Loading...
HomeMy Public PortalAboutResolution No. 23-143 Issuance of RFQ for new transfer stationSponsored by: Interim City Manager RESOLUTION NO. 23-143 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL DESIGN, ENGINEERING AND CONSTRUCTION SERVICES REQUIRED FOR A NEW TRANSFER STATION AT BURLINGTON STREET WITHIN THE CITY IN AN AMOUNT NOT TO EXCEED SEVEN HUNDRED THOUSAND DOLLARS ($700,000); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") is seeking professional design, engineering and construction services for the development of a new Transfer Station at Burlington Street within the City; and WHEREAS, the selected firm is expected to design, engineer and construct a new facility for waste and recycling in a functional layout for the City; and WHEREAS, the City desires to issue a Request for Qualifications (RFQ) for qualified, licensed and experienced professions to provide the needed services and also into an agreement for the development of a Transfer Station; and WHEREAS, the City intends to select a firm that meets the best interests and required qualifications of the City as outlined in the RFQ; and WHEREAS, the term of this contract is to commence on or about December 18, 2023, and conclude on or before September 1, 2024. The anticipated start date for site preparation activities and construction of new structures is March 2024, with planning and the permit application process starting upon execution of the contract; and WHEREAS, up to Three Thousand Dollars ($3,000.00) may be spent for advertising to ensure that a broad range of qualified vendors are made aware of this solicitation, if deemed necessary. Funding of Twelve Thousand One Hundred Ninety -One Dollars ($12,191.00) is available for advertising in Non -Department Advertising (19-515491); and Resolution No. 23-143 WHEREAS, the City Commission finds it in the best interest of the City and its residents to authorize the Interim City Manager to issue a Request for Qualifications (RFQ) for the needed professional services in an amount not to exceed Seven Hundred Thousand Dollars ($700,000.00) NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section T: The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby authorizes the Interim City Manager to issue a Request For Qualifications (RFQ) for Professional Design, Engineering and Construction Services required for a new Transfer Station at Burlington Street within the City in an amount not to exceed Seven Hundred Thousand Dollars ($700,000), attached hereto as Exhibit "A" and to further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary. Section 3. 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. 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 27th day of Septe . -r, 2023. TTEST: nna Flores, City Clerk John H. Ta h for Jr., Mayor Resolution No. 23-143 APPROVED AS TO FORM AND LEG L SUFFICIENCY. n 0,41.6,0 C 6Y-cZiZ Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Bass 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 Mty Manager: Darvin Williams CM Signature: f t�) �_, Commission Meeting Date: 9.272023 Item Type: (EnterX in box) Resolution Ordinance Other `. X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading- (Enter X in box) list Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X I Funding Source: Accounttt : (Enteh Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No i X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: IN Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) • f1• • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the Interim City Manager to issue an RFP for the development of a Transfer Station. Staff Summary: The City of Opa-locka is seeking professional engineering and design services to develop a Transfer Station and render construction services. The selected individual or firm is expected to design and build a new waste and recycling transfer station offering a functional layout. Additionally, they must coordinate, manage and contract the engineering design and general contracting throughout the duration of the facility construction. The City intends to select a firm that meets the best interests and required qualifications of the City as outlined in the RFP. The term of this contract is to commence on or about December 18, 2023, and conclude on or before September 1, 2024. The anticipated start date for site preparation activities and construction of new structures is March 2024, with planning and the permit application process starting upon execution of the contract. Financial Impact - To ensure the broadest possible coverage of potential bidders, the City may advertise in various publications in addition to electronic advertising in an amount not to exceed $3,000. Funding of $12,191 is available for this in Non -Department Advertising (19-515491). Subject to the City Commission's adoption of the FY 24 Tentative Budget, $700,000 has been budgeted for the completion of this project. Proposed Action: It is recommended the City Commission approve legislation authorizing the Interim City Manager to issue an RFP for the development of a Transfer Station. Attachment: Request for Proposals (RFP)- Transfer Station Development CITY OF OPA-LOCKA The city of bright opp©rturtiti RFP NO: 2 3 -TBA REQUEST FOR PROPOSALS (RFP) TRANSFER STATION DEVELOPMENT rho city of bright opportunities CITY OF OPA-LOCKA RFP 23-TBA TRANSFER STATION DEVELOPMENT 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 proposal. 12 Price Proposal 14 Debarment, Suspension Certification. 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 2IPage The city of bright opportunities CITY OF OPA-LOCKA RFP NO: 23-TBA TRANSFER STATION DEVELOPMENT Sealed proposal for Transfer Station Development for the city of Opa-locka will be received at the City's Clerk Office, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, TBA, Any RFP Package received after the designated closing time will be returned unopened. The city will be accepting proposals by mail; however, it is your responsibility to submit your proposal by the due date. In addition, proposal may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposal 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's Clerk Office and marked RFP for Transfer Station Development. Proposers desiring information for use in preparing proposal may obtain a set of such documents by visiting the city of Opa-locka website at https://www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject 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: 23-0616200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores 3IPa`tc The citg of bright opportunities RFP 23-TBA PART I PROPOSAL GUIDELINES 1-1. INTRODUCTION: The City of Opa-locka is requesting submissions for professional engineering and design services for the development of a new Transfer Station in conjunction with construction services (i.e. "Design -Build"). 1-2. PROPOSAL SUBMISSION: 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 TBA. 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. 23- TBA —Transfer Station Development. This package shall also include the Proposer's return address. Proposers may withdraw their proposal 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, the proposal becomes 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 proposal directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposal. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. ELIGIBILITY: To be eligible to respond to this RFP, the Consultant should have performed similar work and have relevant experience. 1-4. CONE OF SILENCE: You are hereby advised that this Request for Qualifications is subject to the "Cone of Silence," in accordance with Section 2-11.1(t)(a) of the Code of Miami -Dade County. From the time of advertising until the Interim City Manager issues a recommendation, there is a prohibition on communication with the City's professional staff. The Cone of Silence does not apply to oral communications at pre -bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI or bid by the City Commission, or communications in writing at any time with the authorized City employee. A copy of all written communications must be filed with the Interim City Manager. Violation of these provisions by any bidder or proposer shall render any Request for Qualifications Transfer Station Development RFP award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. All questions regarding this RFP must be submitted in writing no less 4IPage than five (5) business days before the proposal due date. All questions and comments should be directed to jflores@opalockafl.gov. Answers to all submitted questions will be posted on the City's web site. 1-5 PUBLIC RECORDS: Florida law provides that municipal records shall always be open for inspection by any person under §119, F.S., as amended from time to time; The Public Records law. Information and materials received by the City in connection with responses shall be deemed to be public records subject to public inspection. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: JOANNA FLORES AT (305) 953-2800, jflores@opalockafl.gov, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054. 1-6 MAILING INSTRUCTIONS AND SUBMITTAL DEADLINE: Sealed proposals must be received no later than 2:00 p.m. local time on TBA. at Office of the City Clerk, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054, 4th Floor. Each sealed proposal should be clearly marked and identified as follows: CITY OF OPA-LOCKA, "TRANSFER STATION DEVELOPMENT". 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's Clerk Office and marked RFP for Transfer Station Development. The responsibility for submitting a response and its receipt on or before the stated time and date will be solely and strictly the responsibility of the proposer. The city is in no way responsible for delays caused by any delivery system or caused by any other occurrence. Proposals received after the exact time and date stipulated above shall be non -responsive. 1-7 CITY OPTIONS: The City reserves and holds at its sole discretion the right and option to award a Contract(s) for the provision of Transfer Station Development. The Interim City Manager will report to the City Commission whether or not a contract award(s) is/are recommended. The City also reserves and holds at its sole discretion the following rights and options: • To issue addenda/clarification to this RFP. • To reject or accept any and all submittals. • To issue subsequent RFP. • To enter into contract negotiations. • To wave technicalities. 1-8 AWARD OF CONTRACT: The City intends to select and make a recommendation for the award of a contract to the City Commission. The City Commission shall be the sole judge of the submittals that is/are in its best interest, and its decision is final. The terms of the contract shall be in accordance with the time requirements as set forth in this RFP. 1-9 WRITTEN NOTICE TO PROPOSERS: All proposers will be e -mailed, at the time of tentative successful proposal selection, a notification of said selection. 1-10 NON -ASSIGNMENT: The selected firm shall not assign, transfer, convey, or otherwise hypothecate any interest, rights, duties, or obligations it will have under the contract to be awarded, without the prior written consent of the City. The City may, at its option, terminate the Agreement immediately upon notice of such action by the contractor. 1-11 INDEMNIFICATION AND HOLD HARMLESS: The selected firm shall indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising out of or resulting from the proposer's performance of the contract. The selected firm shall also 5Paze indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising from action of selected firm's employees on City's property or in the course of carrying out any business related to the contract. 1-12 DEFAULT: Failure of the proposer to comply with any covenant of the contract to be awarded shall constitute a default, and the City may at its option terminate the contract thirty days after receipt by the proposer of written notice, unless said default is cured within such period. 1-18. 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. 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. 1-19. SELECTION PROCESS: The proposal 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 and holds at its sole discretion the right and option to award a Contract(s) for the provision of Transfer Station Development. 1-21. 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 maybe 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 days written notice of cancellation. 1-22. 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. 1-23. PUBLIC ENTITY CRIME: 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 more than 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 61Pagc 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". 1-24. CODE OF ETHICS: If any Proposer violates or is a party to a violation of the code of ethics of the CITY 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 proposal for work, goods or services for the city. 1-18. PROTESTS: Protests of the plans, specifications, and other requirements of the Request for Qualifications 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 determines 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. 7IPagc Calendar Events EVENT DATE/LOCATION Release Date TBA Pre -Bid Meeting N/A Written Questions Due TBA @ 5:00pm Email questions to With Subject jbergel@opalockafl.gov line "RFP No: Bid Questions" Response to Questions TBA @ 5:00pm Due Date/Bid Opening TBA @ 2:00 pm at: OPA-LOCKA City Clerk Office 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 OR Electronic Bid on www.Demandstar.com 1st Evaluation Committee Meeting (Open to the Public). TBA (Only if necessary) Shortlist Presentations TBA Award Letter Recommendation TBA Post Award TBA PART II 8IP NATURE OF SERVICE REQUIRED PURPOSE The City of Opa-locka is requesting submissions for professional engineering and design services for the development of a new Transfer Station (the "Facility"), in conjunction with construction services (i.e. "Design -Build"). The objective is to design and build a new waste and recycling transfer station offering a functional layout that accommodates a weigh scale with scale house and/or administration building, construction and garbage disposal bins, and recycling drop-off areas on the 0.52 -acre property. The successful proponent will coordinate, manage, and contract —through partnerships or otherwise —both engineering design and general contracting and/or construction services to complete the construction of the Facility. Please refer to Section 1 - Project Details for further details. TERMS The term of this contract is to commence on or about December 18, 2023, and conclude on or before September 1, 2024 (for clarity, construction must be completed on or before August 15, 2024, such that services at the new site can be fully operational on or before September 1, 2024. The anticipated start date for site preparation activities and construction of new structures is March 2024, with planning and the permit application process starting upon execution of the contract. PROJECT DETAILS The City of Opa-locka is requesting submissions for professional Design -Build services for the detailed design and construction of a new Pemberton Transfer Station at Burlington Street, Opa-locka, FL (the "Facility"). A map is shown below. The objective is to obtain Design -Build services, to facilitate the design and construction of a new waste and recycling Facility in Opa-locka, FL, incorporating a functional layout that accommodates a weigh scale and scale house or administration building, construction and garbage disposal bins, and recycling drop-off areas on a 0.52 -acre property. The Facility is to be technologically modern, highly functional, and able to accommodate the disposal needs of the City of Opa-locka. Design factors should incorporate practical maintenance and operations applications and cost-effectiveness. There may be several layout options for the Facility, and the City is looking to develop the most effective site layout and design. An example of a conceptual design for the Facility (as developed by the City Staff and which is not comprehensive of the requirements specific to this site) is provided for reference only and is attached as Schedule "C" of this RFP. 9IParc MAP AND UTILITIES LAYOUT Transfer Station Codadad St. / Burlington St Legend Sewer Gravity Main Water Main - Distribution Water Main - Transmission ••••• Existing Fence 0 roe Fire Hydrant Water Service Line Valve Sewer Manhole 10IPage SCHEDULE "A" - SCOPE OF WORK Preparation of detailed design and implementation of construction services for a solid waste and recycling transfer station, in accordance with the Scope of Work attached as Schedule "B" with an emphasis on the milestone dates noted therein. Summary of milestone dates is set out below (Table 1- Milestone Dates): Table 1- Milestone Dates Contract Award - 2023 by December 18, { .' � a n t ° 'kQ 9 � r i- ,�� �� art' u 7e u� `s„ ;:s lgn Lll��l��x �" '9 -.�' f .0 g 'kht F..ti ;. ��y, :� A, "fit �• ,� r���!�'-: tg -�: Mileston e Date Civil/Geotechnical Engineer and Architectural Detailed Design By January 29, 2024 Construction Drawings By February 19, 2024 Permitting (submission) By February 24, 2024 Contract Administration Ongoing Through Construction Phase a s�. r s r 3 t - //+'� a s, r r�„a f `�F s+ Pt x 'y�ti l..o .4� nT. b""'i ,'k.., 4 •.. .. .. - ! �,.wm az"v .3� ';iiic£e5i ee vt `'F'w 3"S''a 1 .ro x tyy"s *tt i�. 1 iE. Mileston e Date Site Preparation Completed by March 19, 2024 Servicing and Service Connections Completed by April 2, 2024 Facility Construction Completed by August 15, 2024 Closeout Completed by September 1, 2024 A. TERMS OF PAYMENT The Proponent must specify in the Proposal the terms of payment required for the duration of the project (if more frequent than a monthly invoicing cycle.) B. COSTS The Proponent will provide a fixed price for all work necessary to complete the Scope of Work as set out in Schedule "B", as well as an hourly rate for any extras in the event of changes in the Scope of Work (for clarity, please note any changes to the Scope of Work must be authorized in advance and in writing by the City). C. CONCEPTUAL DRAWINGS The proponent will provide conceptual drawings as part of its proposal, updated from those provided as part of the Scope of Work attached as Schedule "B". Final location of the all works is at the discretion of the City, subject to limitations around the site servicing requirements. D. SERVICES AGREEMENT The City and the successful Proponent will enter into a services agreement based on the Design -Build Stipulated Price Contract with Supplementary Conditions as required, together which will be provided to the successful Proponent / Contractor once the project contract has been awarded. For clarity, proposed Supplementary Conditions are provided with this 111Pagc RFP as Schedule "F". SCHEDULE "B" - SCOPE OF WORK The Contractor will provide the engineering, detailed design and construction drawings, and construction contracting services for the entire project, including but not limited to: • All Site preparation. • All connections to municipal services. • Supply and installation of asphalt. • Supply and installation of stormwater management system. • Supply and installation of scale house or administration building. • Supply and installation of weigh scale. • Supply and installation of up to six (6) storage structures (in which recycling / waste bins will be located - such bins are not part of the scope of work). • Supply and installation of landscaping. • Supply and installation of lighting and fencing improvements. • Supply and installation of parking, traffic, and access improvements. • (Collectively, the "Work"). In general terms, the Contractor will provide the following services to complete the Work: Schematic Design. Design Development. Construction Drawings, Permitting and Contract Administration - To be completed by February 24. 2024 • Meet with City staff and review the City's project requirements which will be used to guide the functional and spatial design elements. • Survey site to establish the existing physical parameters and systems related to the proposed scope of work. Confirm critical dimensions relevant to the scope of work. • Visit the site to establish existing geotechnical and civil parameters, including any required site investigations. • Geotechnical and Civil Engineering Investigation and Design - To be completed by January 29, 2024. • Prepare the design in accordance with all applicable regulations, codes and standards. • Review code requirements with City staff and with staff from the authority having jurisdiction for the associated permits, being Miami Dade County. • Explore and incorporate environmentally sustainable building products and efficient mechanical, electrical, and building systems into the design, if it is determined to be cost effective for its intended purpose. • Prepare detailed design and construction drawings. • Prepare and assemble building permit application for submission by the City on or before February 24, 2024, plus payment of all costs involved and fulfillment of all permit approval requirements and pass all required inspections (the City will reimburse the Design -Builder for all permit application fees with no mark-up or add-on prices). 121 Pa.u-c Note: It is the City's intention to submit a building permit application by February 24. 2024 Construction Services - To be Completed by August 15.2024 • The Contractor is responsible for all labour supervision, materials, tools and equipment required for the design and execution of the Work. • The Contractor is responsible for site security and protection of the public and for installing of fencing and/or barricades as required for the duration of construction until final acceptance of the work by the City. The Contractor will not expose the public under any circumstances to incomplete work or open trenches or excavation. • Final acceptance of the Work will be by the City when all deficiencies are completed; • All works and materials are to be installed as per specifications and standards as described herein and otherwise to industry standards and best practices. • Site Access: Access for the Work is from Burlington Street. • The Contractor is responsible for all shipping/transportation costs, disposal costs, and tipping fees. • Accurate surveying and layout and all costs of the forms survey required as part of the building permit process. 13IPagC SCHEDULE "D" - COSTS Proponents complete this form and submit it with other proposal documents. All prices are to exclude taxes, which will be included upon invoicing as applicable. 1. Fixed price to complete the design activities (as listed in Schedule "B") a. Schematic Design and Design Development: b. Construction Drawings: c. Permitting Application Preparation: d. Permitting fees e. Contract Administration: $ $ $ $ $ f. General Administration (e.g., Bonding 8z Insurance): $ Subtotal: 2. Fixed price to complete the construction services for the Scope of Work (as listed in Schedule "B") a. Site preparation (including stormwater management): b. Municipal service connections: c. Placement of asphalt and surfacing: d. Construction of scale house/administration building e. Supply and installation of weigh scale: f. Construction of up to six (6) storage structures: g. Landscaping: h. Supply and installation of lighting and fencing: i. Parking, traffic, and access improvements: i. Subtotal: TOTAL FIXED PRICE (Sum of subtotals 1(f) + 2(j)): 3. The hourly rates for extra work not included in this Schedule that may be required including labour, machine costs, and disbursements at a per hour or per diem rate: a. Professional design services Sr.: $/hr. b. Professional design services Jr.: $/hr. c. Hand Labour: $/hr. d. Machine Labour: $/hr. e. Other: $/hr. 4. Terms of Payment (if more frequent than monthly): Fixed price includes the provision of all tools, materials, equipment, labor, transportation, fuel, supervision, management, overhead, traffic control, services, packing and crating (where applicable), import and export duties, freight, handling, transportation, insurance, all other associated or related charges, provincial and municipal taxes, bonding costs (where applicable), licenses, approvals, permit 15 application preparation, inspections and all other requirements necessary for the commencement, performance, and completion of the Services. SUPPLEMENTARY CONDITIONS All information, documents, and materials, including (without limitation) all designs, Drawings, plans, sketches, graphic representations, original models or renderings, and Specifications, prepared by the Design -Builder or the Consultant, Other Consultants or any of their officers, employees or agents in the performance of, or incidental to the performance of, the Contract, and all intellectual property rights therein (including, without limitation, all copyright, patent, trade mark rights), shall be the exclusive property of the City and shall be delivered without cost to the City upon request. CONTROL OF THE DESIGN SERVICES AND THE WORK The Design -Builder shall be responsible for any Design Services and Work not explicitly set out in the Contract, but which may be reasonably implied for proper completion of the Design Services and the Work. OTHER CONSULTANTS, SUBCONTRACTORS AND SUPPLIERS The Design -Builder will not change such Other Consultants, Subcontractors and Suppliers identified in writing without prior written approval of the City, which approval will not be unreasonably withheld. Consultants or Subcontractors employed and/or in partnership with or by the Design -Builder will not be allowed to bill additional fees for the project or be utilized as a subcontractor, consultant, or supplier. CONSTRUCTION DOCUMENTS The Design -Builder shall submit the following close-out documents to the City in the time specified unless otherwise provided in writing by the City. 1. Operations and maintenance manuals in draft form, for review and feedback by the City, to be provided no later than thirty (30) calendar days after the date of Substantial Performance of the Work; operations and maintenance manuals in final form and as - built drawings to be provided fourteen (14) calendar days from receipt of the City's feedback. SUPERVISION The appointed representative and any additional personnel representing the Design -Builder, and their roles and responsibilities for the Work shall not be changed except for valid reason and with notification to the City. DOCUMENTS AT THE SITE Design -Builder shall maintain and annotate a separate set of `as -built' drawings dedicated to the purpose of recording all documented changes to the Work. Such set shall be kept at the Place of the Work and are to be made available for review by the Consultant and the City. CONTROL OF THE DESIGN SERVICES AND THE WORK The Design -Builder is responsible at its expense for all additional security and the safety of the Work; this includes installation of a security fence around the perimeter of the construction zone, coordination of 16 additional security and any costs associated with damage, vandalism, or theft in the construction zone. Additional on -site security services must be communicated to and approved in writing by the City" CONSTRUCTION SAFETY The Design -Builder acknowledges and is aware of the Design -Builder's responsibilities under the Occupational Health and Safety Regulation having jurisdiction in the Place of Work. The Design - Builder will assume the responsibilities of prime contractor for the site until Project Completion." PERFORMANCE SECURITY BOND The Design -Builder shall provide and maintain performance security covering the faithful performance of the Contract including the corrections after completion and payment of all obligations arising under the Contract in the form of: .1 a performance bond of a company registered to conduct the business of a surety in the State of Florida, in the amount of one hundred percent (100%) of the Contract Price; and .2 a labour and materials payment bond of a company registered to conduct the business of a surety in the State of Florida, in the amount of one hundred percent (100%) of the Contract Price. 11.2.2 The performance bond and the labour and materials payment bond shall be written on a standard bond form, or on a form satisfactory to the City. 11.2.3 The Design -Builder shall provide the City with the required performance security before commencement of the Design Services or the Work." 17 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 ih "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. 18 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. 19 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. Categories Points Category 1. Experience in public and private sector, ability to meet the defined scope of work (minimum of 5 years of experience). 30 Category 2. Qualifications of the Project Team. 30 Category 3. Project approach, methodology and satisfactory schedule for completion. 20 Category 4. References: three (3) required 10 Category 5. Cost of proposal 10 TOTAL 100 20 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. 21 PROPOSER QUALIFICATIONS 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 ensure 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. 22 PRICE PROPOSAL FORM PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence, and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2023. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 23 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. 24 AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 25 CITY OF OPA-LOCKA 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 26 (5) 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; 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 27 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: 28 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. 29 I Page 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: 30 I Page