end and the image quality issue to be resolved. This provides real-time verification that the equipment is operating correctly. Once resolved, the collection run begins from the beginning for the road segment collected. The MAC technician also monitors GPS reception during collection. If GPS reception is lost and measured using PDOP(positional dilution of precision), the MAC technician stops the collection and resolves the GPS reception issue. The collection begins again once the GPS reception issue is resolved. DTS employs an originator/checker process for processed and compiled data where the project engineer(originator) provides a qualified project QC checker to review and check processed and compiled data. • The QC checker reviews calibration/correlation data and imagery for data anomalies and inconsistent pavement data, false positives (incorrect distress) pavement PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI TECI$N'DI �;� �_� i f INC distress vectors, and quality of post -processed MAC imagery. • The project manager, engineer, and QC checker determine if any errors found requires a run to be recollected ADDITIONAL ASSET COLLECTION Pavement Markings MAC vehicles will collect right-of-way asset inventories while data is collected for the pavement management system. The vehicles will capture images at an interval of approximately 10 to 15 feet for both forward and side -facing directions and geo-referenced to the pavement inventory by segment. DTS will collect pavement markings with the following attributes: Pavement Markings Attributes (Point Feature): • AssetlD • Category: Left Arrow, Right Arrow, Straight Arrow, ONLY, SCHOOL, XING, STOP, AHEAD, BUS, Left-thru Arrow, Right-thru Arrow, Bike Icon, BIKE, ENDS, LANE, Bike Diamond, Bike Arrow, Merge Left Arrow, Merge Right Arrow, Speed Hump Arrow, Speed Hump Block, SLOW, Left/Right Arrow, etc. • Location: Street Name, GPS location (+/- 2 meters) • Condition: Good, Fair, or Critical • Photo Image link Figure 8. Sample image of pavement markings collected with MAC LRIS system. Traffic Signage A,!['AENT, S -)E1WALK, AND ACDITION A,_ (_1 1-Y ASSETS CONDITION ASS1 S5M NT K C; C'rlNOI OC;IF IN MAC vehicles will collect right-of-way asset inventories while data is collected for the pavement management system. The vehicles will capture images at an interval of approximately 10 to 15 feet for both forward and side -facing directions and geo-referenced to the pavement inventory by segment. DTS will collect traffic signs with the following attributes: ■ AssetlD ■ Sign Category: Regulatory, Warning, Guide, School, Recreation, Information, General ■ Sign Name: Federal or State MUTCD designation or custom designation for specialized signs • Location: Street Name, GPS Location (+/- 2 meters) • Sign and Post Condition: Good, Fair, Critical Figure 9. Sample MAC LRIS vehicle imagery of signs. Stormwater, and Water/Sewer Infrastructure KCI has significant experience and strong team to develop the current inventory and condition assessment criteria and workflows to perform an inventory of stormwater assets, develop a data collection application for storm drain compilation, locate and map stormwater assets, and perform a condition assessment of stormwater features. For the City, we will develop an inventory of stormwater and water/sewer infrastructure with the following attributes at a minimum: • AssetlD • Category: Catch basins, Manholes, Fire Hydrants, and Sewer and Water Valves Siu. :d,L_K AND ADI I (. A.iSE i S COiND N ASS FS`)MEN' !• i Ni 01 IHIt i i i:; _ ■ Location: Street Name, GPS Location (+/- 2 meters) Trees A visual review of the trees which shall determine the current condition and whether maintenance or replacement is required. AssetlD Location: Street Name, GPS Location (+/- 2 meters) Condition Figure 10. Sample of tree inventory and condition assessment integrated into GIS. Streetlights We will use a customized rating system to efficiently quantify both the overall condition of the streetlight assets, and the condition of the streetlights' individual components. We will utilize Trimble TerraFlex & ESRI's ArcGIS Online to create a custom data collection form and tracking tool used by our field staff on a tablet. The streetlights attributes will include: ■ AssetlD Location: Street Name, GPS Location (+/- 2 meters) ■ Verification of Lights, Type, and Size: Sodium Vapor(HPS), Mercury Vapor, LED ■ Pole Number and Size A,=2,"_P;T, SIL)E'V A LK. AND AL)u ')N AL C I ' ! ASSETS C,0N, iION; ASSc'iiP,iFi,T KCI I EC..f-INI0L013I -` , INC. • Working condition of Lights: Broken sensors, running continuously, intermittent lighting, broken parts, decreased brightness due to dirt and bugs in the fixture, etc. • Light Quality: Lumens, Visibility, Obstruction ■ Map Figure 11. Sample of drainage area showing stormwater assets. :Af=MLNT, 3IUE`PJ\1K, ANU ADDITEON:I CITY A. ,5.1; 5 COnDIT10 1 A S.1_S P't=t1T E'IPEF'E QLJAIJF' ND A ti c EC.Ed NI0 0GIES. . 3.2.6 TAB 5 -EXPERIENCE AND OUALIFICATIONS 3.2.6.1 Specify the number of years the Proposer has been in business: 67 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. FIRM'S DEMONSTRATED CAPABILITY Team Introduction The KCI team brings together experience from our dedicated Pavement and Asset Management practice as well as DTS who brings over 16 years of experience providing pavement collection services. The KCI team will provide the project management, QA/QC of pavement condition assessment, budget and condition scenario analysis in PAVER/StreetSaver, pavement maintenance and rehabilitation analysis to develop a five-year program, sidewalk and ramps condition assessment and ADA compliance evaluation, final reports, and pavement management software training. KCI will also provide additional right-of-way assets inventory and condition assessment services. DTS will provide pavement imagery data collection and determination of PCI values. KCI TECHNOLOGIES, INC. KCI's corporate purpose is to work together to implement great ideas that improve people's lives. KCI is a 100 percent employee -owned engineering, consulting, and construction firm serving clients throughout the nation. KCI's corporate vision is to be the professional consulting firm of choice for our employee -owners, clients, and business partners. With more than 1,900 full-time employees collaborating on diverse projects, KCI is constantly driven by energy, passion, and talent. We are a recognized industry leader, employing innovative technologies, management practices, and strategic growth initiatives. The strong team we've built over the last 67 years operates as a single entity made up of technical specialists that provide a collaborative, efficient suite of services across core markets. Our multi -disciplined offerings allow us to offer exceptional turn -key project delivery. Our people, projects, and organizational success have been honored with awards from some of the trade's most prestigious bodies. Asset Managernent Our dedicated asset management practice is founded on the core principles of enterprise asset management and is backed by a highly a1 ')� qualified ISO -certified team. Our Asset Management professionals have E become certified by the Institute of Asset Management (IAM) in the a, "Principles of Asset Management." Our goal is to provide guidance to our r42e4, c m clients that align with core principles and best practices when �� of Asst ' establishing any new program or organization. Our multi -disciplinary team of trained asset management professionals has unparalleled breadth and depth of expertise. We ?.t EP ENi )IDI= vALK, AND ADUIIIONAt SsE S coiNDITIOIN ASS i:S`iivlt N KCI L-CriN 0I_0GI . INC. pride ourselves on offering technical solutions to our clients through innovative thinking and technology. Our engineers, certified maintenance and reliability professionals, business analysts, and technologists are well versed in developing and implementing municipal asset management programs — across all spectrums of readiness and asset management maturity — which integrate people, processes, and technology to enhance asset value. KCI has been instrumental in the development, customization, and implementation of PMS using PAVER/StreetSaver, working closely with clients to gather the business and system requirements for the PMS throughout its implementation. In addition, we assist our clients in developing the network -level pavement management optimization process. The KCI team is well -experienced in developing performance models for the various condition measures collected, including IRI, rutting, cracking, and friction for each group or family of pavement. The KCI team has also been involved in budget optimization and prioritization and developing a treatment decision matrix, including identifying the feasibility and consequences of each treatment. KCI's pavement asset management, engineering, and planning capabilities can be summarized as: • Data Collection Services o Pavement condition assessment (surface distress, ride quality, and structural) o Asset inventory and assessment on a GIS platform (trees, signs, traffic signals, curb, gutter, lighting, and any other linear/point asset that can be tied to a GPS coordinate) o 360° camera high -resolution video -logging of right-of-way • Customized Asset Management Software o Central management system implementation for all assets • CMMS, Cityworks, Maximo, Cartegraph OMS, PAVER/StreetSaver, etc. o Decision support policies and analysis o Mobile applications for field support (asset inventory, condition surveys, and maintenance activities) • Signs, markings, guardrails, light poles, traffic signals, signal switch boxes o GIS integration and GIS/database management o Web -portal and cloud data visualization tools • Engineering and Planning Services o Multi -year maintenance and capital improvement plan (CIP) development o Maintenance quality assurance review o Governmental policy compliance (GASB 34, retroreflectivity) o Non-destructive testing of pavements • Ground penetrating radar(GPR) • Falling weight deflectometer(FWD) o Pavement design and Analysis • AASHTOWare ME pavement design and life -cycle -cost analysis(LCCA) t' FMENT, ,IDEANA_K, AND ADDLTIONAL CI F'/ ASSET ONDITION A>>ESSTV; t . F KCI i_CHN.10 I Ni I._ Data Transfer Solutions, LLC DTS is a transportation planning, engineering, GIS, and asset management solutions company organized in the State of Florida in 2006 as a limited liability company. DTS is a business unit of Atkins North America, Inc., a wholly owned subsidiary of SNC-Lavalin Group, Inc. DTS has vast experience with automated data collection and processing pavement, asset and geometric data for DOT (state), city and county clients across the US in accordance with a variety of standards and methodologies including the ASTM 06433 standard. The DTS business philosophy recognizes the importance of asset management as strategically targeting resources in an efficient and cost-effective manner has become increasingly critical for agencies given the current and foreseeable fiscal funding environment. Organizations are frequently asked to do more with less, and in transportation asset management that means strategically targeting and prioritizing assets in poor condition and having the highest consequences of failure. DTS' Mobile Asset Collection (MAC)vehicle has received independent inertial profiler certification from the Texas A&M Transportation Institute to ensure the most accurate measurements for IRI. DTS is a leader in pavement condition assessments and asset management within the North American market. DTS provides state-of-the-art tools and solutions with considerable experience in delivery of PCI ratings data for Pavement Management Systems. Further, DTS has received independent inertial profiler certification from Texas A&M Transportation beginning in 2015. DTS has collected and compiled data for over 200,000 miles of roadways and 2,000,000 assets in the past five years including right-of-way, pavement imagery and mobile LiDAR that have been integrated into a suite of web -based and GIS-centric databases. Sample Pavement Condition Survey and Right -of -Way Asset Evaluation Clients Lakeland, FL Seminole County, FL West Palm Beach, FL Orlando, FL Winter Springs, FL Cobb County, GA Jefferson County, CO Rhode Island DOT Amarillo, TX Colorado DOT Kingsport, TN Richland Hills, TX Ascension Parish, LA Denison, TX Chicago CMAP San Antonio, TX Austin, TX Durham, NC Lewisville, TX Knoxville, TN Brownsville, TX Greenville, SC Peoria, IL Tyler Area MPO, TX Charleston County, SC Harris County, TX Pikes Peak Area COG Virginia Beach, VA Charlotte, NC Houston, TX Pitkin County, CO Waller County, TX Cheyenne, WY Indianapolis, IN Plano, TX Wickenburg, AZ PAVE i- SI L ALI<. AMD '',DDI:IOP,A f r(( .A;`:PTS `_0N Uri :A"DSF„'`;le ORGANIZATIONAL CHART CITY OF OPA LOCKA ROBERT ZUCCARO, PE Nicholas Leone, PE, FSESCI Shahidul Islam, PhD, PE Amanda O'Shea, GISP, PMP Jonathan Geiger, EIT, ENV SP Leon Parker Byron Rey Anthony Greives Marcial Mote PAVE ilE , SiDES?'AI K, AND A':JIJ 1H) AL CITY \SSE CONDIIION •\;iES ivIENi KCI TECHNOLOGIES, INC. EDUCATION BS / Civil Engineering / Clarkson University REGISTRATIONS/ CERTIFICATIONS PE / FL / 17931 NPDES Qualified Stormwater Management Inspector/ 7089 Envision Sustainability Professional (ENV SP) Aegion Cured -In -Place Solutions Certificate HAZWOPER 40 -Hour Course HAZWOPER 8 -Hour Refresher Course KCI Project Manager Certification YEARS EXPERIENCE 41 YEARS WITH KCI 7 ROBERT ZUCCARO, PE Project Manager Mr. Zuccaro has experience on a wide range of successful engineering projects by providing planning, design, permitting, construction phase services and final certifications. His experience is in land development, transportation, and environmental projects. Mr. Zuccaro has been a project manager for a wide range of governmental and private sector clients. He has supervised the design, planning, platting, surveying, permitting, specifications, contract administration, construction observation, record drawings, and final certifications for medical facilities, airports, roadways, water and sewer systems, lift and pump stations, and sewage treatment plants. City of Delray Beach, Public Right -of -Way Accessibility Improvements - Delray Beach, FL. Project Manager. The project included the addition of missing sidewalk segments and correction of the existing ADA deficiencies, as identified in the City's ADA Self - Evaluation and Transition Plan for 15 streets. The primary purpose of this project was to bring ADA deficient segments of sidewalks, intersections, driveways and curb ramps into compliance. Sidewalks that were not ADA compliant will be replaced in kind, where feasible. In areas where there was no existing sidewalk, a new sidewalk will be installed as per the City's latest standard details. Covenant Living SWM Permit 5-Yr Renewal - Plantation, FL. Project Manager. KCI performed an inspection of the 16.3 -acre property's Surface Water Management (SWM) system's condition as required by Old Plantation Water Control District. KCI observed 44 control structures, six headwalls, inlets, manholes, multiple grates, manhole covers, outfalls, two detention/retention ponds, swales, and pavement above the site's drainage pipe network. All components of the system were inspected visually, photographed, and included in the final report to the client. Loxahatchee Club Pavement, Curbing and Drainage Assessment and Recommendation - Jupiter, FL. Project Manager. KCI provided pavement condition assessment of all streets within the 360 -acre Loxahatchee Club residential development. The scope included the inventory of streets, concrete valley gutters, catch basins, and the piping network that ultimately discharged into a system of interconnected lakes and outfalls. KCI's recommendations for remediation of drainage/ponding issues included the need for further review of the drainage piping system via CCTVing within the interconnecting lakes for blockage. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 2/ KCI TECIINOLOGIES, INC. EDUCATION PhD / Civil Engineering / University of Illinois at Urbana -Champaign MS / Civil Engineering / Kansas State University BS / Civil Engineering / Bangladesh University of Engineering & Technology REGISTRATIONS/ CERTIFICATIONS PE/TX/131232 PE / MD / 58526 PE / NC / 053150 PE / VA / 0402064458 YEARS EXPERIENCE 13 YEARS WITH KCI 1.5 SHAHIDUL ISLAM, PHD, PE Pavement Management Analysis and QA/QC Manager Dr. Islam is an expert in pavement evaluation, asset management and has implemented pavement management systems for 25+ agencies using PAVER, StreetSaver, and Cartegraph OMS. He workers as the Project/Task Manager of the pavement condition evaluation, refining pavement performance models, and developing a five-year plan for 25+ agencies. He also provided training on pavement management soft,vares to the engineering and management staff of those 25+ agencies. Chicago Metropolitan Agency for Planning, Pavement Management System Implementation — Chicago, IL. Project Manager. Dr. Islam led this effort to assess pavement conditions, develop budget scenarios evaluating the costs, and recommended a 5 -10 -year capital pavement program based on the selected pavement condition and budgets using PAVER. The project included pavement condition data collection for 20 villages, cities, and counties, the development of pavement condition prediction models, pavement treatment matrix, and pavement preservation plans. Dr. Islam provided training on PAVER to the local agency staff from 20 agencies. City of Milford, Pavement Management System Implementation - Milford, DE. Project Manager. Dr. Islam led this effort to assess the current condition of pavement, implementing a pavement management system (PMS), and recommending a five-year capital improvement plan (CIP) based on the available budgets and goals. The project included pavement condition evaluation for approximately 50 miles of streets using an automated Laser Crack Measurement System (LCMS), PCI and IRI determination, development of pavement condition prediction models, pavement treatment matrix, and pavement preservation plans. Pavement Condition Assessment and Capital Improvement Plan for Town of Lyman, SC. Project Manager. Dr. Islam led the effort of a complete inventory and condition assessment of about 66 centerline miles within the Town's jurisdiction and to develop a pavement maintenance plan that will result in the greatest return on investment. He developed pavement performance models using the pavement condition and the historical paving data to forecast the future condition and recommended annual budgets by maintenance and rehabilitation activities assuming different condition/budget scenarios. Dr. Islam developed rehabilitation and preventative maintenance strategies, including appropriate treatments such as slurry seal, chip seal, overlay and fill reconstruction. PAVEMENT, SIDEWALK, ANIJ ADDITIONAL. CITY ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES. INC. EDUCATION BS / Geography / The Pennsylvania State University REGISTRATIONS/ CERTIFICATIONS GISP/ 57720 PMP / 3008601 ESRI Enterprise Geodata Management Associate 10.1 YEARS EXPERIENCE 22 YEARS WITH KCI 15 AMANDA O'SHEA, LISP, PMP GIS Integration Manager Ms. O'Shea is a Project Manager lead in KCI's Asset Management practice with 22 years of experience in the development of GIS solutions. Her previous experience includes geodatabase development, GIS analysis, digital field data collection system design and implementation, project GPS setup and support, and quality control Her expertise in managing GIS data acquisition projects will provide seamless collaboration on projects. Ms. O'Shea's computer skills include ArcGIS Desktop, ArcGIS Pro, ArcGIS Enterprise, Portal for ArcGIS, ArcSDE, ArcServer, ArcGIS Online, Field Maps; Collector for ArcGIS, Survey123, ArcPad, Microsoft SQL Server, Cityworks AMS, Cityworks PLL, Geocortex Essentials, Trimble Business Suite, ConununityvIZ, GlohalMapper, and Mapinfo. Pavement Condition Assessment — Elbert County, GA. Elbert County, responsible for about 371 miles of paved roadways, contracted KCI to perform condition assessments of these assets and capture that data electronically for future maintenance and asset management use. Ms. O'Shea developed an application based on the Georgia Department of Transportation's Pavement Condition Evaluation System (PACES)and used commercially available tools such as ArcGIS and Survey123 to set up the database, field form, web maps, and web/mobile application. Pavement Condition Assessment - Cherokee County, SC. Cherokee County, responsible for about 361 miles of paved roadways, contracted KCI to perform condition assessments of these assets and capture that data electronically for future maintenance and asset management use. Ms. O'Shea developed an application based on the ASTM D6433 Pavement Condition Index determination methodology, to assess the type, severity, and extent of pavement distresses and used commercially available tools such as ArcGIS and Survey123 to set up the database, field form, web maps and web/mobile application. An ESRI ArcGIS-based dashboard was developed to display pavement attributes and condition data. Pavement Condition Assessment - City of Chamblee, GA. The City of Chamblee, GA, responsible for about 90 miles of paved roadways, contracted KCI to perform condition assessments of these assets and capture that data electronically for future use in maintenance and asset management. Ms. O'Shea developed an application based on the Georgia Department of Transportation's Pavement Condition Evaluation System (PACES) and used commercially available tools such as ArcGIS and Survey123 to set up the database, field form, web maps, and web/mobile application. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI l LCHNOLOGIES, INC. EDUCATION BS / Civil Engineering / University of Pittsburg BS / Mathematics / Indiana University of Pennsylvania REGISTRATIONS/ CERTIFICATIONS PE / FL / 85655 PMP / 3008601 FDOT Airfield Pavement Inspection Florida, 2018, BT -10-0004 YEARS EXPERIENCE 14 YEARS WITH KCI 1 NICHOLAS LEONE, PE, FSESCI Right -of -Way Asset Evaluation Mr. Leone's experience encompasses a wide range of development projects for both public and private clients at all stages of a project's life cycle. Mr. Leone's primary experience lies in geometric site layouts, pavement inspections and designs for both rigid and flexible pavements, utility design, and various rehabilitation projects. He has developed these skills and others over the course of his career +working for a variety of clients such as the FAA and the U.S. Department of Defense. Mr. Leone currently serves KCI as a Project Manager and PE. He has been the PM and engineer -of -record for the rehabilitation of Ocean Reef Club's runway in Monroe County, FL. He has also served as the client manager for several Authorities, where he developed capital improvement plans, master plans, and grant applications to secure funding through both federal and state development grants. His career stretches a large geographical area and includes work on projects throughout the United States, Europe, and the Middle East. Pittsburgh International Airport and Allegheny County Airport, Pavement Management Program - Pittsburgh, PA. Performed yearly inspections of the pavement assets at both Pittsburgh International Airport and Allegheny County Airport. Distresses for the runways, taxiways, aprons, and access roads were entered into PAVER to manage, maintain, and determine a PCI for the various segments of pavement. A Pavement Management Report was developed each year for each airport as part of the Pavement Management Program and was used as basis for determining and prioritizing pavement rehabilitations and reconstructions. The program was developed in accordance with the FAA Advisory Circular 150/5380-7A, Airport Pavement Management Program. Allegheny County Airport Authority, Pit Old Ramp Pavement Survey - Pittsburgh, PA. Performed a visual inspection of an abandoned, older piece of pavement for the Allegheny County Airport Authority to determine its useability. The data from the inspection was then drawn in AutoCAD so that plans could be developed to quantify the repairs and establish an engineer's opinion of probable construction costs for the ramp. Mid -Ohio Valley Regional Airport, Airfield Pavement Rehabilitation Program and Rehabilitation of Runway 3-21 Wood County, WV. Wood County Airport Authority. Performed on -site pavement inspections for the entire airport and used the data to determine areas that were most in need of rehabilitation. Construction documents were then developed for the area and Mr. Leone provided on -site construction inspection and management at the airport. PAVEMENT, SIDEWALK, AND ADrJ@TIoNAL CITY ASSETS CONDITION ASSESSMENT ;r, KCI TECHNOLOGIES, INC. EDUCATION BS / Civil Engineering / University of Central Florida REGISTRATIONS/ CERTIFICATIONS EIT / FL / 1100018738 Envision Sustainability Professional (ENV SP) / 39902 YEARS EXPERIENCE 7 YEARS WITH KCI 5 JONATHAN GEIGER, EIT, ENV SP Right -of -Way Asset Evaluation Mr. Geiger has worked as an engineer -in -training on both private and government projects in Miami -Dade, Broward, and Palm Beach Counties that have involved civil site and utilities design, permitting at both the state and local levels. and construction phase services. Mr. Geiger is experienced with AutoCAD, and has experience working in the field in construction, furthering his understanding of the engineer -contractor relationship. City of Delray Beach, Public Right -of -Way Accessibility Improvements - Delray Beach, FL. Design Engineer. Mr. Geiger was a member of the team that performed field survey within the proposed project limits. He identified the potential aboveground existing utilities in areas receiving new sidewalks including the conflicts of existing power poles and new sidewalk locations. He performed the field measurement of sidewalk attributes for ADA compliance including the longitudinal slope and cross slope with digital levels and recorded and tabulated for use in developing areas needing design for replacement. The design in certain areas required relocation of drainage structure to comply with sidewalk ADA criteria. Loxahatchee Club Pavement, Curbing and Drainage Assessment and Recommendation - Jupiter, FL. Design Engineer. Mr. Geiger provided pavement condition assessment of all streets within the 360 -acre Loxahatchee Club residential development. The scope included the inventory of streets, concrete gutters, catch basins, and the piping network that discharged into a system of interconnect lakes and outfalls. KCI's recommendations for remediation of drainage issues included the need for further review of the drainage piping system via CCTVing within the interconnecting lakes for blockage. Covenant Living SWM Permit 5-Yr Renewal - Plantation, FL. Design Engineer. Mr. Geiger performed an inspection of the 16.3 -acre property's Surface Water Management (SWM)system's condition as required by Old Plantation Water Control District. He researched the existing permit, existing as-builts and record plans along with the client's operation log and maintenance prior to performing assessment necessary to bring the permit into compliance with plans and permits. KCI observed 44 control structures, 6 headwalls, inlets, manholes, multiple grates, manhole covers, outfalls, 2 detention and retention ponds, swales, and pavement above the site's drainage pipe network. PAVEMENT, SIDEWALK, AND ADDITIONAL ci r'! ASSEIS CONDITION ASSESSMENT KCI TECHNOLOGIES, INC. EDUCATION BS / Civil Engineering / Florida A&M University YEARS EXPERIENCE 8 YEARS WITH KCI 2 BYRON REY Sidewalk and ADA Compliance Evaluation Mr. Reynolds has over eight years of experience in the private sector working on commercial development projects gaining experience with the building and planning right-of-way assets and underground systems, while concurrently preparing construction and environmental compliance documents; developing grading plans, cost estimates, and bid specifications; and providing construction oversight, environmental sampling, and site reconnaissance. City of Delray Beach, Public Right -of -Way Accessibility Improvements - Delray Beach, FL. Design Engineer. Mr. Rey was a member of the team that performed field survey within the proposed project limits. He identified the potential aboveground existing utilities in areas receiving new sidewalks including the conflicts of existing power poles and new sidewalk locations. He performed the field measurement of sidewalk attributes for ADA compliance including the longitudinal slope and cross slope with digital levels and recorded and tabulated for use in developing areas needing design for replacement. The design in certain areas required relocation of drainage structure to comply with sidewalk ADA criteria. Loxahatchee Club Pavement, Curbing and Drainage Assessment and Recommendation - Jupiter, FL. Design Engineer. Mr. Rey provided pavement condition assessment of all streets within the 360 -acre Loxahatchee Club residential development. The scope included the inventory of streets, concrete gutters, catch basins, and the piping network that discharged into a system of interconnect lakes and outfalls. KCI's recommendations for remediation of drainage issues included the need for further review of the drainage piping system via CCTVing within the interconnecting lakes for blockage. 5-YR SWM Permit Renewal 1341 NW 15 Street - Pompano Beach, FL. Design Engineer. Mr. Rey performed an inspection of the 16.3 -acre property's Surface Water Management (SWM) system's condition as required by Old Plantation Water Control District. He researched the existing permit, existing as-builts and record plans along with the client's operation log and maintenance prior to performing assessment necessary to bring the permit into compliance with plans and permits. KCI observed 44 control structures, 6 headwalls, inlets, manholes, multiple grates, manhole covers, outfalls, 2 detention and retention ponds, swales, and pavement above the site's drainage pipe network. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES, INC. EDUCATION MS / Civil Engineering / University of Central Florida BS / Civil Engineering / Universidad Iberoamericana YEARS EXPERIENCE 7 YEARS WITH DTS 1 ANTHONY GREIVES Mobile Van Data Collection Manager Mr. Greives has been on the Data Transfer Solutions team since 2015, and he has worked in several different positions during this time period. At 0TS, his positions have included MAC vehicle operator, pavement analyst and LiDAR analyst. As the Data Collection Manager, he oversees all data collection conducted via the firm's MAC fleet and addresses any issues that may arise with equipment. City of Orlando, Pavement Management and Right -of -Way Survey - Orlando, FL. Data Collection and Data Processing Operator. The City contracted with DTS to collect pavement data for approximately 825 lane miles of City roadways including about 55 miles of brick surface streets. DTS used MAC vehicles to collect pavement and right-of-way asset data from which PCI and other relevant information were extracted. Harris County, Pavement and Asset Data Collection Services - Houston, TX. Asset Collection Manager. For the 12,888 lane miles of roadways maintained by Harris County, the third most populous county in the nation, DTS is currently performing a variety of road asset services. DTS is using several asset collection vehicles to capture pavement and right-of-way images to assist the County with maintaining its transportation assets. During the project, DTS will provide pavement modeling, maintenance, and rehabilitation updates and reports and also provide a sidewalk inventory including locations, photos, width, and condition rating. City of Houston, Street Data Collection and Pavement Management Program Update - Houston, TX. Data Collection Manager. Subsequent to the successful completion by DTS of the similar three-year the City of Houston Pavement Management Information System (PMIS-Next G) project, the firm was selected by the City to carry out the four-year Street Collection and Pavement Management Program Update. For all major and local streets in the City, DTS performed a pavement survey, rated the pavement, determining the pavement width and geocoded the data. The mileage collected included more than 1,200 centerline miles of major streets and 4,900 centerline miles of local streets. Mr. Greives ensured that there were no issues with the vehicles from the DTS Mobile Asset Collection fleet involved on the project. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 3.3 KCI TECHNOLOGIES. INC. EDUCATION Computer Repair and Networking, New Horizons, 2008 REGISTRATIONS/ CERTIFICATIONS Texas DOT PMIS Visual Rater Cert Flex PV. CON 111(Asphalt), 2018 Texas DOT PMIS Visual Rater Cert Flex PV. CON 110 (Concrete), 2018 YEARS EXPERIENCE 7 YEARS WITH DTS 7 MARCIAL MOTA Pavement Condition Rating Mr. Mote is a Pavement Engineer on the Data Transfer Solutions Mobile Asset Collection and Extraction Team. Mr. Mota has more than one year of experience in rating pavement, performing Quality Assurance and Quality Control of pavement distresses, performing PCI calculations, writing pavement reports and importing pavement data into a variety of pavement management software. He is proficient in EarthShaper', AutoCAD, MicroStation, SAS, MicroPAVER, and ArcMap. Mr. Mota is a member of the Society of Hispanic Professional Engineers. City of Plano, Pavement Data Collection Services - Plano, TX. DTS is currently collecting and rating pavement information for the City of Plano. The project involves more than 500 lane miles of collection and rating. Mr. Mota is rating pavement for the project and will assist with the final report. City of Laredo, Pavement Management System - Laredo, TX. The City of Laredo selected DTS to provide professional engineering services to the City. The scope of the project includes the development of a fully functioning pavement management system for the City's road network to include verification of the existing road inventory, performing pavement distress surveys for more than 1,500 lane miles and evaluating, recommending and implementing an appropriate pavement management software program. Mr. Mota is a Pavement Engineer on the project team, and accordingly, he is assisting with a variety of activities including pavement rating and QA/QC. North Tarrant Express Mobility Partners 3, Pavement Condition Survey - Northeast Tarrant County, TX. DTS recently completed this project encompassing 173 lane miles of this Texas expressway. The project involved data collection using a MAC vehicle, 100% rating of pavement, PCI score development, rutting, ride quality and friction testing. As a Pavement Engineer for the project, Mr. Mota rated pavement in conformance with Texas Department of Transportation standards. City of Durham, Pavement Condition Survey - Durham, NC. The City chose DTS to perform this field survey of the pavement condition of the network of 720 miles of paved City -maintained streets in accordance with ASTM Standard D6433-16. In addition, DTS is collecting data regarding pavement width, type of curb and gutter and depth of gutter pan to the City's specifications. All results will be uploaded into the City's MicroPAVER pavement management system. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CO(`10rTION ASSFSSMENT KCI TECHNOLOGIES, INC. EDUCATION BA / Criminal Justice / University of Central Florida YEARS EXPERIENCE 9 YEARS WITH DTS 6 LEON PARKER Right -of -Way Asset Evaluation Mr. Parker is a Right -of -Way Asset Manager at DTS. Mr. Parker has 6 years of experience at DTS where he has served in a number of asset data positions including project collection technician, asset management specialist and production manager. His previous hands-on experience as a Mobile Asset Collection technician at DTS gives him a complete understanding of the asset data from collection through database finalization. Brevard County, Pavement Condition Assessment - Brevard County, FL. QA/QC Manager. DTS provided pavement condition assessment services to Brevard County. These services include using MAC vehicles to collect geo-referenced data for the County's 1,120 centerline miles of roadway, pavement analysis and calculations, maintenance and repair strategy recommendations, condition forecasting, budget forecasting, and recommendations for appropriate pavement management software. Mr. Parker was responsible for QA/QC of the project database prior to its delivery to the client. Harris County, Pavement Condition Survey and Right -of -Way - Harris County, TX. QA/QC Manager. Asset Inventory Utilizing its fleet of MAC vehicles, DTS collected 12,888 miles of roadway for Harris County, the county in which Houston is located. DTS provided the County with its first pavement condition survey as well as an inventory of sidewalks and ADA ramps. DTS is currently preparing final reports for each of the four precincts within the County for pavement condition evaluation including reporting on IRI, PCI, and related data. Mr. Parker served as the QA/QC manager for the right- of-way assets. City of Topeka, Right -of -Way Imagery Collection, Asset Extraction and Inventory - City of Topeka, KS. QA/QC Manager. DTS utilized its fleet of Mobile Asset Collection vehicles to provide a pavement condition survey on the City's 1,600 lane mile network which also included collection of 166 miles of alleys. DTS provided a pavement condition survey per the ASTM D6433 methodology and delivered a final report including data on IRI, PCI, and related data. Mr. Parker was the QA/QC Manager in charge of delivering asset data for the project. PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT j i 9 z t ,,,...4 i r " 1 i�l,I 1 FCHNIOLOGIES. INC. 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. KCI is proposing a preliminary schedule for four months to complete pavement condition assessment, budget scenario analysis, development of five-year program, sidewalk and ADA ramps compliance evaluation from the notice to proceed. For additional asset collection, we are proposing another three months after the completion of pavement and sidewalk services. We have an outstanding record completing projects similar in size and scale on time and within budget. We will deploy experienced personnel and resources necessary to complete the project within the specified time provided by the City. If inclement weather becomes a significant issue affecting the pavement data collection efforts, our team has the capacity to mobilize additional MAC vehicles and field crews to remain on schedule. Description of Activities Project Initiation Meeting Mobile Data Collection and Image Capture Sidewalk Condition and ADA Compliance Evaluation Ramps Condition and ADA Compliance Evaluation Pavement Inspection and PCI Calculation Presenting PCI Results to the City Pavement Repair Analysis, Budget Scenarios and Optimization 5 -Year Program Development Final Report and Presentation Pavement Management Software Training and Support 2022-2023 Oct 22 Nov 22 Dec 22 Jan 23 PAVEMENT, SIDEWALK, AND ADDITIONAL CITY BASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES. INC. Additional Asset Collection Pavement Marking Inventory and Conditions Traffic Signage Inventory and Conditions Stormwater, and Water/Sewer Infrastructure Inventory Tree Inventory and Conditions Streetlights Inventory and Conditions 2023 Jan 23 Feb 23 3.2.7.2 Indicate the earliest available start date for your project team. Our project team will be available within two weeks from notice to procced. Mar 23 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. KCI will complete the pavement, sidewalk, and ADA ramps related services by four(4) months from the notice to proceed. KCI will complete the additional asset collection services in another three (3) months as mentioned in the schedule. PAVEMENT-, S'iDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT GOfS KCI 117CH 0 OGI1S- I 1N; (_' . 3.2.8 TAB 7 - PRICING OF SERVICES >,.,a . 1._nT.iv.a.0 mb ..x- *Zia 3.2.8.1 Fee basis should be an all-inclusive, base fee. KCI's lump sum price for the project is shown in the following table. All prices include labor, overhead, travel, two year user license of the pavement management software, and other direct costs. KCI will submit invoices based on percent complete, and all invoices require payment to be made within 30 days of receipt of our invoice. Based on RFP Pre -Bid Meeting, the City has about 35 miles of sidewalks. Our preliminary investigation shows that the City has about 500 ADA ramps. The price provided below is based on these assumptions. KCI will charge on a prorated basis for additional ADA ramps, sidewalk inventory, and condition assessment services. For the streetlights inventory and condition assessment, both day and night times inspection will be performed. ,?iJ,..,� '�i. 1 ®� i /C� i 1�• .wl.:,,_ _ _...u_V %•1. Tu.:_. ... ._. �i v t. .. V (•4�® t - - �u Project Setup - Project set-up, GIS centerline file review, project initiation, mobilization & Project Management $ 14,390.00 2 Mobile Data Collection and Image Capture for City Streets $ 10,700.00 3 Pavement Condition Rating - Pavement Inspection and PCI Calculation $ 14,097.00 4 Pavement Repair Analysis, Budget Scenarios and Optimization, 5 -Year Program Development $ 20,175.00 5 Final Report, Presentation, Pavement Management Software Training, and Support $ 18,807.00 6 Sidewalk and ADA Ramps Condition and ADA Compliance Evaluation $ 59,788.00 7 Directs (PAVER/StreetSaver License, Hard Drives, Meals) $ 4,150.00 Total for Pavement, Sidewalk, and ADA Ramps related Services = $ 142,107.00 Additional Asset Collection 8 Pavement Marking Inventory and Conditions $ 4,750.00 9 Traffic Signage Inventory and Conditions $ 9,025.00 10 Stormwater, and Water/Sewer Infrastructure Inventory $ 12,825.00 11 Tree Inventory and Conditions $ 8,835.00 12 Streetlights Inventory and Conditions $ 21,850.00 Total for Additional Asset Inventory and Condition Assessment = $ 57,285.00 Total for Pavement, Sidewalk, ADA Ramps, and Additional Asset Collection $ 199,392.00 AT'[(VI - '. , /N K AN[) ADDITIONAL CIT'( _A_sETS (ION DIT N ASS. SS F ;�i' 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. RFP NO: 22-0912200 PRICE PROPOSAL FORM PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 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. LUMP SUM PRICE: $ 199,392.00 SUBMITTED THIS 19 DAY OF September 2022. BID SUBMITTED BY: KCI Technologies, Inc. (410) 527-4415 Company Telephone Number Heidi Hammel, GISP, PMP, ITIL N/A Name of Person Authorized to Submit Bid Signature Vice President Title Fax Number heidi.hammel@kci.com Email Address 18 .v 41;,.1%_9 Laser Crack Measurement System (LCMS) k r,I ' I', I 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. The KCI team is dedicated to providing quality, responsive services to the City of Opa-Locka. At KCI, we feel that the best measure of our performance is client satisfaction and our relationship with our clients. The client references below can attest to the performance of KCI and our key personnel. We encourage the City of Opa-Locka to discuss with these clients the capabilities of our firm and proposed staff members. PAVEMENT CONDITION RATING AND 5 -YEAR CIP DEVELOPMENT City of Milford, DE Valuate with LCMS Lasers J DistresslCrack Detection Project Overview The City of Milford Department of Public Works engaged the KCI Team to help them implement a Pavement Management System (PMS). The City desired to have a system to record historical pavement condition data and develop a five-year capital improvement plan objectively, which motivated the City to invest in new, industry -standard, pavement management system implementation. In addition, the City desired to implement a comprehensive asset management program to strengthen business and infrastructure decision -making and provide defined levels of service to customers. This project aimed to ensure the organization's future readiness through strategic planning and documentation. Pavement Condition and Thickness Data Collection KCI collected geo-referenced images of the entire City's roadway network using the Digital Survey Vehicle(DSV) DSV equipped with the LCMS and Ground r \:'EivIENT, SIDE \Ai -\L1<, AND ADDI ANAL (: f`( i,.>S _ is C 0NUIT10'd AssES M L I KCI IECHNOI_0OI1=` IN!'. Penetrating Radar(GPR). Each image is linearly referenced with the DSV's onboard distance measuring instrument (DMI) and associated global positioning system (GPS) coordinates. Pavement Condition Index (PCI) Determination KCI conducted the pavement assessment based on the ASTM D6433 PCI Surveys methodology, to determine the PCI value for each pavement section. KCI established a database of pavement conditions, including PCI for each street on a scale from 0 (poorest) to 100 (excellent). KCI recommended annual maintenance and rehabilitation activities budgets, assuming different conditions/budget scenarios. KCI established proper rehabilitation and preventative maintenance strategies, including appropriate treatments such as slurry seal, chip seal, overlay, and complete reconstruction. In a five-year forward capital plan, KCI provided estimated costs for the recommended improvements. The final report also included a condition analysis, different levels of investments, and recommendations on pavement preservation. CONTACT James Puddicombe (302) 422-1110 x 1108 jpuddicombe@milford-de.gov DELRAY BEACH - PUBLIC RIGHT-OF-WAY ACCESSIBILITY IMPROVEMENTS Delray Beach, FL PA'`iEl,IENT, SID'_:',ALK, AND ADDITIONAL C!TY ASSETS CONDITION ASSESSMENT KCI I ElCHINUL (31 ES. II NC. Project Overview The project included the addition of missing sidewalk segments and correction of the existing ADA deficiencies, as identified in the City's ADA Self - Evaluation and Transition Plan, for 15 streets, approximately four miles in length. The primary purpose of this project was to bring ADA deficient segments of sidewalks, intersections, driveways, and curb ramps into compliance. Sidewalks that were not ADA compliant will be replaced in kind, where feasible. Areas, where entire sidewalk sections need reconstruction, will be replaced with the City's latest standard details. In areas where there was no existing sidewalk, a new sidewalk will be installed as per the City's latest standard details. KCI provided design survey services, primarily in areas missing sidewalks. Right-of-way lines were established from plat information without the benefit of title search, where a new sidewalk was added. KCI performed initial public outreach involvement, providing a project announcement flyer for mailout to all property owners fronting streets requiring improvements. Field reconnaissance within the proposed project limits was performed. A photograph log of the project walk-through was included. In addition, potential aboveground existing utilities were identified in areas receiving new sidewalks. Conflicts between existing power poles and new sidewalk locations were identified. Every existing sidewalk flag was field measured for ADA compliance for longitudinal slope and cross slope with digital levels and was recorded and tabulated for use in developing areas needing a design for replacement. The design in certain areas required red relocation of drainage structure to comply with sidewalk ADA criteria. KCI reviewed existing profiles at right-of-way lines and compared them to the adjacent edge of pavement elevations but only in areas receiving new sidewalks. Where a new sidewalk was to be constructed, KCI analyzed the locations of existing hedges, fences, landscape, and hardscape to determine the potential impact and need for relocation and provide written documentation of conflicts. KCI's design included reconstruction of ADA deficient driveways, as identified in ADA Transition Plan within the existing right-of-way. Typical cross sections were developed for a variety of conditions encountered by red up to two sections per street. Sidewalks at intersections were designed to meet ADA criteria using truncated dome surfaces at street crossings. The design also meandered sidewalks, where necessary, around objects such as powerlines or substantial landscaping that will remain in place with close coordination with City staff. KCI provided design for the development of construction working drawings to be part of bid documents to be advertised for competitive bidding. Plans were prepared at the 50% and 100% design phase. Technical specifications were also part of the bid documents. KCI also prepared an Engineer's Opinion of Probable Cost. CONTACT Denis Placide, Project Manager (561)243-7346 placided@mydelraybeach.com PAVEMENT, SiOEWAi X, AND ADDITIONAL iTY ASST T5 CoNDITIO!',i :ASSE TS?•AE I KCI TECHNOLOGILES INC. PAVEMENT DATA COLLECTION Seminole County, FL Project Overview DTS performed multiple, phased pavement data collections for the County. DTS worked with Seminole County to conduct a pavement condition survey as well as integrating the data into the County's pavement management system. Seminole County divided its network into thirds and DTS collected 500 to 700 miles each year over a three-year period. DTS also imported the data into the County's PAVER database. CONTACT Michael Garcia (407)665-5674 omgarcia@seminolecountyfl.gov PA\EYIENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT .:, .� KCI TECHNOLOGIES INC. PAVEMENT CONDITION ASSESSMENT Brevard County, FL Project Overview DTS performed a pavement condition assessment on 1,120 centerline miles of County -maintained roads in the County in accordance with ASTM D6433. The pavement condition assessment services DTS provided to Brevard County included using Mobile Asset Collection vehicles to collect geo-referenced data for the County's roadways, pavement analysis and calculations, maintenance and repair strategy recommendations, condition forecasting, budget forecasting and recommendations for appropriate pavement management software. Two additional years of regression of the PCI was also completed. CONTACT Chris Ireland (321) 350-8311 christopher.ireland@brevardfl.gov PAVEMENT. SIDEWALK. AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT KCI TECHNOLOGIES INC. PAVEMENT CONDITION INDEX City of Altamonte Springs, FL Project Overview DTS utilized one of our Mobile Asset Collection vehicles to drive the 98 lane miles of roads maintained by the City of Altamonte Springs and provide a Pavement Condition Index in accordance with ASTM 06433 standards. Additionally, the DTS team utilized an off -road vehicle to collect and rate the 54 lane miles of unpaved roads within the City limits. All pavement widths within the City were verified and all data was delivered in an Esri GIS format with corresponding metadata. CONTACT Lone "Trey" Sisk (407) 571-8572 tsisk@altamonte.org PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMEN !`.CI L HN II STORM DRAIN INVENTORY PROGRAM Prince George County, MD KCI Technologies has been supporting the Prince Georges County DPW&T's storm drain inventory program since January of 2019. In January of 2019 the KCI team was asked to take over for another prime consultant that was not meeting expectations. KCI was scoped to update the current inventory and condition assessment criteria and workflows to perform inventory of stormwater assets, develop a data collection application for storm drain compilation, locate and map stormwater assets, and perform a condition assessment of stormwater features. To support with these efforts KCI included sub -consultant CEM to assist, who were involved in the original effort as a sub -consultant to another prime consultant. For that original effort CEM performed the field tasks above expectations, but the prime consultant did not meet expectations for the development of the full storm drain inventory program. Below is a list of tasks that the KCI team has completed, and continues to complete, under three tasks since January 2019; many of these tasks are ongoing and require continuous updates and enhancements based on lesson's learned, utilization of the SOPs and application / tools, and changes to ESRI platforms. • Our team updated and enhanced the SOPs and data collection / management workflows used during the storm drain compilation. The SOPs outline the steps for performing the storm drain inventory and condition assessment, the hardware and software requirements, data management, post processing of data, and quality control. • KCI developed the storm drain database schema and data dictionary that defines the feature classes, tables, attributes, relationships, and domains that will be utilized during the storm drain inventory and assessment process. • Developed the necessary features and back -end database for use in ArcGIS Collector which allows field teams to collect or modify storm drain inventory geometry and attribute information. • our KCI and CEM teams have performed field inventory and condition assessment of more 25,000 storm drain structure and pipes over the past 1.5 years. • KCI performed an analysis of field -verified inlet features to determine which met the criteria for cleaning. The resulting inlets features were published to the PG NPDES Portal and included in a web map. This web map will be used by field crews to indicate which inlets have been cleaned. CONTACT Ms. Elizabeth Faye Miller (301)883-5600 emmiller@co.pg.md.us NT. S ,r ,,,, .\ , ,,. , _)D,T O NA=. Cj t'r 'AS tHi c 0•`dD; [I S S F i= l KCI TECi-IiNiOLOGILS INC. 3.2.10 TAB 9 - ADDITIONAL FORMS ,9 1112.49E94 31.3RERIMMEEMSICS930.3/69,11.71£ 411...WMA.MareaDAZ,2,11,....1.£6503431..181‘41615i1S11 refer to the following pages for all the following required forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification • Non -Collusion Affidavit • Non -Discrimination Affidavit • E -verify PAVEMI:PiT, SIDEWA=.n. AND ADDITIONAL (IT'/ -vSSETS `:OND;T ON. ASSLSS '..fit RFP NO. 22-0912200 PROPOSER QUALIFICATIONS PAVEMENT, SIDEWALK, AND ADDITIONAL CITY ASSETS CONDITION ASSESSMENT 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: KCI Technologies, Inc. Address: 1425 W Cypress Creek Road, Suite 101 City, State, Zip: Fort Lauderdale, FL 33309 Phone/Fax: (954) 776-1616 2. Check One: Corporation (X) Partnership () Individual ( ) 3. If Corporation, state: Date of Incorporation: 1955 State in which Incorporated: Delaware 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 04/19/1989 5. Name and Title of Principal Officers Date Elected: The following pages shows KCI's list of Principal Officers 6. The length of time in business: 67 years 7. The length of time (continuous) in business as a service organization in Florida: 33 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. N/A 9. A copy of County and/or Municipal Occupational License(s) See following pages for licenses. 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 17 KCI HOLDINGS, INC./KCI TECHNOLOGIES, INC. OFFICERS AN D DIRECTORS - 2022 Term of office f or Direct ors is one-ye ar a nd are appointed or re -appoi nted a nd elected by Tr ustees at their Ann ual Stockholders Meeti ng every December. Term of office for Officers is "perpet ual" until change of status as determined by Board of Directors or whe n employment is terminated. Title Chairman of the Board/CEO President/COO Senior Vice President, CFO a nd Treasurer Ex ecutive Vice President Execu tive V ice President Senior Vice President Senior Vice President Sen ior V ice President Sen io r V ice Presiden t Sen io r Vice Presiden t Sen ior Vice Presiden t Senior V ice Presiden t/Corporate Secretary Vice Preside nt V ice President V ice President Vice President Vice President V ice President Vice Presiden t Vice President Vice Preside nt V ice President Vice President Vice President Vice President V ice Presiden t Vice President Vice Pre sident Vice President V ice Presiden t Vice President Vice President Vice Presiden t Empl oyee Name Nathan J. Beil** Christopher J. Griffith* * Christine Y. Koski G. Scott L ang Charles A. Phillips Jr** Garl and Galm Brya n Lawson Gary Mryncza Bi11 Roberts Daniel Scott Riddle ** Barry S choch Bay ne E. Smith Laurie Are nsdorf Robert Atkinso n Nicholas Barrick Stephanie Barr ows Kathy Berek Peter Bou rne Deborah Boyd Mehmet Boz Michael W. Burcham Eric Burgess Steven Cum or Shawn D av is James Deriu David J. Eberspeaker James Fitz Morris Erick Fry A dam Gardn er K yle Gass James M. Gellenthin Dawn Green Larry Grego ry Date of Current Office 12/14/2021 06/10/2021 06/07/2022 10/21/2016 12/14/2021 11/29/2021 12/15/2017 10/21/2016 12/14/2021 10/18/2019 10/31/2017 12/15/2017 05/19/2015 08/21/2018 12/15/2020 12/14/2021 I2/14/2021 08/21/2018 12/13/2016 06/19/2018 06/03/2014 06/06/2017 10/17/2016 12/14/2021 10/17/2016 05/19/2015 06/06/2017 12/12/2017 10/17/2016 11/29/2021 02/09/2015 11/29/2021 10/17/2016 B usiness Address 936 Ridgebro ok R oad, Sp arks, MD 21152 936 Ridgebr ook Road, Sparks, MD 21152 936 Ridgebrook Ro ad, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook R oad, Sparks, MD 21152 115501H-10 West, Suite 395, San Antonio, TX 78230 4041 Crescent Park Dri ve, Tampa, FL 33578 500 11t h Avenue North, S uite 290, Nashville, TN 37203 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 5001 Lo uise Drive, Suite 201, Mechanicsburg, PA 17055 2160 S atellite B oulevard, Suite 130, Duluth, GA 30097 4505 Falls of Ne use Road, Suite 400, Raleigh, NC 27609 3014 S outhcross Boul evard, Ro ck Hill , SC 29730 11830 West Market Place, Suite F, Fulton, MD 20759 936 Ridgebrook Road, Sparks, MD 21152 11900 West Parmer Lane, Suite 105, Cedar Park, TX 78613 1352 Marrows Road, Ste. 100, Newark, DE 1971 ] 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 1352 Marrows Road, S uite 100, Newark, DE 19711 3014 So uthcross Boulevard, Rock Hill SC 29730 936 Ridgebrook Road , Sparks, MD 21152 3014 S outhcross Bo ulevard, Rock Hill , SC 29730 936 Ridgebrook R oad, Sparks, MD 21152 3014 So uthcross B oulevard, R ock Hill, SC 29730 9711 S outhern Pine Bo ulevard, Suite A, Charlotte NC 28273 2160 Satellite Boulevard, Suite 130, Dul uth, GA 30097 936 Ridgebr ook Road, Sparks, MD 21152 11550 11 1-10 West, Suite 395, San Antonio, TX 78230 4505 Falls of Neuse Road, S uite 400, Raleigh, NC 27609 11550 IH-10 West, Suite 395, San Antonio, TX 78230 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 KCI HOLDIN GS, INC./ KCI TECHN OLOGIES, INC. OFFICERS AND DIRECTORS - 2022 Title Vice President Vice President Vice President Vice President Vice Presiden t Vice President Vice President Vice President Vice President Vice Presiden t Vice Preside nt V ice President Vice President V ice President Vice President V ice Presiden t Vice President Vice President Vice President Vice President Vice President Vice President Vice President Senior Associate & Assistant Secretary D irecto r Director Director Director Director State of In corporatio n: D elaware FEIN #52-1604386 Date of Incorporation: 12/15/88 R ev ised 06/07/2022 Employee Name Date of C urrent Office Business Address Heidi Hammel 12/10/2019 Wes Hulsey 6/26/2020 J oel S. Keels 10/30/2007 Dana Knight 02/06/2018 Jim Lofft 12/10/2019 Robert M acoy 10/17/2016 Susan Miller 10/17/2016 Arch N oha 08/21/2018 Ge orge Peck 11/29/2021 George Perdikakis 05/26/2009 Joseph J. Pfeiffer, Jr . 12/15/2000 Liz Phipps 10/17/2016 Randell Prescott 12/10/2019 Kerry B. Rexr oad 03/22/1996 Adam Rickey 08/21/2018 Jea nne Ruthl off 02/23/2021 Randy Sea ver 12/15/2020 James H. Shumaker 12/15/2000 Andrew Smith 02/06/2018 Scott Stockburger 10/17/2016 John Walsh 12/14/2021 Mary C. Wiedorfer 12/17/2013 K halil Zaied 02/06/2018 Bru ce Reed 02/07/2019 Holly Painter** 12/14/2021 K enneth H. Trout* * 03/02/1999 William Jews* * 12/15/2009 Barrie Beasley** I2/10/2019 Courtn ey Beam on* * 12/10/2019 936 Ridgebrook Road, Sparks , MD 21152 106 Clair Drive, Piedmo nt, SC 29673 936 Ridgebr ook Road, Sparks, MD 21152 936 Ridgebr ook Road, Sparks, MD 21152 936 Ridgebr ook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 5301 Nottingham Drive, Suite 110 , White Marsh, MD 21162 115501H-10 West, S uite 395, Sa n Anto nio, TX 78230 936 Ridgebrook Road, Sparks, MD 21152 300 2"d Street North, Suite 350, La Crosse, WI 54601 4505 Falls of Neuse Road Suite 400, Raleigh, NC 27609 4041 Cresce nt Park Drive, Tampa, FL 33578 936 Ridgebrook Road , Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Ro ad, Sparks, MD 21152 2610 Rochester Road, Cra nberry Tow nship, PA 16066 936 Ridgebrook Road, Sparks , MD 21152 936 Ridgebrook Road, Sparks, MD 21152 5021 Lakawa na Street, S uite 501 , Dallas, TX 75247 9711 S outhern Pine Boulevard, Suite A, Charlotte, NC 28273 122 C Street, NW, Suite 500, Washingto n, DC 20001 936 Ridgebro ok R oad Sparks, MD 21152 1425 W Cypress Creek Rd, Suite 101, Ft Lauderdale, FL 33309 2160 Satellite Boulevard, S uite 130, Duluth, GA 30097 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook R oad, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 ** Member of the Board of Directors 010428 Local Business Tax Receipt Miami -Dade Co unty, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7275887 BUSINE SS NAMEJIACARON M OSHIER MARK JAMES PE 5835 BLUE LAGOON DR UNIT 303 MIA MI FL 33126 O WNER MOSHIER MARK JAMES PE C/0 Ka TECHNOLOGIES INC 1 RECEIPT NO. RENEW AL 7564047 SEC. TYPE OF BUSINE85 212 PR OFESSIONAL PE32016 LBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at pla ce of business Pursu ant to C ounty Code Chapt er 8A - Art 9 & 10 PAYMENT HECENED BYTAX COLLECTOR $100 .00 07/21/2021 INT-21--349197 This Local Business Ta x Receipt only confirms payment of the Local nosiness Tax. The Receipt is nota license, p ermit. or a certification Mae holder's qualific ations, to do business . Nold ermast comply with a ny government al or nongovernmental regulatory laws and require ments which apply to the business. The RECEIPT N0. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For mere irdormation,vislt www.miamidade,guvftax roll ector 010427 Local Business Ta x Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7275885 BUSINESS N AMEILOCATION KCI TECHNOLOGIES INC 5835 BLUE LAGOON DR UNIT 303 MIAM I FL 33126 OWNER KCI TECHNOLOGIES INC Employe e(s) 9 RECEIPT NO . RENEWAL 7564045 r J�LBT 1 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of busin ess Pursu ant to County Code Chapt er 8A - Art 9 & 10 SET -TYPE OF BUSINESS 212 PAJCORP/PARTNERSHIP/FIRM CA48913 PAYMENTRECE8YEO BY TAX COLLECTOR $75.00 07/21/2021 INT-21-349197 This Local Business Tax Receipt only co nfirms payment of the Local Business Tax. The Receipt is note license, permit, oracertification of Ore ho lder's qualific ations, to do business . lfoldermust comply with any governmental or nongovernmenta l re gulatory laws and requirements which apply to the husioess . The RECEIPT N0. above must he displaye d on all commercial vehicles - Miami -Dade Code Sec Ra-276. for more intomra tion, visit www. mia rrridade. govltaxcollector 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. 19 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 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 COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name Heidi Hammel, GISP, PMP, ITIL 20 CITY OF OPA-LOCKA RFP NO. 22-0912200 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, 3. 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 Heidi Hammel, GISP, PMP, ITIL the Vice President of KCI Technologies, Inc. (Name) (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. 21 09/19/2022 Date Signature CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Heidi Hammel, GISP, PMP, ITIL being first duly sworn, deposes and says that: (1) He/She/They is/are the Officer (Owner, Partner, Officer, Representative or Agent) of KCI Technologies, Inc. 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: -1'/.Q.c. . Witness Signature Heidi Hammel, GISP, PMP, ITIL - Vice President Witness Print Name and Title 22 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. Sworn and subscribed before this 7th day of September 20 22 Notary Public, State of Florida Tobi R. Burton (Printed Name) My commission expires: March 1 1, 2024 By: Heidi L Hammel, GISP, PMP, ITIL Title: Vice President so '`"4s TOBI BURTON MY COMMISSION # GG 930804 b�: EXPIRES: March 1162024 A•:t°"' Bonded nw Nofaiy P th undeiwrMers 23 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/Contractor to perform employment duties 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. 24 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: KCI Technologies, Inc. Authorized Signature: �' ` ' •-/ Print Name: Heidi Hammel, GISP, PMP, ITIL Title: Vice President Date: 09/19/2022 25 KCI TECHNOLOGIES 1425 W Cypress Creek Road Suite 101 Fort Lauderdale, FL 33309