Loading...
HomeMy Public PortalAbout11-8212 RFQ for Cairo Lane Drainage Sponsored by: City Manager RESOLUTION NO. 11-8212 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS FOR QUALIFIED CONSTRUCTION FIRMS FOR THE IMPROVEMENT OF DRAINAGE AND STREET IMPROVEMENTS AT CAIRO LANE; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Opa-locka desires to improve the drainage and street improvements in the industrial area at Cairo Lane; and WHEREAS, the improvement will address transportation needs and increase vehicular traffic safety and will benefit the industrial area with better roads; and WHEREAS, the City Commission of the City of Opa-locka desires the City Manager to advertise and issue a Request for Proposals (RFP) for qualified construction firms. 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, authorizes the City Manager to advertise and issue a Request for Proposals (RFP) for qualified construction firms for the improvement of drainage and street improvements at Cairo Lane. Resolution No. 11-8212 Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 27`'' day of April, 2011 M RAT OR MAYOR Attest to: Approved as to form and legal sufficiency: 1 � . , _r Deborah S. Irb Jos:(1137". 1! ler City Clerk Ci Attor -y Moved by: COMMISSIONER MILLER Seconded by: VICE MAYOR JOHNSON Commission Vote: 4-1 Commissioner Holmes: NO Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 5247316 vl 2 OQP-L ck., a/ 9 y\OR O R A Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus issione Gail Miller FROM: Z aPatte?son,City Mag re DATE: April 7,2011 RE: Cairo Lane Stormwater Drainage and Street 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 CONSTRUCTION FIRMS FOR THE IMPROVEMENT OF DRAINAGE AND STREET AT CAIRO LANE. Description: The City of Opa-Locka will issue a Request for Proposal (RFP) to solicit competitive proposals from qualified firm for the improvement of drainage and Street. Financial Impact: This Street 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 $100,000.00. The City has committed an additional $100,000.00 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 April 24, 2011 Submittals will be received by May 20, 2011 The projected completion is scheduled for August 12, 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 street repairs will increase safety for vehicular traffic provide better to the industrial area. Attachment: Draft—Advertisement Notice and RFP PREPARED BY: Fritz Armand,Director of Public Works and Utilities END OF MEMORANDUM CITY OF OPA LOCKA Advertisement for Request for Proposals RFP NO. 11-04XXX CAIRO LANE DRAINAGE AND ROADWAY IMPROVEMENTS Proposals for CAIRO LANE DRAINAGE AND 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 10:00 AM. Friday, May 20, 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 construction firm to construct improvements for an approved section of Cairo Lane. 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. 11-04XXX — CAIRO LANE DRAINAGE AND 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.00alockafl.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 Pr'l OCk4� O ti 9 CITY OF OPA-LOCKA RFP XXXXX LOW BID CONSTRUCTION REQUEST FOR PROPOSAL For: CAIRO LANE DRAINAGE AND ROADWAY IMPROVEMENTS City of Opa-locka—Request for Proposal Table of Contents I. Introduction. 3 Scope of Work 3 A. Construction Responsibility 4 B. City Responsibility 4 II. Schedule of Events 4 III. Threshold Requirements. 5 A. Qualifications 5 B. Joint Venture Firm 5 C. Price Proposal Guarantee 5 D. Pre-Proposal Meeting 5 E. Question and Answer Session 5 F. Protest Rights 5 G. Non-Responsive Proposals 6 H. Waiver of Irregularities 6 I. Modification or Withdrawal of Proposal 7 J. City's Responsibilities 7 K. Construction Contract 7 IV. PROJECT REQUIREMENTS AND PROVISIONS FOR WORK ......... 7 A. Governing Regulations: 7 B. Innovative Aspects: 7 C. Environmental Permits: D. Survey: 8 E. Verification of Existing Conditions: 8 F. Submittals: 8 G. Contract Duration: 9 H. Project Schedule: 9 I. Key Personnel/Staffing: 10 J Schedule of Values: 10 V. DESIGN AND CONSTRUCTION CRITERIA. 11 A. General: 12 B. Geotechnical Services: 12 C. Utility Coordination: 13 D. Sidewalk Plans/Roadway Plans: 13 E. Design Documentation Computations and Quantities: 13 VII. TECHNICAL PROPOSAL REOUIREMENTS 13 A. General: 13 B. Submittal Requirements: 14 C. Evaluation Criteria: 15 D. Final Selection Process- 15 VII. BID (PRICE) PROPOSAL REOUIREMENTS 16 A. Submittals: ... .....»............ 16 VIII. CONTRACT ATTACHMENT 17 A. Attachment A ... ... 17 XI. APPENDICES 17 A. Appendix A.. ...... SCHEDULE OF COSTS 19 B. Appendix B .........„..». .. BID PROPOSAL FORM 20 Page 2 of 37 City of Opa-locka—Request for Proposal I. INTRODUCTION The City is requesting proposals for the Construction of Cairo Lane Drainage and Roadway Improvements. This Construction project includes the installation of a new drainage system, rehabilitation of the roadway and the repair and renovations of existing sidewalks. BACKGROUND Cairo Lane is a well traveled thoroughfare. The Cairo Lane Stormwater Drainage and Street Improvement involve the construction of a drainage system as well as the complete reconstruction of the existing roadway. The project consists of construction of approximately .55 miles of roadway with sidewalks and relocation/construction of utilities. SCOPE OF WORK The Construction Team shall be responsible for obtaining all required permits, and constructing the Cairo Lane Improvements as stated above. Additional Specific requirements of the project are as follows: A. 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. B. Contractor should maintain a 1' shoulder off the back side of the sidewalk to property lines where possible. C. Provide 2-4"pvc sleeve conduits under pavement to permit future extension of power at locations to be specified by City Forces D. Base shall be a minimum of 8 "Limerock with LBR 100. Lifts shall not exceed 4"during work. E. Asphalt shall be minimum of 1-1/2" structural course S-1 and 1"friction course FC-3 F. All striping must be thermoplastic. G. Signs and traffic controls shall be per the Manual on Uniform Traffic Control Devices and Miami Dade County standards H. Swale areas shall be seeded upon completion of work I. All other disturbed areas (i.e. driveway, or sidewalks, fence, gates) shall be fully restored. Grass species shall match existing species. J. Construction Teams shall be responsible to secure any environmental permits from DERM and other agencies K. Construction Team will be responsible for all required testing including,but not limited to,NPDES water quality monitoring, geotechnical, and material testing. L. During construction,Contractor shall be responsible to provide adequate maintenance of traffic. M. The City's Noise ordinance restricts working hours to 8AM to 5PM Monday thru Friday. A. Construction Responsibility The Construction Firm shall be responsible for all permits required by the City, maintenance of traffic, demolition, and construction on or before the date indicated in their proposal. The Construction Firm will coordinate all utility relocations. Page 3 of 37 City of Opa-locka—Request for Proposal This RFP and Construction Criteria sets forth requirements regarding 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 Construction 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 May 6,2011 12:00 Noon deadline for submission of written questions prior to the pre-proposal meeting April 29,2011 Pre-bid meeting at 10:00 a.m. local time at City Administrative Complex LeJeune Road,Opa-locka,FL 33054 May 20,2011 Technical Proposals and Price Proposals due in City Clerk's Office (780 Fisherman Street 4th Floor)b y 10:00 a.m. local time May 20,2011 Public announcing of Price Proposals at 2:00 p.m. local time at City Clerk's Office 780 Fisherman Street 4th Floor. May 23,2011 Posting of the City's intended decision to Award(will remain posted for 24 hours) May 25,2011 Anticipated Award Date May 31,2011 Anticipated Contract Execution Date August 12,2011 Project Must Be Completed or Pay LD of$5,000 per day Page 4 of 37 City of Opa-locka—Request for Proposal III. Threshold Requirements. A. Qualifications Proposers are required to be Florida License Contractor(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 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 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 Page 5 of 37 City of Opa-locka—Request for Proposal 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 Construction 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. 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. Construction Contract The City will enter into a Lump Sum contract with the successful Construction Firm. In accordance with Section V, the Construction Firm will provide a schedule of values to the City for their approval. The total of Page 6 of 37 City of Opa-locks—Request for Proposal 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 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 Construction 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. 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 Construction 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 Construction Firm will be required to pay all permit fees. Any fines levied by permitting agencies shall be the responsibility of the Construction Firm. However, notwithstanding anything above to the contrary, upon the Construction 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 Construction Firm in securing permits. Furthermore, as to any such impact, no modification provision will be considered by the City unless the Construction 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 Construction Firm to challenge or otherwise seek review or appeal in any forum of any determination made by the City. D. Survey The Construction 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 Construction Firm shall be responsible for verification of existing conditions, including research of all existing records and other information. Page 7 of 37 City of Opa-locka—Request for Proposal By execution of the contract, the Construction Firm specifically acknowledges and agrees that the Construction Firm is contracting and being compensated for performing adequate investigations of existing site conditions sufficient to support the design developed by the Construction Firm and that any information is being provided merely to assist the Construction 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 The Firm must submit a record set that reflects all changes initiated by the Construction Firm or changes that the Construction 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 Construction 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 Construction Firm shall submit a project schedule to establish contract duration as part of the Proposal. The minimum number of activities shall be those listed in the payout schedule and those listed below: • Anticipated Award Date • 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 Construction Firm • Final Completion Date for All Work I. Key Personnel/Staffing The Construction Firm's work shall be performed and directed by key personnel identified in the technical proposal by the Construction Firm. Any changes in the indicated personnel shall be subject to review and approval by the City's Project Manager. Page 8 of 37 City of Opa-locks—Request for Proposal 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 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 Firm 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. The Construction 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 Construction project. The Construction 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. V.Criteria A. General The Construction Firm shall be responsible to comply to the project scope as identified in the RFP and with additional guidelines detailed in the Construction criteria Section VI. 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. 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. C. Utility Coordination The Firm is responsible for coordinating locates with the City of Opa-locka Public Works Dept and Sunshine locates. The 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 Construction 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. Page 9 of 37 City of Opa-locka—Request for Proposal VI. Technical Proposal Requirements A. General Each Construction 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 Construction 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 similar projects as well as current work on hand will be considered in the evaluation. Page 10 of 37 City of Opa-locka—Request for Proposal 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,4h1 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 Construction Firm shall present a comprehensive plan for completing the specified work. The plan should 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 Construction 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 Construction 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. Page 11 of 37 City of Opa-locka—Request for Proposal Section 3: Proposed Schedule a) Anticipated Award Date b) Start of Construction c) Construction Milestones d) Final Completion Date for all Work 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 VI,B. If the proposal is responsive, that Construction 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 on. D. Final Selection Process: The Project shall be awarded to the responsive bidder with the lowest price proposal. Page 12 of 37 City of Opa-locka—Request for Proposal VII. 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 Construction 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 13 of 37 City of Opa-locka—Request for Proposal ATTACHMENT A VIII. Contract Attachments. 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 the 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. 16 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 the Firm's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 2. Change Of Contract Price The Contract Price constitutes the total compensation (subject to approved adjustments) payable to the Firm for performing the Work and may be changed only by a Change Order . 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 Firm. 3. Change Of Contract Times 3_1 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 the Firm is prevented from completing any part of the Work within the Contract Times (or Milestones) Page 14 of 37 City of Opa-locka—Request for Proposal due to delay beyond the control of the 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 the 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 the Firm. Nothing in this section 3.2 bars a change in Contract Price to compensate for the direct costs incurred by the 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 the Firm for costs or damages arising out of or resulting from (i) delays caused by or within the control of the 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, extensions 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 the 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 the 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. 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 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 APPENDICES Page 16 of 37 City of Opa-locka—Request for Proposal APPENDIX A CITY OF OPA-LOCKA 143 RD STREET IMPROVEMENTS 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 The attached schedule of costs identifies only the minimum threshold of items of work contained in this project. Notwithstanding,the construction 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 B) Page 17 of 37 APPENDIX B CITY OF OPA-LOCKA 143 RD STREET IMPROVEMENTS BID PROPOSAL FORM CONTRACT NO.: PROJECT LOCATION/DESCRIPTION: NW 143rd Street improvements between NW 22 Avenue and NW 24 Avenue PROPOSED CONTRACT CALENDAR DAYS: Item Description Unit Quantity Price NW 143rs Street Construction Project LS 1 $ TOTAL LUMP SUM PRICE $ TOTAL LUMP SUM PRICE WRITTEN OUT: CONSTRUCTION FIRM NAME: CONSTRUCTION FIRM ADDRESS: CONSTRUCTION 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 A) must be attached with this form at time of the price proposal submittal Page 18 of 18