Loading...
HomeMy Public PortalAbout11-8198 RFQ for Upgrade on Pump Station 1 and 2 Sponsored by: City Manager Resolution No. 11-8198 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, TO AUTHORIZE THE CITY TO ADVERTISE AND ISSUE A REQUEST FOR QUALIFICATION OF CONTRACTORS FOR THE UPGRADE AND REHABILITATION OF SANITARY SEWER PUMP STATIONS 1 AND 2;PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City entered into a Consent Agreement with Miami-Dade County Environmental Resources Management to correct deficiencies in the operations of the Sanitary Sewer system; and WHEREAS, some pump stations are aged and have been assigned varying degrees of moratorium status by DERM; and WHEREAS,pursuant to DERM requirements,the City of Opa-locka must comply with the rehabilitation of the pump stations under moratorium to correct deficiencies in the operations of the Sanitary Sewer System; and WHEREAS, funding having been approved for FY2011,the City Commission of the City of Opa-locka, desires to have Sanitary Sewer Pump Stations 1 and 2 upgraded, rehabilitated and completed by June 2011. 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. Resolution No. 11-8198 Section 2. The City Commission of the City of Opa-locka directs and authorizes the City Manager to advertise a Request for Qualifications (RFQ) for potential contractors for the upgrade and rehabilitation of Sanitary Sewer Pump Stations 1 and 2. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 23r1 day of March, 2011.,------- 6 , ,, M TAYLOR MAYOR A - Deborah S. It's City Clerk - Approved as to form and legal sufficiency: r ,i0 li, , l Jos- ,h' . G/er Ci !Attorn t, y Moved by: COMMISSIONER HOL GS Seconded by: VICE MAYOR JOHNSuN Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Miller: NOT PRESENT Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 4751051 vl APP-Loc, cf O � Op t ii V c e! 0% Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus mmissioner Gail Miller �G4iL_cu�+�C-e.-_ FROM: C arance Patterson,City anager DATE: March 14,2011 RE: Issue RFQ-Pump Stations#1,2 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 QUALIFICATION OF CONTRACTORS FOR THE UPGRADE AND REHABILITATION OF SANITARY SEWER PUMP STATIONS 1 AND 2. Description: The City of Opa-locka will issue a Request for Qualifications of contractors for the rehabilitation of Sanitary Sewer Pump Stations 1 and 2. The City entered into a Consent Agreement with DERM on October 7, 2009 to correct deficiencies in the operations of the Sanitary Sewer System. Part of the agreement addresses rehabilitation of the stations under moratorium to comply with DERM requirements. Financial Impact: The stations have approved funding in the FY 2011 budget plan. Implementation Timeline: The pump stations rehabilitation must be completed in June, 2011. Legislative History: None. Recommendation(s): Staff recommends approval. Analysis: The pump stations are aged and have been assigned varying stages or moratorium status by DERM. This has imposed a building moratorium in the service areas of these stations. As a result growth and development have been hampered causing a loss of revenue for the City. The rehabilitation of the stations is vital to the City's continued development. Attachment: Draft—Advertisement Notice and RFQ PREPARED BY: Fritz Armand,Director of Public Works and Utilities END OF MEMORANDUM City of Opa-locka Qp-LOC�q O41, 44%, i O to • Alf 1,4 0 I mm. s i , R cO RFQ NO: 11-XXXXXXX REQUEST FOR QUALIFICATIONS (RFQ) LIFT STATION NO 1 AND 2 REHABILITATION CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054 CITY OF OPA-LOCKA o; Advertisement for Request for Qualifications (RFQ) 1, �° RFQ NO -XXXXXXX A"owntEO . Lift Stations No 1 and 2 Rehabilitation Qualifications for Lift Stations No 1 and 2 Rehabilitation 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, _XXXXxxxxx, 2011 by 1:00 p.m. Any Qualifications Package received after the designated closing time will be returned unopened. The purpose of this Request for Qualifications is to seek service of a qualified professional contractor to provide construction services to the City of Opa-Locka for the rehabilitation of Lift Stations No. 1 and 2. An original and five (5) copies a total of six (6) plus 1 copy of the qualifications package on CD's in PDF format shall be submitted in sealed envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-Locka, Florida, and marked Lift Station No 1 and 2 Rehabilitation. 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 RFQ NO: -XXXXXXX 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 Dated: Published: 1.INTRODUCTION 1.1. SCOPE OF WORK The work specified in this RFQ consists in a complete rehabilitation of Lift Station No. 1 and 2 including but not limited to such items as : installation of wet well, pumps, control panels, valve box, valve, pipe, fence, SCADA system, emergency stand by power system with building and all additional components. The selected contractor shall perform the complete work described herein or reasonably inferable there from, including all demolition and construction services, supervision, administration services, coordination of all Subcontractors, tests, inspections, and other items that are necessary to and appropriate for the finishing, equipping and functioning of the facilities and structures, together with all additional, collateral and incidental work and services required for the completion of the work. 1.2. DEFINITIONS In this RFQ the following definitions shall apply: "City" means the City of Opa-locka; "City Representative" has the meaning set out in section 2.6; "City Website" means www.Opa-lockafl.gov "Closing Time" has the meaning set out in section 2.1; "Contract" means a formal written contract between the City and a Preferred Proponent to undertake the Services, the preferred form of which is attached as Schedule B; "Evaluation Team" means the team appointed by the City; "Information Meeting" has the meaning set out in section 2.2; "Preferred Proponent(s)" means the Proponent(s) selected by the Evaluation Team to enter into negotiations for a Contract; "Proponent" means an entity that submits a response to this RFQ; "Proposal" means a proposal submitted in response to this RFQ; "RFQ" means this Request for Qualifications; "Services" has the meaning of any and all construction and administration work necessary to complete this project "Site" means the place or places where the Services are to be performed; and "Statement of Departures" means Schedule C-1 to the form of Proposal attached 000200-1 2. PROPOSAL SCHEDULE Closing Time and Address For RFQ Package Delivery Proposals must be received by the office of: Office of the City Clerk 780 Fisherman 4Th Floor Opa-locka, Florida 33054 CONFIDENTIAL— DO NOT OPEN Proposal Closing Date &Time: at 1:00 P.M. (local time). Submissions by fax [or email] will not be accepted. 2.1. INFORMATION MEETING An information meeting (pre-proposal meeting) will be hosted by the City Representative to discuss the City's requirements under this RFQQ (the "Information Meeting") at City Hall, 780 Fisherman Street, second Floor, Opa-locka Florida,33054. Attendance is mandatory for all Proponents, Any proposal received that was not represented during the Information Meeting shall be disqualified. 2.2. LATE PROPOSALS Proposals received after the Closing Time will not be accepted or considered. Delays caused by any delivery, courier or mail service(s) will not be grounds for an extension of the Closing Time. 2.3. AMENDMENTS TO RFQ Proposals may be revised by written amendment, delivered to the location set out above, at any time before the Closing Time but not after. An amendment must be signed by an authorized signatory of the Proponent in the same manner as provided in the original proposals. All inquiries related to this RFQ should be directed in writing, via fax or e-mail to the person named below (the "City Representative"). Information obtained from any person or source other than the City Representative may not be relied upon. Inquiries should be made no later than 3 days before Closing Time. The City reserves the right not to respond to inquiries made within 3 days of the Closing Time. Inquiries and responses will be recorded and may be distributed to all Proponents at the discretion of the City. Page 12 Proponents finding discrepancies or omissions in the Contract or RFQ, or having doubts as to the meaning or intent of any provision, should immediately notify the City Representative. If the City determines that an amendment is required to this RFQ, the City Representative will issue an addendum in accordance with section xx No oral conversation will affect or modify the terms of this RFQ or may be relied upon by any Proponent. 2.4. ADDENDA If the City determines that an amendment is required to this RFQ, the City Representative will post a written addendum on the City Website at www.Opa-lockafl.gov (the "City Website") and upon posting will be deemed to form part of this RFQ. No amendment of any kind to the RFQ is effective unless it is posted in a formal written addendum on the City Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all addenda that are posted on the City Website. 2.5. OPENING OF PROPOSALS The City intends to open Proposals in private but reserves the right to open Proposals in public at its sole discretion. 2.6. STATUS INQUIRIES All inquiries related to the status of this RFQ, including whether or not a Contract has been awarded, should be directed to the City Website and not to the City Representative. 3. PROPOSAL SUBMISSION FORM AND CONTENTS 3.1. PACKAGE Proposals should be in a sealed package, marked on the outside with the Proponent's name, title of the Project and reference number. 3.2. LETTER OF INTRODUCTION This letter should introduce the contractor's qualifications for sanitary sewer lift stations rehabilitation per Miami-Dade County standards, and other relevant information. 3.3. COMPANY PROFILE Company History; Number of Years in business; Financial Statements for the last fiscal year end and interim year to date; copy of the contractors license to do business in the state of Florida; and bonding capacity to complete the proposed project. 3.4. PROJECT TEAM Please provide resumes of key proposed project personnel. Please also indicate number of years employed by firm. Key resumes would include: Project Executive; Project Manager; Page 13 Project Superintendent; Estimator, and Scheduler. Please include names of subcontractors the contractor intends to use for this RFQ, 3.5. PROJECT EXPERIENCE & REFERENCES Please provide a list of lift station projects completed per Miami-Dade County Water and Sewer Department Standards in last five (5) years including project name, location, scope of work including pump capacity, contract amount, construction duration, Please provide the cost break down for each listed project(s) as follows: Mobilization, Bonds & Insurance Demolition and disposal of existing station Installation of wetwell & Valve Box Pumps and Accessories— Installation only Installation of Electrical Components Installation of SCADA System Emergency Generator— Installation only Emergency Generator Building Provide each listed projects owner's name, address, telephone number(s), email for reference and/or performance verification. City Staff will verify and make reasonable efforts to contact references and provide a report of the results to the evaluation team. City will have no liability for inaccurate contact information provided by respondents or for unavailable or negative references. 3.6. SIGNATURE The legal name of the person or firm submitting the Proposal should be included. The Proposal should be signed by a person authorized to sign on behalf of the Proponent and include the following: (a) If the Proponent is a corporation then the full name of the corporation should be included, together with the names of authorized signatories. The Proposal should be executed by all of the authorized signatories or by one or more of them provided that a copy of the corporate resolution authorizing those persons to execute the Proposal on behalf of the corporation is submitted; (b) If the Proponent is a partnership or joint venture then the name of the partnership or joint venture and the name of each partner or joint venture should be included, and each partner or joint venture should sign personally (or, if one or more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should provide evidence to the satisfaction of the City that the person(s) signing have signing authority for the partnership or joint venture). If a partner or joint venture is a corporation then such corporation should sign as indicated in subsection (a) above; or (c) If the Proponent is an individual, including a sole proprietorship, the name of the individual should be included. Page 14 4. EVALUATION AND SELECTION 4.1. EVALUATION TEAM The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation Team. The Evaluation Team may consult with others including City staff members, third party consultants and references, as the Evaluation Team may in its discretion decide is required. The Evaluation Team will give a written recommendation for the selection of a Preferred Proponent or Preferred Proponents to the City. 4.2. EVALUATION CRITERIA The evaluation team will compare and evaluate all RFQ package to determine the strength and ability of the potential contractors to provide the services required in the most advantageous manner to the City, using the following criteria: Qualification Statements that satisfy the minimum requirements will be scored as follows: • Letter of Introduction 10 points • Experience of Respondent Firm 65 points • References 25 points The maximum total score possible is 100. To qualify for participation in the remainder of the selection process, a Qualifying Respondent must receive no less than 80 points. Qualifying Respondents will be invited to participate in the final selection process. The final selection process may include the submission of additional information and/or participation in an oral interview. (a) EXPERIENCE The Evaluation Team will consider the Proponent's organization and proposed project team past experience in undertaking similar construction projects in type, scope, budget and complexity. (b) FINANCIAL ABILITY AND RESOURCES The Evaluation Team will consider the Proponent's organization financial ability and resources to carry out the project. (c) LOCAL WORK FORCE PARTICIPATION The Evaluation Team will consider the Proponent's organization ability to implement initiatives in compliance with section 3 Federal requirements for local employment ,training and contracts with project area businesses. Page 15 (d) COST AND QUALITY CONTROL The Evaluation Team will consider the Proponent's organization internal processes to implement cost containment strategies, value engineering and high standard of quality control for the project. (e) NOTE Evaluation Team will not be limited to the criteria referred to above, and the Evaluation Team may consider other criteria that the team identifies as relevant during the evaluation process. The Evaluation Team may apply the evaluation criteria on a comparative basis, evaluating the Proposals by comparing one Proponent's Proposal to another Proponent's Proposal. All criteria considered will be applied evenly and fairly to all Proposals. 4.3. LITIGATION In addition to any other provision of this RFQ, the City may, in its absolute discretion, reject a Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been engaged directly or indirectly in a legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. In determining whether or not to reject a Proposal under this section, the City will consider whether the litigation is likely to affect the Proponent's ability to work with the City, its consultants and representatives and whether the City's experience with the Proponent indicates that there is a risk the City will incur increased staff and legal costs in the administration of the Contract if it is awarded to the Proponent. 4.4. ADDITIONAL INFORMATION The Evaluation Team may, at its discretion, request clarifications or additional information from a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to only selected Proponents. The Evaluation Team may consider such clarifications or additional information in evaluating a Proposal. 4.5. INTERVIEWS The Evaluation Team may, at its discretion, invite some or all of the Proponents to appear before the Evaluation Team to provide clarifications of their Proposals. In such event, the Evaluation Team will be entitled to consider the answers received in evaluating Proposals. 4.6. NEGOTIATION OF CONTRACT AND AWARD If the City selects a Preferred Proponent or Preferred Proponents, then it may: (a) Enter into a Contract with the Preferred Proponent(s); or (b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues and attempt to finalize the terms of the Contract(s), including financial terms. If discussions are successful, the City and the Preferred Proponent(s) will finalize the Contract(s); or (c) if at any time the City reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within a reasonable time, give the Preferred Proponent(s) written notice to terminate discussions, in which event the City may then either open Page 16 discussions with another Proponent or terminate this RFQ and retain or obtain the Services in some other manner. The City is under no obligation to accept any Proposal submitted. The City reserves the right in its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any Proposal deemed most favorable in the interest of the City, or cancel the competition at any time without award. Thereafter, the City may issue a new Invitation / Request, sole source or do nothing. 5. GENERAL CONDITIONS 5.1. NO CITY OBLIGATION This RFQ is not a tender and does not commit the City in any way to select a Preferred Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City reserves the complete right to at any time reject all Proposals, and to terminate this RFQ process. 5.2. PROPONENTS' EXPENSES Proponents are solely responsible for their own expenses in preparing, and submitting Proposals, and for any meetings, negotiations or discussions with the City or its representatives and consultants, relating to or arising from this RFQ. The City and its representatives, agents, consultants and advisors will not be liable to any Proponent for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFQ. 5.3. NO CONTRACT By submitting a Proposal and participating in the process as outlined in this RFQ, Proponents expressly agree that no contract of any kind is formed under, or arises from, this RFQ, prior to the signing of a formal written Contract. 5.4. CONFLICT OF INTEREST Proponents shall disclose any potential conflicts of interest and existing business relationships they may have with the City. If requested by the City, Proponents should provide all pertinent information regarding ownership of their company within forty-eight (48) hours of the City's request. 5.5. SOLICITATION OF COMMISSION MEMBERS Proponents and their agents will not contact any member of the City Commission or City staff with respect to this RFQ at any time prior to the award of a contract or the termination of this RFQ, and the City may reject the Proposal of any Proponent that makes any such contact. Page 17 5.6. CONFIDENTIALITY All submissions become the property of the City and will not be returned to the Proponent. The City will hold all submissions in confidence unless otherwise required by law. Proponents should be aware the City is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act of the State of Florida Page 18 u e oq o e Yc, RFQ NO: 11-XXXXXXX 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 five commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-Locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa- locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-Locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. Page 19 0�.f' CO 9;a u .•,o ac ,? fca CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OFRESPONSIBILITY 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. Page 110 B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS CONTRACTOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name Page 111 CITY OF OPA-LOCKA o DRUG-FREE WORKPLACE CERTIFICATION FORM °�o a 9 Whene =a wo (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 Page 113