Loading...
HomeMy Public PortalAbout11-8194 RFP for Design Build of Roadway Improvements for 143rd Street Sponsored by: City Manager Resolution No. 11-8194 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ADVERTISE AND ISSUE A REQUEST FOR PROPOSALS FROM QUALIFIED FIRMS FOR THE DESIGN- BUILD OF ROADWAY IMPROVEMENTS TO NW 143RD STREET; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka desires to issue a Request for Proposals (RFP), to solicit competitive proposals from qualified firms to design and build approximately .25 mile of roadway along NW 143rd Street between NW 22 Avenue and NW 24 Avenue; and WHEREAS, the Florida Department of Environmental Protection has awarded the City of Opa-locka grant in the amount of$247,000; and WHEREAS, the City has available an additional $120,830 from PTP revenues for the proposed improvements; and WHEREAS, the City of Opa-locka will not experience any adverse financial impact due to this expenditure. 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. The City Commission of the City of Opa-locka hereby authorizes the City Manager to issue a Request for Proposals to solicit competitive proposals from qualified firms for the design/build of roadway improvements to NW 143`d Street. Section 3. This resolution shall take effect immediately upon adoption. Resolution No. 11-8194 PASSED AND ADOPTED THIS 23rd DAY OF February, 2011. V MY' /TAYLOR MAYOR A es S. by City Clerk Approved as to fo m and legal sufficient : b 1 ' / ,WOO./... • if Jose' - l-r Cit ttorn: Moved by: VICE MAYOR JOHNSO Seconded by: COMMISSIONER TYD Commission Vote: 3-1 Commissioner Holmes: NO Commissioner Miller: NOT PRESENT Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES ,,OQP-LOCKO. 0 �O\ S Q'. Ut Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Gail E.Miller mmissioner Rose Tydus FROM: 41-1/4egarance an, rty Mana er DATE: February 14,2011 RE: N.W. 143 Street Roadway Improvements Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ADVERTISE AND ISSUE A REQUEST FOR PROPOSAL FOR QUALIFIED FIRMS FOR THE DESIGN-BUILT OF THE ROADWAY IMPROVEMENTS OF NW 143 RD STREET. Description: The City of Opa-Locka will issue a Request for Proposal (RFP) to solicit competitive proposals from qualified firm to Design and Build approximately .25 mile of roadway along 143`d Street. Financial Impact: This roadway is a part of the City of Opa-locka capital projects targeted for FY 2011. The Florida Department of Environmental Protection awarded a reimbursable grant in the amount of $ 247,500. The City has committed an additional $ 120,830 from the PTP revenues to the proposed improvements. Consequently this expenditure is expected to have no adverse financial impact. Implementation Timeline: The project will be advertised by February 27, 2011 Submittals will be received by March 21, 2011 The projected completion is scheduled for the end of September 2011 Legislative History: None Recommendation(s): Staff recommends approval. Analysis: This improvement project will address important transportation needs for this local road. A new drainage system and roadway repairs will increase safety for vehicular traffic provide better residents access while beautifying the neighborhood as a whole. Attachments: Draft-Advertisement Notice and RFP PREPARED BY: Fernand Thony,P.E. END OF MEMORANDUM 40,-LOCk4\ �' O, l Gw / 00 4nOH?Sf 4y CITY OF OPA LOCKA Advertisement for Request for Proposals RFP NO. 11-02XXX NW 143 Street ROADWAY IMPROVEMENTS Proposals for the N.W. 143 rd STREET ROADWAY IMPROVEMENTS will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054, until 2:00 PM. Monday, March xxxx 2011. Any proposals received after the designated closing time will be returned unopened. The purpose of this Request for Proposal is to engage a qualified professional design/build firm to design and construct improvements for an approved section of NW 143rd Street between NW 22 avenue and NW 24 avenue. An original and five (5) copies of the proposal shall be submitted in sealed envelopes/ packages addressed to Deborah S. Irby, City Clerk, City of Opa-locka, Florida, and Marked' "RFP NO. 11-02XXX — NW 143rd STREET ROADWAY IMPROVEMENTS". Proposers desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054, Telephone (305) 953-2800 or copies of the RFP requirements may also be obtained by visiting the City's website at www.opalockafl.gov, (click "RFP/BIDS"located on the right hand side of the screen and fallow the instructions). . 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 the contract to that proposer whose proposal best complies with the RFP requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Deborah S. Irby City Clerk City of Opa-locka—Request for Proposal CITY OF OPA-LOCKA LOW BID DESIGNBUILD REQUEST FOR PROPOSAL For NW 143 STREET DRAINAGE IMPROVEMENTS City of Opa-locka—Request for Proposal I. INTRODUCTION The City is requesting proposals for the Design and Construction of NW 143 RD Street Roadway Improvements. This Design/Build project includes the installation of a new drainage system, rehabilitation of the roadway and the repair and renovations of existing sidewalks. BACKGROUND NW 143 Street is City road which primarily serves as access to area residents and of number local businesses located along its limits. In addition , the thoroughfare is significant in terms of providing connectivity to an elementary school, a neighborhood park and NW 22 avenue a major transit corridor .To help address the existing ponding/flooding problem and the poor condition of portion of the street, the City is looking to repair the roadway while installing a functional drainage system. Additional sidewalks required for pedestrian traffic to Segal Park and other adjacent streets should be included in the improvements. Improvements shall also address compliance with ADA and overall traffic safety using by marking, signage and traffic controls as necessary. SCOPE OF WORK The Design/Build Team shall be responsible for preparing all necessary construction plans and specifications, obtaining all required permits, and constructing the NW 143 Street Improvements as stated above. Additional Specific requirements of the project are as follows: A. Design shall conform to current Miami Dade County Public Works Manual,Florida DOT, AASHTO and City of Opa-locka standards. B. Design shall be contained between the existing right-of-way C. Design shall utilize existing pavement, and sidewalks to the greatest extent possible. New drainage system trenching and installation shall minimize impacts to existing infrastructure within project limits. D. The desired flood Protection Level (FPLOS) for the project shall 10 year-24 Hr crown of the road. E. New Sidewalks within the project limits were applicable shall be raised above the 25 year flood criteria. Sidewalks and ramps must be in compliance with ADA standards. F. Design should maintain a 1' shoulder off the back side of the sidewalk to property lines where possible. G Provide 2-4"pvc sleeve conduits under pavement to permit future extension of power at locations to be specified by City Forces H. Base shall be a minimum of 8 "Limerock with LBR 100. Lifts shall not exceed 4"during work. I. Asphalt shall be minimum of 1-1/2" structural course S-1 and 1"friction course FC-3 J. All striping must be thermoplastic. K. Signs and traffic controls shall be per the Manual on Uniform Traffic Control Devices and Miami Dade County standards L. Swale areas shall be seeded upon completion of work M. All other disturbed areas (i.e. driveway,or sidewalks,fence,gates) shall be fully restored. Grass species shall match existing species. Page 4 of 23 City of Opa-locka—Request for Proposal N. Design/Build Teams shall be responsible to secure any environmental permits from DERM and other agencies, O. Design/Build Team will be responsible for all required testing including,but not limited to,NPDES water quality monitoring, geotechnical, and material testing. P. During construction,NW 143 Street may be closed between NW 22 Ave and NW 24 Avenue as needed and pre-approved by City staff. Contractor shall be responsible to provide adequate maintenance of traffic and re-route traffic during closure. Closure can only take place during active work period. In addition,because of the school proximity, during school traffic hours, flag men shall be provided to ensure safety of the general public. Q. The City's Noise ordinance restricts working hours to 8AM to 5PM Monday thru Friday. A. Design/Build Responsibility The Design/Build Firm shall be responsible for survey, geotechnical investigation, design, acquisition of all permits required by the City, maintenance of traffic, demolition, and construction on or before the date indicated in their proposal. The Design/Build Firm will coordinate all utility relocations. This RFP and its Design and Construction Criteria sets forth requirements regarding survey, design, construction, and maintenance of traffic during construction, requirements relative to project management, scheduling,and coordination with other agencies,utilities and environmental permitting agencies, and the public. The Design/Build Firm shall demonstrate good project management practices while working on this project. These include communication with the City and others as necessary, management of time and resources, and documentation. B. City's Responsibility The City will provide contract administration, management services, construction engineering inspection services and quality acceptance reviews of all work associated with the development and preparation of the contract plans and construction of the improvements. The City will provide job specific information and/or functions as outlined in this document. II. Schedule of Events Below is the current schedule of the remaining events that will take place in the selection process. The City reserves the right to make changes or alterations to the schedule as the City determines is in the best interests of the public. Proposers will be notified sufficiently in advance of any changes or alterations in the schedule. Unless otherwise notified in writing by the City, the dates indicated below for submission of items or for other actions on the part of a Proposer shall constitute absolute deadlines for those activities and failure to fully comply by the time stated shall cause a Proposer to be disqualified. Date Event March 2,2011 12:00 Noon deadline for submission of written questions prior to the pre-proposal meeting March 3,2011 Pre-bid meeting at 10:00 a.m. local time at City Administrative Complex LeJeune Road,Opa-locka,FL 33054 March 21,2011 Technical Proposals and Price Proposals due in City Clerk's Office (780 Fisherman Street 4th Floor)b y 10:00 a.m. local time Page 5 of 23 City of Opa-locka—Request for Proposal March 21,2011 Public announcing of Price Proposals at 2:00 p.m. local time at City Clerk's Office 780 Fisherman Street 4th Floor. March 25,2011 Posting of the City's intended decision to Award(will remain posted for 24 hours) April 13,2011 Anticipated Award Date April 2011 Anticipated Contract Execution Date: III. Threshold Requirements. A. Qualifications Proposers are required to be Florida License Contractor(s)and Registered Professional Engineer(s)certified with in all work types required for the project. The technical qualification requirements with Miami Dade County are also required. B. Joint Venture Firm If the Proposer is a joint venture, the individual empowered by a properly executed Declaration of Joint Venture and Power of Attorney Form shall execute the proposal. The proposal shall clearly identify who will be responsible for the engineering,quality control, and geotechnical and construction portions of the Work. C. Price Proposal Guarantee A bid guaranty in an amount of not less than five percent of the total bid amount shall accompany each Proposal's Price Proposal. The guaranty may, at the discretion of the Proposer, be in the form of a cashier's check, bank money order, bank draft of any national or state bank, certified check, or surety bond, payable to the Department. The surety on any bid bond shall be a company recognized to execute bid bonds for contracts of the State of Florida. The guaranty shall stand for the Proposal's obligation to timely and properly execute the contract and supply all other submittals due therewith. The amount of the guaranty shall be a liquidated sum, which shall be due in full in the event of default, regardless of the actual damages suffered. The bid guaranty of all Proposers' shall be released at such time as the successful Proposer has complied with the condition stated herein,but not prior to that time. D. Pre-Proposal Meeting Attendance at the pre-proposal meeting is mandatory and any short listed Proposer who fails to attend will be deemed non-responsive and automatically disqualified from further consideration. All questions of Proposers to be discussed at the pre-proposal meeting must be submitted in writing by the deadline stated in the Schedule of Events. E. Question and Answer Session N/A F. Protest Rights Any person who is adversely affected by the specifications contained in this Request for Proposal must file a notice of intent to protest in writing within seventy-two hours of the receipt of this Request for Proposals. The formal written protest shall be filed within ten days after the date of the notice of protest if filed. The person filing the Protest must send the notice of intent and the formal written protest to: City Clerk Office 780 Fishermen,4th Floor Opa-locka,FL 33054 Page 6 of 23 City of Opa-locka—Request for Proposal The formal written protest must state with particularity the facts and law upon which the protest is based and be legible on 8 1/2 x 11-inch white paper.and contain the following: 1 Name, address,telephone number and Department identifying number on the Notice, if known,and name,address and telephone number of a representative,if any; and 2 An explanation of how substantial interest will be affected by the action described in the Request for Proposals; and 3 A statement of when and how the request for Proposals was received;and 4 A statement of all disputed issues of material fact. If there are none,this must be indicated; and 5 A concise statement of the ultimate facts alleged,as well as,the rules and statutes which entitle the Proposer to relief;and 6 A demand for relief;and 7 Conform to all other requirements set out in Florida Statutes G. Non-Responsive Proposals Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be in nonconformance with the requirements and instructions herein contained. A proposal may be found to be non- responsive by reasons, including, but not limited to, failure to utilize or complete prescribed forms, conditional proposals, incomplete proposals, indefinite or ambiguous proposals, failure to meet deadlines and improper and/or undated signatures. Other conditions which may cause rejection of proposals include evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, submission of more than one proposal for the same work from an individual, firm,joint venture, or corporation under the same or a different name (also included for Design/Build projects are those proposals wherein the same Engineer is identified in more than one proposal),failure to perform or meet financial obligations on previous contracts. Proposals will also be rejected if not delivered or received on or before the date and time specified as the due date for submission. H. Waiver of Irregularities The City may waive minor informalities or irregularities in proposals received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other Proposers. Minor irregularities are defined as those that will not have an adverse effect on the City's interest and will not affect the price of the Proposals by giving a Proposer an advantage or benefit not enjoyed by other Proposers. 1 Any design submittals that are part of a proposal shall be deemed preliminary only. 2 Preliminary design submittals may vary from the requirements of the Design and Construction Criteria. The City, at their discretion, may elect to consider those variations in awarding points to the proposal rather than rejecting the entire proposal. 3 Design and Construction Criteria. 4 The Proposer who is selected for the project will be required to fully comply with the Design and Construction Criteria for the price bid,regardless that the proposal may have been based on a variation from the Design and Construction Criteria. 5 Proposers shall identify separately all innovative aspects as such in the Technical Proposal. An innovative aspect does not include revisions to specifications or established City policies. Innovation should be limited to Design/Build Firm's Page 7 of 23 City of Opa-locka—Request for Proposal means and methods, roadway alignments, approach to project,use of new products, new uses for established products, etc. 6 The Proposer shall obtain any necessary permits or permit modifications not already provided. 7 Those changes to the Design Concept may be considered together with innovative construction techniques,as well as other areas,as the basis for grading the Technical Proposals in the area of innovative measures. I. Modification or Withdrawal of Proposal Proposers may modify or withdraw previously submitted proposals at any time prior to the proposal due date. Requests for modification or withdrawal of a submitted proposal shall be in writing and shall be signed in the same manner as the proposal. Upon receipt and acceptance of such a request, the entire proposal will be returned to the Proposer and not considered unless resubmitted by the due date and time. Proposers may also send a change in sealed envelope to be opened at the same time as the proposal provided the change is submitted prior to the proposal due date. J. City's Responsibilities This Request for Proposal does not commit the City to make studies or designs for the preparation of any proposal, nor to procure or contract for any articles or services. Proposers shall examine the Contract Documents and the site of the proposed work carefully before submitting a proposal for the work contemplated and shall investigate the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished and as to the requirements of all Contract Documents. Written notification of differing site conditions discovered during the design or construction phase of the project will be given to the City's Project Manager. The City does not guarantee the details pertaining to borings, as shown on any documents supplied by the City, to be more than a general indication of the materials likely to be found adjacent to holes bored at the site of the work, approximately at the locations indicated. Proposers shall examine boring data, where available, and make their own interpretation of the subsoil investigations and other preliminary data, and shall base his bid on his own opinion of the conditions likely to be encountered. The submission of a proposal is prima facie evidence that the Proposer has made an examination as described in this provision. K. Design/Build Contract The City will enter into a Lump Sum contract with the successful Design/Build Firm. In accordance with Section V, the Design/Build Firm will provide a schedule of values to the City for their approval. The total of the Schedule of Values will be the lump sum contract amount. The terms and conditions of this contract are fixed price and fixed time. The Design Build Firm's submitted bid (time and cost) is to be a lump sum bid for completing the scope of work detailed in the Request for Proposal. IV. Project Requirements And Provisions For Work. A Governing Regulations The services performed by the Design/Build Firm shall be in compliance with all applicable requirements of this RFP, applicable guidelines and standards from FDOT, FHWA, AASHTO, Miami Dade County and the City of Opa-locka. Page 8 of 23 City of Opa-locka—Request for Proposal B. Innovative Aspects All innovative aspects shall be identified separately as such in the Technical Proposal. An innovative aspect does not include revisions to specifications, standards or established City policies. Innovation should be limited to Design/Build Firm's means and methods, roadway alignments, approach to project,etc. C.Environmental Permits 1.Storm Water and Surface Water: Plans shall be prepared in accordance with Chapter 62-25, Regulation of Storm water Discharge, and Florida Administrative Code. The Design/Build Firm will be required to pay all permit fees. Any fines levied by permitting agencies shall be the responsibility of the Design/Build Firm. However, notwithstanding anything above to the contrary, upon the Design/Build Firm's preliminary request for extension of Contract Time, the City reserves the authority to make a determination to grant a non- compensable time extension for any impacts beyond the reasonable control of the Design/Build Firm in securing permits. Furthermore, as to any such impact, no modification provision will be considered by the City unless the Design/Build Firm clearly establishes that it has continuously from the beginning of the project aggressively, efficiently and effectively pursued the securing of the permits including the utilization of any and all reasonably available means and methods to overcome all impacts. There shall be no right of any kind on behalf of the Design/Build Firm to challenge or otherwise seek review or appeal in any forum of any determination made by the City. D. Survey The Design/Build firm shall assure all surveying and services necessary to complete the project. Survey services must also comply with all pertinent Florida Statutes and applicable rules in the Florida Administrative Code. E Verification of Existing Conditions The Design/Build Firm shall be responsible for verification of existing conditions,including research of all existing records and other information. By execution of the contract, the Design/Build Firm specifically acknowledges and agrees that the Design/Build Firm is contracting and being compensated for performing adequate investigations of existing site conditions sufficient to support the design developed by the Design/Build Firm and that any information is being provided merely to assist the Design/Build Firm in completing adequate site investigations. Notwithstanding any other provision in the contract documents to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary information. F. Submittals Plans: Plans must meet the minimum contents of a particular phase submittal prior to submission for review.The particular phase of each submittal shall be clearly indicated on the cover sheet. Component submittals must be accompanied by sufficient information for adjoining components or areas of work to allow for proper evaluation. Page 9 of 23 City of Opa-locka—Request for Proposal The Design/Build Firm shall provide copies of required review documents as listed below.90% Component Plans 2 sets of 11"X 17"roadway plans including sidewalks and ADA ramps 2 sets of documentation—roadway/drainage 2 set of documentation—structures as applicable 4 copy of Technical Special Provisions Final Component Plans 3 sets of 11"X 17"roadway plans including sidewalks and ADA ramps 3 original list of Schedule of Values 3 copies of Schedule of Values 5 sets of final documentation 1 signed and sealed copy of Specifications Package 2 sets of electronic copies of Technical Special Provisions on CD Construction Set 5 sets of 11"X 17"copies of the signed and sealed plans for the City to stamp"Released for construction" Record Set: The Design/Build Firm shall furnish to the City,upon project completion,the following: • I set of 11" X 17" signed and sealed plans • 2 sets of 11 "X 17" copies of the signed and sealed plans • 2 sets of final documentation (if different from final component submittal) • 2 sets of final CADD files on CD The Design/Build Firm's Professional Engineer in responsible charge of the project's design shall professionally endorse (signed and sealed and certified) the record prints, the special provisions and all reference and support documents. . The record set shall reflect all changes initiated by the Design/Build Firm or changes that the Design/Build Firm was compensated for. As-built plans must be completed and submitted to City prior to final acceptance of the project in order to complete the record set. G. Contract Duration The Design/Build Firm shall establish the contract duration for the subject project. In no event shall the contract duration exceed 180 calendar days. The schedule supporting the proposed contract duration will be submitted with the Technical Proposal. The Proposed Contract Time (PCT) reflected in the schedule may be amended in the bid proposal. The official PCT will be the one submitted with the Bid Price Proposal. H. Project Schedule The Design/Build Firm shall submit a project schedule to establish contract duration as part of the Proposal. The proposed schedule should allow 10 working days for the City during review of design submittals. The minimum number of activities shall be those listed in the payout schedule and those listed below: Page 10 of 23 City of Opa-locka—Request for Proposal • Anticipated Award Date • Design Submittals • Design Survey • Design Reviews by the City • Design Review/Acceptance Milestones • Start of Construction • Construction Mobilization • Clearing and Grubbing • Demolition/Excavation • Environmental Permit Acquisition •Drainage Design •Drainage system construction • Sidewalk Design • Sidewalk Construction •Pavement Repairs/re-construction • Signing and Pavement Marking Design • Signing and Pavement Marking Construction • Maintenance of Traffic Design • Maintenance of Traffic Set-Up(per duration) • Erosion Control • Additional Construction Milestones as determined by the Design/Build Firm • Final Completion Date for All Work The Design Building Firm's schedule should allow for a ten (10) working day review time for the City's review of the 90% design submittal .The review period commences upon the City receipt of the valid submittal or re-submittal and terminates upon the transmittal of the submittal back to the Design/Build Firm. The City's review is not meant to be a complete and detailed review. Final signed and sealed plans will be delivered to the City's Project Manager a minimum of 5 working days prior to construction of that component. The City's Project Manager will send a copy of a final signed and sealed plans to the appropriate office for review and stamping "Released for Construction". Only stamped signed and sealed plans are valid and all work that the Design/Build Firm performs in advance of the City's release of Plans will be at the Design/Build Firm's risk. I. Key Personnel/Staffing The Design/Build Firm's work shall be performed and directed by key personnel identified in the technical proposal by the Design/Build Firm. Any changes in the indicated personnel shall be subject to review and approval by the City's Project Manager. J.Schedule of Values The total of the Schedule of Values will be the lump sum contract amount. This contract may be awarded in whole or in part. The City may award a single section of work or multiple sections of work in any combination. The Schedule of Values/Bid Price Proposal Form must reflect amounts at which the Design-Build Firm will complete the work on each section as a stand-alone unit. The Schedule of Values will be the basis for determining monthly, or as needed, contract payments. The percentage shall be the portion of the work completed as compared to the total work contracted as determined by City's Project Manager.The Design-Build Fiitit shall assign the schedule of values to the activities in the Critical Path Method (CPM) schedule. The assignment of values to scheduled activities must be approved by the City, prior to the first monthly, or as needed,progress payment. Page 11 of 23 City of Opa-locka—Request for Proposal The Design/Build Firm will be responsible for invoicing the City based on current invoicing policy and procedure. Invoicing will be based on the completion or percentage of completion of major, well-defined tasks as defined in the schedule of values. Final payment will be made upon final acceptance by the City of the Design/Build project. The Design/Build Firm must submit the schedule of values to the City for approval. No invoices shall be submitted prior to City approval of the schedule of values. Upon receipt of the invoice, the City's Project Manager will make judgment on whether or not work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. VL Design and Construction Criteria A. General The Design/Build Firm shall be responsible to comply to the project scope as identified in the RFP and with additional guidelines detailed in the Design and Construction criteria Section VI. Before construction activities can begin for a specific component, signed and sealed design plans and calculations supporting the design for that component must be reviewed by the City. Component submittals shall be complete submittals along with all the supporting information necessary for review.The work must represent logical work activities and must show impacts on subsequent work on this project. Any modification to the component construction due to subsequent design changes as the result of design development is solely the Design/Build Firm's risk. Upon review by the City, the plans will be stamped "Released for Construction" and initialed and dated by the reviewer. Any construction initiated by the Design/Build Firm prior to receiving signed and sealed plans stamped"Released for Construction" shall be at the sole risk of the Design/Build Firm. All work shall be performed within the limits of existing local right of way, and all improvements shall be constructed and installed within said limits. B Geotechnical Services The Design-Build Firm will be responsible for identifying and performing any geotechnical investigation, analysis,design and testing dictated by the project needs.All geotechnical work necessary shall be performed in accordance with the governing regulations.The Design-Build Firm shall provide the City signed and sealed design and geotechnical reports as applicable. C. Utility Coordination The Design Build Firm is responsible for coordinating locates with the City of Opa-locka Public Works Dept Page 12 of 23 City of Opa-locka—Request for Proposal and Sunshine locates. The Design-Build Firm shall insure that all applicable state and local City standards, policies,procedures, and design criteria are followed concerning utility coordination. D. Sidewalk Plans/Roadway Plans General The Design/Build Firm shall prepare the Sidewalk/Roadway Plans Package. This work effort includes the sidewalk design and drainage analysis needed to prepare a complete set of Roadway Plans, Traffic Control Plans,Environmental Permits and other necessary documents. Design Analysis 1. Typical Section: The design and construction of the sidewalk and ramp locations shall meet the requirements of the ADA Standards for Accessible Design. Access ramps will be retrofitted or fully reconstructed to meet the requirement of ADA. The approved typical sections will be provided by the Design/Build firm. 2. Drainage Analysis: The Deign/Build Firm shall also be responsible for designing the drainage and stormwater management systems as required for the project. This work will include permitting with the required agencies, Environmental Management section and Drainage Design section which will be submitted from the outset. These activities and submittals should be coordinated through the City's Project Manager. The Design/Build Firm shall provide the City with a signed and sealed Drainage Design Report. The engineer shall include all necessary support data 3. Roadway Analysis: The Design/Build Firm shall review and propose the most cost effective means of repair and or rehabilitation of the roadway to satisfy loading,traffic and safety of the public.The engineer shall prepare the Sidewalk/Roadway Plans Package. This package shall include as a minimum: 1.Typical Section Package •Transmittal letter •Location Map •Roadway Typical Section(s) •Minimum lane, shoulder,median widths •Slopes requirements •Data Sheet •Design Speed 2.Pavement Design Package Sub-base,base,pavement thickness as applicable will be based on minimum FDOT standards for Local roads based on the final design proposed. For Repair and reconstruction: base and pavement shall be no less than the minimum identified in Section I,H&I under"Scope of Work". Prescription for milling and overlay where applicable will be per the Design/Build Engineer. E. Design Documentation, Computations and Quantities Page 13 of 23 City of Opa-locka—Request for Proposal The Design/Build Firm shall submit to the City design notes and computations to document the design conclusions reached during the development of the construction plans. The design notes and computation sheets shall be fully titled, numbered, dated, indexed, and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to a standard size 81/2" x 11". The data shall be in a hard-back folder for submittal to the City.At the project completion, a final set of design notes and computations, signed by the Design/Build Firm, shall be submitted with the record set of plans and tracings. The design notes and calculations shall include,but not be limited to the following data: 1. Design standards used for the project 2. Documentation of decisions reached resulting from meetings,telephone conversations or site visits 3. Final quantities list VII. Technical Proposal Requirements A. General Each Design/Build Firm being considered for this project is required to submit a Technical Proposal. The proposal shall include sufficient information to enable the City to evaluate the capability of the Design/Build Firm to provide the desired services. The data shall be significant to the project and shall be innovative, when appropriate, and practical. Discussions of past performances on other projects shall be minimized except as they relate to the proposed work. B. Submittal Requirements The Technical Proposal shall be bound with tabs labeled Section 1 through Section 9 with the information, paper size and page limitation requirements as listed below: A copy of the "Written Technical Proposal"must also be submitted in electronic format on a CD. The format shall be in Microsoft Word and the file saved in html. No macros will be allowed. Minimum font size of ten (10). Graphics and photographs shall be held to a minimum, in the electronic version only, so that Internet loading of the Technical Proposal takes place in 15 seconds or less. Submit 7 copies of the Technical Proposal to: Office of the City Clerk 780 Fisherman Street,4th Floor Opa-locka Florida 33054 Section 1: Written Technical Proposal i. Paper size: 81/2"x 11", additional larger charts and graphs may be provided if folded neatly to 81/2"x 11" The minimum information to be included: ii. Approach and Understanding of the Project The Design/Build Firm shall present a comprehensive plan for completing the specified work. The plan should Page 14 of 23 City of Opa-locka—Request for Proposal address all significant design and construction issues and constraints and should demonstrate efficient use of manpower, materials,equipment,construction schemes, and techniques for completing the project. iii. Staffing Plan The Design/Build Firm shall submit a staffing plan, which clearly illustrates the key elements of the organizational structure. Project management and key personnel within each area of required services shall be identified and past experience of each, as it relates to this project, shall be discussed. The City must approve any changes to the Project Management and Key Personnel. Other data demonstrating the ability of the Design/Build Firm to provide the desired services may be included in the Technical Proposal. vi. Coordination During the performance of the services,coordination must be maintained with the City and/or other agencies. A suggested method for assuring proper coordination shall be addressed in the Technical Proposal. A summary of innovative aspects: Details can be explained in Section Four(4)below. Section 2: Resumes of Key Project Personnel i. Paper size: 81/2" x 11" ii. Maximum allowed pages: Each Résumé is limited to one(1) page per person. iii. The minimum information to be included: experience directly relevant to this project. Section 3: Proposed Schedule i. Paper size: 81/2" x 11" or larger if folded neatly to 81/2" x 11" ii. Maximum allowed pages: 4 iii. The minimum information to be included in the summary CPM schedule of anticipated major milestones and their associated phasing as follows: a) Anticipated Award Date b) Design Schedule c) Design Reviews by the City d) Geotechnical Investigations e) Permitting f) Start of Construction g) Construction Milestones h) Final Completion Date for all Work Section 4: Innovative Aspects (as applicable) i. Paper size: 81/2" x 11" ii. Maximum allowed pages: 3 iii. Any supportive information associated with the innovative aspects being proposed. Section 5: Quality Supervision Plan i. Paper size: 81/2" x 11" ii. Maximum allowed pages: 5 iii. The minimum information to be included shall be in accordance with Section Page 15 of 23 City of Opa-locka—Request for Proposal Section 6:Design/Build Firm Contractor Guaranteed/Value Added i. Paper size: 81/2" x 11" ii. Maximum allowed pages 2 Section 7:Design Support Documents i. Paper size: 81/2" x 11" ii. Maximum allowed pages: 5 iii. The minimum information to be included is as follows: design assumption based on understanding of problem section I above;proposed solution based on design expertise, technology, familiarity with a system etc... Section 8: Preliminary Plans i. Paper size: 11" x 17" ii. Maximum allowed pages: 6 The minimum information to be included in the preliminary design requirements is as follows: a. Roadway i) Project Limits ii) Horizontal alignment iii) Major topographic features iv)Proposed vertical profile v) Survey controls and bench marks vi)Stationing along Horizontal alignment vii) Connections to existing roadway viii) Utility provisions ix)Maintenance of traffic provisions x) Roadway Typical Section xi)Preliminary specifications package xii) Technical Special Provisions Section 9: Specifications i. Paper size: 81/2" x 11" ii. Maximum allowed pages: 5 C. Evaluation Criteria: 1. Evaluation Process: A Technical Review Committee, hereinafter referred to as the "Committee", will be established to review and evaluate each Proposal Package submitted in response to this Proposal Solicitation. The City shall open all bids received at a public bid opening on the date found in Section II of this document. The Technical Review Committee will review the Technical Proposal of the lowest bidder. The Technical Review Committee will then establish if the Technical Proposal is responsive or non-responsive based on the criteria described in this document specifically Section VII,B. If the proposal is responsive, that Design/Build Firm will be awarded the project. If the proposal is found to be non- responsive, the Technical Review Committee will review the Technical Proposal of the next lowest bidder and establish if the Technical Proposal is responsive or non-responsive based on the criteria described in this RFP and so Page 16 of 23 City of Opa-locka—Request for Proposal on. D. Final Selection Process: The Project shall be awarded to the responsive bidder with the lowest price proposal. VIII. Bid Proposal Requirements. A. Bid Price Proposal: Bid Price Proposals shall be submitted on the Bid Blank form attached hereto(Exhibit C) and shall include one lump sum price for the Project and the number of calendar days within which the Proposer will complete the project. Together with the Bid Form a fully executed copy of the Schedule of Costs (Appendix B)pertaining to the most common construction items shall be attached for evaluation. The lump sum price shall include all costs for all design, geotechnical surveys, architectural services, engineering services, Design/Build Firms quality plan, construction of that portion of the Project, and all other work necessary to fully and timely complete that portion of the Project in accordance with the Contract Documents, as well as all job site and home office overhead, and profit, it being understood that payment of that amount for that portion of the Project will be full, complete, and final compensation for the work required to complete that portion of the Project. The Price Proposal shall be hand delivered in a separate sealed package to the following: Office of the City Clerk 780 Fisherman Street,4th Floor Opa-locka Florida 33054 The package shall indicate clearly that it is the Price Proposal and shall identify clearly the Proposer's name, and project description. The Bid Price Proposal shall be secured and unopened until the date specified for opening of Price Proposals. Page 17 of 23 Attachment U Florida Department of Transportation Local Agency Program Requirements Standardized Changes Conditions Contract Clauses 1. Changes In Work 11 Change Orders Without invalidating the Agreement and without notice to any surety,City may, at any time or from time to time, order additions,deletions or revisions in the Work within the general scope of the contract by a Written Amendment, or a Change Order. Upon receipt of any such document, Design-Build Firm shall promptly proceed with the Work involved which will be performed under the applicable provisions of the Contract Documents(except as otherwise specifically provided). 12 Notice of Intent to Make Claim If City and Design-Build Firm are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of any order of City pursuant to Section 1 or other occurrence for which the Contract Documents provide that such adjustment(s) may be made, a claim may be made therefore. Written notice of intent to make such a claim shall be submitted to City promptly and in no event more than 30 days after the start of the occurrence or event giving rise to the claim. 13 Claim Documentation Substantiating documentation shall be submitted by Design-Build Firm within 30 days after delivery of the notice required by Section 1,Paragraph 1.2. 14 Decision City shall render a decision on the claim no more than 30 days after the receipt of the substantiating documentation required by Section 1,Paragraph 1.3.This decision will be final and binding. 15 Execution of Change Orders City and Design-Build Firm shall execute appropriate Change Orders or Written Amendments covering (1) changes in the Work which are (i) ordered by City, (ii) required because of acceptance of defective Construction or correcting defective Work or(iii) agreed to by the parties; and (2)changes in the Contract Price or Contract Times which are agreed to by the parties. lb Notice to Sureties If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Design-Build Firm's responsibility, and the amount of each applicable Bond will be adjusted accordingly. Page 18 of 97 City of Opa-locka—Request for Proposal 2. Change Of Contract Price The Contract Price constitutes the total compensation (subject to approved adjustments) payable to the Design-Build Firm for performing the Work and may be changed only by a Change Order or Written Amendment to the Agreement. The value of any work covered by such Change Order or Amendment shall be determined by mutual agreement of a lump sum price for the Work between City and the Design-Build Firm. 3. Change Of Contract Times 31 General The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice pursuant to Section 4. All Contract Times and Milestones are of the essence of the Agreement. 32 Time Extensions Where Design-Build Firm is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of Design-Build Firm, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefore as provided in Section 4. Delays beyond the control of Design-Build Firm shall include, but not be limited to, acts or neglect by City, governmental agencies, acts or neglect of utility or other contractors performing other construction work, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Design-Build Firm. Nothing in this section 3.2 bars a change in Contract Price to compensate for the direct costs incurred by Design-Build Firm due to delay, interference, or disruption directly attributable to actions or inactions of City or City's Consultants. However, City shall not be liable to Design-Build Firm for costs or damages arising out of or resulting from (i) delays caused by or within the control of Design- Build Firm, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by governmental agencies, City's utility, or other contractors performing other work. No provision of the Contract Documents shall be construed as a waiver of sovereign immunity by City. 4. Claims And Disputes 4..1 Claim Definition A claim is a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of Agreement terms, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between City and Design-Build Firm arising out of or relating to the Contract Documents. Claims must be made by written notice. The responsibility to substantiate Claims shall rest with the party making the Claim. No provision of the Agreement or the Contract Documents makes or is intended to make provision for recovery by Design-Build Firm of damages for delay or for breach of contract. All claims, disputes or controversies under the Agreement or the Contract Documents shall be determined and settled as provided below. Page 19 of 23 4.2 Time Limits on Claims Claims by either party must be made in writing no more than twenty-four (24) hours after the occurrence of the event giving rise to such claim. An additional claim made after the initial claim has been implemented by Change Order will not be considered. 43 Continuing Contract Performance Pending final resolution of a Claim, unless otherwise agreed in writing by the parties, the Design- Build Firm shall proceed diligently with performance of the Contract and City shall continue to make payment in accordance with the Contract Documents. City of Opa-locka—Request for Proposal Page 21 of 97 SCHEDULE OF COSTS DESCRIPTION QUANTITY UNIT UNIT COST TOTAL MOBILIZATION 1 L.S. ROADWAY ITEMS: Asphalt overlay, pavement repairs and or reconstruction, etc. Ton CONCRETE WORK: Includes Drop Curbs, Regular Curbs, Sidewalks, etc. Sidewalk S.Y. Drop Curbs L.F. Regular Curbs L.F. Valley Gutters L.F. ADA Ramps(corners&intersections) including detectable domes Each Driveway (concrete aprons if applicable) S.Y. PAVEMENT MARKINGS and SIGNAGE: Traffic Signs Each Thermo-Plastic Markings LF DRAINAGE SYSTEM: includes installations of new drain structures, inlets, exfiltration system etc.. Drainage structures Each 18" French drain (pavement restoration included) L.F. L.F. VERTICAL ADJUSTMENTS OF UTILITIES : Includes the Adjustment of Valve Boxes, Manhole Covers, Water Service Meter Boxes (Replacement), Fire Hydrants, Sewer Lateral Caps, etc. Water Valve Covers Each Sewer Manhole Covers Each Meter Boxes Each MAINTENANCE OF TRAFFIC L.S. SURVEYING L.S. GEOTECHNICAL TESTING ALLOWANCE PERMITTING (Environmental and Others) ALLOWANCE TOTAL SCHEDULE OF COSTS The attached schedule of cost identifies only the minimum threshold of items of work contained in this project. Notwithstanding,the design/build firm shall be responsible for any and all items necessary to accomplish the project scope as listed in the RFP. This form must be attached to the Bid Proposal Form (Appendix A) APPENDIX A Page 22 of 23 CITY OF OPA-LOCKA 143 RD STREET IMPROVEMENTS BID PROPOSAL FORM CONTRACT NO.: PROJECT LOCATION/DESCRIPTION: NW 143rs Street improvements between NW 22 Avenue and NW 24 Avenue PROPOSED CONTRACT CALENDAR DAYS: Item Description Unit Quantity Price NW 143rs Street Design/Build Project LS 1 $ TOTAL LUMP SUM PRICE $ TOTAL LUMP SUM PRICE WRITTEN OUT: DESIGN/BUILD FIRM NAME: DESIGN/BUILD FIRM ADDRESS: DESIGN/BUILD FIRM SIGNATURE: PRINTED NAME: TITLE: The City reserves the right to increase the quantities under this contract as may be required by field conditions. In such instance, the unit costs herein specified will apply for this additional work. Note: A fully executed Schedule of Costs(Appendix B ) must be attached with this form at time of the price proposal submittal City of Opa-locka—Request for Proposal Page 23 of 97