Loading...
HomeMy Public PortalAbout11-8216 Vendor Pool for the Upgrade on Pump Stations 1 and 2 Sponsored by: City Manager Resolution No. 11-8216 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO APPROVE THE TOP THREE VENDORS SOLICITED UNDER RFQ 11-18041200, CREATING A VENDOR POOL FOR COST SOLICITATION 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 needs to rehabilitate Sanitary Sewer Pump Stations 1 and 2 to allow redevelopment of the Magnolia North Area; and WHEREAS,the City of Opa-locka desires to seek cost proposals for all contracted work for Pump Stations 1 and 2 from a pool of pre-qualified vendors; and WHEREAS, the vendors most responsive, pursuant to RFQ 11-18041200, are C&I Construction, HA Contracting and Metro Equipment- Lawrence Wright&Partners. WHEREAS,the City Commission of the City of Opa-locka desires the City Manager to approve the three named vendors,to form a pool for competitive cost solicitation for future work. 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 and directs the City Manager to approve the top three (3) vendors solicited under RFQ 11-18041200 for the upgrade and rehabilitation of Sanitary Sewer Pump Stations 1 and 2,to form a pool of pre-qualified vendors for competitive cost solicitation for future work. Section 3. This resolution shall take effect immediately upon adoption. Resolution No 11-8216 PASSED AND ADOPTED THIS 9th DAY OF MAY.,2011. lRA T LOR MAYOR Attest to: Approved as to f• and legal sufficiency: ■sti i iá' /AA De•orah S. Irby o ph S. Geller City Clerk z Cit, Attorney E V Moved by: COMMISSIONER MILLER Seconded by: COMMISSIONER HOLMES Commission Vote: 4-1 Commissioner Holmes: NO Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 5656651 vl cp-LoC({ lul o� Oq OflA Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus i m issioner Gail Miller FROM: C a a n c e"at ' -on, City an ger DATE: May 4,2011 RE: Pump Stations#1,2 Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO APPROVE AND ENTER INTO CONTRACT WITH THE TOP THREE VENDORS SOLICITED UNDER RFQ 11-18041200 CREATING A VENDOR POOL FOR COST SOLICITATION FOR THE UPGRADE AND REHABILITATION OF SANITARY SEWER PUMP STATIONS 1 AND 2. Description: The City of Opa-locka will issue these vendors as a pool to seek cost proposals for all contracted work for Pump Station 1 and 2. The evaluation committee selected C & I Construction, H A Contracting and Metro Equipment — Lawrence Wright Partners as the three most responsive and responsible vendors for this pool. The City needs to rehabilitate these two pump station by the end of June in order to allow redevelopment of the Magnolia North Area as well as meeting the requirements of the Consent Agreement with DERM dated 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 rehabilitation must be completed by the end of June,2011. Legislative History: 11-8198 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: Procurement Process Pump Station Rehabilitation Schedule Copy of Resolution Copy of Advertisement List of Pre-Proposal Attendees List of RFQ Responses Evaluation Panel Selection Memo Copy of Evaluation Summary PREPARED BY: Fritz Armand,Director of Public Works and Utilities END OF MEMORANDUM " THE GREAT CITY " O O / F:AilVak■:Pr grim ilk/ C'et Rehabilitation of Pump Station 1 & 2 Procurement Process • Lift Station 1 & 2 Rehabilitation Schedule Feb 1, 2011 • Resolution No. 11-8198 (with RFQ) March 23, 2011 • Advertisement for RFQ No. 11-18041200 April 3, 2011 • List of Pre-proposal attendees April 8, 2011 • List of RFQ Responses April 18, 2011 • Evaluation Panel Selection Memo April 21, 2011 • Evaluation Summary April 26, 2011 r - 0 1 'O 1 — 1 M A l —N .a1 1 1 0) 71 1.-l C N 1 7� 1 1 in '1 — u n )1 N 1 l N l N a--- Z' 1 m 1 E 1 E 1 Sao - C O N C 1 _ (U O - a) C (A O) N 1 ) C o a) 1 2 u) it a O 1 N 1 I. 0 1 Q0 ? a o ! 1 M J 0 1 — m J 1 N — a < LL W O O CV WYE 1 `M o E m N o w i 2—� H co us E H in c m oZS J V' 1 _ > > > > > °- a 15 T- Q vJ 1 ,_N N N m N N D CO C c� 1 i — 4. c c c 2 o 2 Z0 2 N 0 1 F- 0 1 1 Cl.)'— fn I- 1 w co I— 0 1 —") 1 _ _ _ _ • J / O a\-- V \ I� - N Zi N ,- 00 M (n (n Iz2 N 1 t N C.7-4m M N () M M M cN�) M M M M v v (O n 1 m a) a) a) a) C m C a) ' C '- D D LL 7 7 7 O D LL a) 7 O 7 LL -o LL- C U O LL a)� ~ HHf- gH gF � O W Z, C I- 1- N 1 - c-- c,.• o• •• c•• c•• c.• o• cam• (w o. c'-• (n r• cam• cam• cam• cam• a-- o- a) Z 7 I g U) (p (/) V) N (A T o) N T N U) T V) T Vl N T (p T C 2 co 1 C O o7 >. T T T T >. co T T (o T T CO T (o T T (o T m C E U C C N N a) CO CO CO -0 N N 'O (o CO P N 0 CO CO p Co D 1 V O O O O U O () O O n o O O v Y y y E co 1 Q ((� N (O N (!7 0 (� N (n M CJ N N v N a 7 _ X X ? H u) u) a w w 1 1 1 y U co 1 f0 C C �0 o u) co a) C 1 -o O m 2 7 co 0.7.. O U 7 C p - w 0 U a '.a' i @ J V D o m@ (n m m a 0 1 d Z 8 U a) a a o 0 0 0 0 u� 0 0 0 1 E < -I N (o U d a) E) C U a O y U O) N Z >, a) N co C O 7 fn p• "' "' .N-. ` U a U N ` C 1 Y a) T@ E C) (` a n E E i_ Q `� E in o °_(n 1 m Z Z �o O 21 = S -oEc a a .o a) c o C7 C7 c E c a v co 7 a) c o L co T 7 a) a) 7 7 a) o au- u- o 0 o a) ? F- cn u) ¢S a !o = a a co coa U co W !r U U U Ce U r (NI M (f) CO N- CO 0) O N M CO CO 00 O) N O N iii ao a. Sponsored by: City Manager COpResolution 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 23rd day of March, 2011. MY G ' TAYLOR MAYOR Atte ,to: i .. ( Deborah S. Ir s City Clerk --- Approved as to form and legal sufficiency: ice / 1 Jos-��h- . G/ er rn Ci,1Atto y;, n Moved by: COMMISSIONER HOL S Seconded by: VICE MAYOR JOHNSON Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Miller: NOT PRESENT Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 4751051 v1 Wit. v' a „O RGZE/ Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus Commissioner Gail Miller FROM: C1ara Patterson, Manager 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 dio 4t AC Iv A 0.4 Pa lb MIll;1 0 R tvr 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 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 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 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 I 5 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 O`P.LOChV-., Q4 gyp\ I pli tli{�:ri' w4�I 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 I9 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 j 11 CITY OF OPA-LOCKA � °`` F 0 DRUG-FREE WORKPLACE CERTIFICATION FORM f 9'i �•cif V �� •i t jV Whene °-�T" 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 13 2OND I SUNDAY,APRIL 3,2011 N CITY OF OPA-LOCKA FRFQ NO: 11-18041200 Lift Stations No 1 and 2 Rehabilitation Qualifications for Lift Stations No 1 and 2 Rehabilitation will be received by the City of Opa-tocka at the Office of the City Clerk, 780 Fisherman Street, 4°i Floor, Opa-locka, Florida 33054,April 18,2011 by 1200 p.m.Any Qualifications Package received after the designated closing time will be returned unopened. I 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.. i 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 i addressed to Deborah S. Irby, City Clerk, City of Opa-locka, Florida, and marked Lift Stations No 1 and 2 Rehabilitation. An information meeting(pre-proposal meeting)will be hosted by the City Representative to discuss the City's requirements under this RFC) (the "information Meeting") on Friday April 8,2011 at 10:00 A.M.at City Hall, 780 Fisherman Street,second Floor. I Opa-locka Florida, 33054. The City reserves the right to accept or reject any and ad proposals and to waive any „, chnicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO:11-18041200 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,CMC City Clerk CD Z N O _ C Q CO 0 - - N m It = 0) C3 W U) LL Ct W CO fN Z CO 0 o 0 c) z = O Q a co I- O I— O o Co cc cc N- oo co N co d' Z N- d O CO O CO O CO 0) CO O CO U N- O r co N M M N O O O) N Z O O O Ln O M O) O) O i i N i i i i i I i I i O aD OS O M O CO CO O ti us H LO CO O) O 0) N CO 0) N. CO LO LO Q Z N. M N M co CO M �f) N M Q Lf) cO co Lf) U) LC) 6 6 c0 U) CO M C O co cc O O 0 0 0 CO O CO CO F- U co N- ti M co co co co co ti N- u.. N J a) E C O co E E O E o Q O U E 0 O 0 O Vi E 0 L N a) o 0 0) o 0 d co c t as E _Ft E 7503 v 5 .r a) O ���\\ o © O a) O 7 o N X o N 0) N N - E +`� N Off` N- a) E (�� - N a) V O N O O N W J o @� 3 co 8- a) °' 3 Uo c3i W Q = 2 `° E 0 o u) m v _ aa)) a) @� E © co N a) N ca Cn E O o �O �+ cu a) a) W o .rn .S ° .S E aEi , cC > .0 v v Z /r V (n O L W Q > c _ as 'L N Q 0 I— L C — Z �, f O N c .0 co a)Z W O N co m a W MS O a) c6 —) w < a) a) to a a/ m 0 o 'o ° a) D a) > c 2 a) a °/ o a) o ^` as O W LL rn 3 c C 'L • U L L W U o ° � m 2 w 0 2 0 L`L 0 U c c• o J o C� W ° J d Z 2 0 i0. Q W Q +- p- 2e-, C o o c0 v w Z c W v c v) 0 0 Oz > o rn o C Q- +' a) c 2 a - Z C ) N a) o 2 a) Lli a) c` O a 0 _ N o m o c LL 2 O w 0 W U U 5z UO 0 2 E co a. 2 2 2 00 CC LL m U I CITY OF OPA-LOCKA CERTIFICATION Request for Qualifications RFQ NO. 11-18041200 LIFT STATIONS NO. 1 AND 2 REHABILITATION I, Deborah S. Irby, City Clerk of the City of Opa-locka, Florida, do hereby certify that according to the provisions of Sec. 2-320.1 of the City's Code of Ordinances, sealed qualifications were opened at the Office of the City Clerk, 780 Fisherman Street, 4th floor, Opa-locka,Florida,at 12:10 p.m. this 18`h day of April,2011. OUALWLCATIONS RECEIVED Name of Company 1. H.A. Contracting Corp. 9500 NW 12t Street, Bay 1 Miami, FL 33172 Tele: (305)591-9212 Fax: (305) 591-9630 Contact: Henry Angelo ID,President Website: www.hacontracting.com 2. GPE Engineering and General Contractors DB/A Gonzalez Pavement Equipment Inc. 13117 NW 107 Avenue, Unit 1 Hialeah Gardens, FL 33018 Tele: (305)828-5307 Fax: (305) 828-5325 Contact: Antonio Reyes, President 3. O.R. Dean Construction, Inc. Joint Venture 13lade Specialty Contracting, LLC 4200 NW 7 Avenue Miami, FL 33127 Tele: (305) 758-1770 Fax: (305)758-4790 Contact: O. Richard Dean, President 4. Master Excavators,Inc. 9950 SW 168 Terrace Miami, FL 33157 Tele: (305)238-0119 Fax: (305)251-8301 Contact: Bernard Feely, President 1 5. Metro Equipment Services, Inc. 7171 SW 62 Avenue, Suite 502 Miami,FL 33143 Tele: (305) 740-3303 Fax: (305) 740-3305 Contact: Jorge Godoy Lawrence Wright& Partners, LLC 3827 NW 125 Street Opa-locka, FL 33054 Tele: (888) 588-4845 Fax: (888) 588-4842 Contact: Lawrence Wright 6. C & T Construction and Design, Inc. 15461 SW 170 Terrace Miami, FL 33187 Tele: (786)430-1747 Contact: Carlos Maldonado, President I further certify that sealed proposals were submitted and properly opened in my presence and also the �foHowing: r CITY-CLERK .� CLERK 2 7,3---------:,,,-c_,.\\/4 f City,t9 Cl �V XF w,n'' �<'�`:, 31 a pang i3E HA ‘...1-\t ,----.7-- „__:----..7/„D'y gzolithb MEMORANDUM To: Fritz Armand—Public Works Esin Daniel Abia—Building&License Mohammad Nasir—Public Works Howard Brown— I munity Development h rd Vigar ,—Bu • g License From: a nce Pattersoh,City anager Date: April 21,2011 RE: Evaluation of Qualifications—11-18041200 Lift Stations 1&2 Rehabilitation You have been selected to participate on the evaluation panel of the RFP submitted for the Lift Stations 1 & 2 Rehabilitation. Attached you will find the following documents: One copy of each of the six(6) request submitted Copy of the evaluation rating worksheet Procedures Effective immediately a Cone of Silence is in effect and will continue until the City Commission has approved the City Manager's recommendation. Evaluate and rate proposals based on the criteria published in the RFQ only. Reviewers must record their evaluation on the rating form. During this process, a reviewer is prohibited from accepting any meals,gifts or anything of value from a proposer. Disclosure any personal affiliations with any of the proposers (i.e. business relationship, family relationship, close friendship,...)that might affect your judgment or may be seen as such. The evaluation review meeting is tentatively scheduled for Thursday,April 21,2011 at 3:00 PM in the Finance Conference Room. To be excused from this appointment you must make your request in writing and it must be approved by me. Attachments Cc: Rose A. McKay, Purchasing Officer Qp-LOCK h � IU jnl �gpoantE/ By signing below you are acknowledging receipt of the following proposals as submitted in response to the City of Opa-locka's RFQ No. 11-18041200: RFQ NO. 11-18041200 Lift Stations 1 and 2 Rehabilitation NAME OF COMPANY Copies/CD 1. H.A. Contracting Corp. 5 Copies/ 1 CD 9500 NW 12th Street, Bay 1 Miami,FL 33172 Tele: (305)591-9212 Fax: (305)591-9630 Contact: Henry Angelo III, President Website: www.hacontracting.com 2. GPE Engineering and General Contractors 5 Copies I 1 CD DB/A Gonzalez Pavement Equipment Inc. 13117 NW 107 Avenue, Unit 1 Hialeah Gardens, FL 33018 Tele: (305) 828-5307 Fax: (305) 828-5325 Contact: Antonio Reyes, President 3. O.R.Dean Construction, Inc. 5 Copies/ 1 CD Joint Venture Blade Specialty Contracting, LLC 4200 NW 7 Avenue Miami, FL 33127 Tele: (305)758-1770 Fax: (305) 758-4790 Contact: O. Richard Dean, President 4. Master Excavators, Inc. 5 Copies/ 1 CD 9950 SW 168 Terrace Miami,FL 33157 Tele: (305) 238-0119 Fax: (305)251-8301 Contact: Bernard Feely, President 1 5. Metro Equipment Se yes, Inc. 5 sies/ 1 CD 7171 SW 62 Avenue, Suite 502 Miami, FL 33143 Tele: (305) 740-3303 Fax: (305)740-3305 Contact: Jorge Godoy Lawrence Wright&Partners, LLC 3827 NW 125 Street Opa-locka,FL 33054 Tele: (888)588-4845 Fax: (888) 588-4842 Contact: Lawrence Wright 6. C&I Construction and Design, Inc. 5 Copies/ 1 CD 15461 SW 170 Terrace Miami,FL 33187 Tele: (786)430-1747 Contact: Carlos Maldonado, President � 1,Q l ct, y- I i 20t I Rec ved by: i of the City Manager Date: 04 19/2011 C-3 2 rn N ■Zr In rn co m o f In N 00 c-1 , In 1. N co 00 Q1 01 m ).O � 00 N N N r-I 00 m eel m Ni N N c„ J Q I- 0 I- 0 O 111 0 In u1 0 00 l Ln , O 0 In , 1f In In O N N N N N 1-1 ri N rI r1 r-I c-1 ri c-I N Z L) - 0 z w Q 1- w co LL w 1• r c' %-1 m LL = cc W } N CC Qa 0 , O Ln m In , 0 0 0 Ln , 0 0 0 In , O In N CQ lD lD up lD d- lD L/1 ri r-I LC) CO ri r-I 111 r1 Z w 2 o z - Z 11J n Z a Z 0 x w o a 1- O J I- m a " 0 > -J 0 w ce I- N 1 '.0 01 01 u1 I d 00 In In I In 1, 00 ri ■ 0 N. 0 Z_ LL 0 cc w r w J In cc 0 0 0 0 Z 0 a Z 0 Q _ 0 a Q 2 0 Q U 2 cc 0 F- EC. G CC 0 F- 2 cC 0 I- > ~ z = 3 = z z = 3 = z z = 3 = X 1- z = = O O O LL w C O Q Z LL w O Q La LL w G O Q w LL w G = Q 0 V w 0 I- Q a Q w > = 0 0 2 M O Ll CO 00 CO 00 CO M C Q O� Cr M O , 0 0 0 in , in in N N N N N N N N c-i i-i Ln , in 0 Ln 0 , N in r-I CO in in l0 in CD CD CO CO N ,.D CO CO CO 0 O ° 01 00 lD m 00 lI l0 m m m cv r-+ VI Z CL I O (.7 Z 0 2 O O 0 U Z 2 Z Q � o , 0 a ccUaW Q a 2 cc 0 F- 0 cc 0 H I— < D u� U - Ni z = < Q /- I- N = a Q O w Z I- � z Z w in H z 0 w 0 LL W I < M ‹ O O LJJ D Z I-- cn LIJ U 2 re U 2 2 2902