Loading...
HomeMy Public PortalAbout12-8425 RFQ for the Preparation of Transportation Master Plan Sponsored by: City Manager RESOLUTION NO. 12-8425 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PREPARATION OF TRANSPORTATION MASTER PLAN AND ENHANCEMENT STUDY PHASE I PER MPO GRANT FOR THE CITY OF OPA-LOCKA FROM RESPONSIVE CONSULTING FIRMS;PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa locka desires to enhance transportation access to the roadways in the City of Opa-locka; and WHEREAS, the City desires to solicit a Request for Qualifications from qualified Traffic Engineering firms to study and evaluate ways to maintain and promote neighborhood vitality and to achieve a healthy and safe environment for residents, motorist, pedestrians, and bicyclists accessing roadways to the Airport and/or other activity centers; and WHEREAS, the Phase I Study will provide classification/identification of the roads, establish and recommend criteria for roadway improvements, traffic and safety efficiency, and provide geometric improvements to transportation facilities; and WHEREAS, the total cost for the project is $67,880, of which $54,304 was awarded from the MPO Grant, Phase I Study Program, to be paid from Account Number 44-541824, and $13,576 from Account Number 47-541340, the City required 20% match; and Resolution No. 12-8425 WHEREAS, the City Commission of the City of Opa-locka desires to authorize the issuance of a Request for Qualifications (RFQ) for the preparation of Transportation Master Plan and Enhancement Study Phase I. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes and directs the City Manager to issue a Request for Qualifications (RFQ) to identify qualified professional consultant engineers for the preparation of Transportation Master Plan and Enhancement Study Phase I for the City of Opa-locka. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 27th day of June, 2012. YRA T LOR MAYOR Attest to: Approved as to form and legal sufficiency 14, 7 ,I P‘Qc, anna Flores Jo'e: S.IGeller ity Clerk ty Atto ey Moved by: Commissioner Holmes Seconded by: Commissioner Miller Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 2 af �t ,s p1 s • City of Opa-Locka Agenda Cover Memo Commission Meeting 6/27/2012 Item Type: Resolution Ordinance Other Date: x (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (Enter X in box) x x - Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No (Enter X in box) x Account Numbers# 44-541824 47-541340 Contract/P.O. Required: Yes No RFP/RFQ/Bid#: (EnterX in box) X RFQ required Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the (Enter X in box) specific objective/strategy this item will address) X Enhance Organizational ED Bus.&Economic Dev - 1. Will help planning for Public Safety - better public safety. Quality of Education 0 Qual.of Life&City Image Communcation Cl Sponsor Name City Manager Department: Public Works Short Title: Request for Qualifications for the Transportation Master Plan and Enhancement Study Phase I per MPO Grant Staff Summary: The purpose of this Request for Qualifications is to seek Traffic Engineering services from qualified professional consultants for the preparation of Transportation Master Plan and Enhancement Study Phase I. The purpose of this study is to evaluate ways to maintain neighborhood vitality, promote a safe and livable environment for residents, pedestrians, bicyclist and motorists on local streets while promoting economic development through enhanced access to the Airport and/or other activity centers. MPO Grant, Phase I Study 1 Proposed Action: Staff recommends approval to advertize the RFP. Attachment: 1. Agenda 2. NTP Letter 3. Agreement 4. Resolutions. 5. RFQ MPO Grant, Phase I Study 2 la <c, \.z oqp ®a. MEMORANDUM °" TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus Commissioner Gail iller FROM: Bryan K. Fi t,trilty Manager DATE: in . 112 RE: Request for Qualifications(RFQ)for the Transportation Master Plan and Enhancement Study Phase I per MPO Grant. REQUEST: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PREPARATION OF TRANSPORTATION MASTER PLAN AND ENHANCEMENT STUDY PHASE I PER MPO GRANT FOR THE CITY OF OPA-LOCKA FROM RESPONSIVE CONSULTING FIRMS. Description: The purpose of this Request for Qualifications is to seek Traffic Engineering services from qualified professional consultants for the preparation of Transportation Master Plan and Enhancement Study Phase I. The purpose of this study is to evaluate ways to maintain neighborhood vitality,promote a safe and livable environment for residents, pedestrians, bicyclist and motorists on local streets while promoting economic development through enhanced access to the Airport and/or other activity centers. The objectives of the study are as follows: 1. Classify all roads by identifying their function,conditions and level of service. 2. Establish criteria on how to improve the roads. 3. Recommend roadway improvements 4. Recommend ways t o mitigate impact of truck traffic and techniques for increased efficiency, safety,capacity and level of service for the City's transportation facility. 5. Provide a comprehensive traffic operations and safety analysis 6. Identify the solutions to address traffic volume, roadway needs and safety issues for residents. 7. Provide the groundwork for geometric improvements to transportation facilities including possible transit upgrades, pavement markings, traffic controls, sidewalks, Americans with Disabilities Act(ADA)ramps,lighting and other elements. Account Number: 44-541824 - $54,304 47-541340-$13,576 Financial Impact: The city of Opa-locka requested fund from MPO under the Municipal Grant Program and was awarded $54,304 for the preparation of Transportation Master Plan and Enhancement Study Phase I. The City is required to contribute 20% ($13,576) of the total project cost ($67,880). City received the MPO Grant,Phase I Study I Notice-to-Proceed on May 23, 2012. This project will be included in the FY 2011-2012 Budget Amendment. Implementation Timeline: As soon as Possible. The project must be completed eight(8)months after the Notice to Proceed(NTP)is issued from Miami Dade County. The NTP is dated May 23,2012 which will put the deadline for completion at January 23, 2012. Legislative History: Resolutions Numbers 11-8273 and 11-8179 Recommendation(s): Staff recommends approval to advertize the RFP. Analysis:,The study will address traffic safety deficiencies and will identify potential countermeasures to enhance the driving safety within the City's roadway network. It will include the roadway analysis for the roadway characteristics, functional classification, design criteria, pavement conditions, pedestrian, bicycle &ADA,lighting, signing&pavement markings,transit,and communities desire in the roadway projects. Attachments: 1. NTP Letter 2. Agreement 3. Resolutions#11-8273, 11-8179 4. RFQ PREPARED BY: 1)Mohammad Nasir,PE,Interim Public Works Director 2)Charmaine Parchment,Grant Writer/Coordinator&Acting Asst. Finance Director 3)Faye Douglas,Budget Administrator END OF MEMORANDUM MPO Grant,Phase I Study 2 METROPOLITAN PLANNING ORGANIZATION (MPO)SECRETARIAT 111 N.W. 1 STREET, SUITE 920 MIAMI, FLORIDA 33128-1904 (305)375-4507 ALAN": Atiorim FAX: (305)375-4950 • May 23, 2012 Mr. Bryan Finnic City Manager City of Opa-Locka 780 Fisherman Street, 41h Floor Opa-Locka, FL 33054 Dear Mr. Finnic.: With this letter I am returning a fully executed Interlocal Agreement between the MPO and the City of Opa-locka. Concurrence was subsequently received from the Florida Department of Transportation allowing for reimbursements on project related expenditures under the Municipal Grant Program. You are authorized to proceed with the preparation of the Opa-Locka Transportation Master Plan and Enhancement Study Phase I as reflected in scope of services (Exhibit A). Please note that the work under this agreement is to he completed within eight (8) months from the date of this letter. Mr. Wilson Fernandez will serve as the MPO project manager for this effort. Invoices for reimbursement payments, to a maximum of$54,304 as per the terms of the Agreement, should be sent to Mr. Fernandez for approval. If you have any questions, please feel free to contact me at 305-375-4507. Sincerely, r ^^,C•# - Mrs. Irma San Roman Interim MPO Director Attachment cc: Wilson Fernandez. Miami-Dade MPO Oscar Camejo, Miami-Dade MPO Charmaine Parchment, City of Opa-Locka . y 6`;L. Sponsored by: City Manager s Resolution No.11-8273 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA TO AUTHORIZE THE CITY MANAGER Lit :T MIAMI-DADE COUNTY METROPOLITAN PLANNING ORGANIZATION (MPO) MUNICIPAL GRANT PROGRAM (MPG) AWARD, IN THE AMOUNT OF FIFTY FOUR THOUSAND THREE HUNDRED FOUR DOLLARS($54,304.00),TO CONDUCT PHASE 1 OF THE. CITY'S TRANSPORTATION MASTER PLAN AND ENHANCEMENT STUDY,AND TO PROVIDE A 20% MATCH, PAYABLE FROM THE PTP FUND, ACCOUNT NO. 47-541340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-locka submitted an application to Miami-Dade County Metropolitan Planning Organization (MPO), requesting funds in the amount of Fifty Four Thousand Three Hundred Four Dollars($54,304.00)to conduct a Transportation Master Plan and Enhancement Study-Phase 1; and WHEREAS,the study will consist of data collection and engineering analysis of the City's road network and will provide necessary data to identify deficiencies and facilitate the development of potential improvements that incorporate future roadway design projects to enhance livability; and WHEREAS, the City will be required to provide a twenty percent(20%)minimum match, which will be payable from the PTP Fund,Account Number 47-541340; and WHEREAS,the City Commission of the City of Opa-locka desires the City Manager to execute all documents and accept the Miami-Dade County Metropolitan Planning Organization (MPO)Municipal Grant Program (MPG) award. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA: • Resolution No. 11-8273 Section 1. The recitals to the preamble are hereby incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes City Manager to accept the Miami-Dade County Metropolitan Planning Organization(MPO)Municipal Grant Program (MPG) award, in the amount of Fifty Four Thousand Three Hundred Four Dollars ($54,304.00), to conduct the City's transportation master plan and enhancement study, and to provide a 20%match,payable from the PTP Fund,account number.47-541340. Section 3., This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 14th DAY OF September,2011. (434d M 1' A TAYLOR MAYOR Attest to: Approved as to r• d leg. suffi 'e y: .' 1411 A AIWA Deborah :.Irby !•seph/.. Geller City Clerk ity torney Moved by: JOHNSON Seconded by: HOLMES Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: NOT PRESENT Vice-Mayor Johnson: YES Mayor Taylor: YES • • • OEsP.Loc, 4,A • SL 1P ;I •Memorandum TO: Mayor Myra L. Tay Vice-Mayor Dorothy J• •nson Commissioner Timot• .olmes Commissioner Rose ydus Commissioner G• I Miller FROM: Bryan K.Finnie,Interi i ity Manager DATE: August 17,2011 „ RE: Authorization t cce• the MPO Municipal Grant Program award to conduct Phase 1 of th , i T s Transportation Master Plan and Enhancement Study. Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ACCEPT THE MIAMI-DADE COUNTY METROPOLITAN PLANNING ORGANIZATION (MPO) MUNICIPAL GRANT PROGRAM (MPG) AWARD, IN THE AMOUNT OF FIFTY-FOUR THOUSAND, THREE HUNDRED AND FOUR DOLLARS ($54,304.00) TO CONDUCT PHASE 1 OF THE CITY'S TRANSPORTATION MASTER PLAN AND ENHANCEMENTS STUDY, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. Description: An application was submitted to Miami Dade County Metropolitan Planning Organization (MPO) requesting funds to conduct a Transportation Master Plan and Enhancements Study Phase 1. Phase 1 of the study will consist of data collection and engineering analysis of the city's road network and will serve as a blueprint that will guide Opa-locka's development over a 25- year period. This would be the city's first Transportation Master Plan. The Transportation Master Plan would reflect changing conditions and new planning principles. The plan is based on projections of growth and travel demand coupled with financial assumptions. It specifically looks at major, urban transportation planning concerns such as environmental/air quality, complete access to transportation, alternative transportation modes (bicycle and pedestrian in particular), the impact of land development on the transportation system, highway traffic congestion, and maintenance of the existing infrastructure. Financial Impact:The City must provide a twenty percent (20%) minimum match which will be funded from PIP Account#47-541340. Implementation Time Line: Immediately. Legislative History: Resolution No. 11-8179 authorizing the City Manager to submit the application. - 1 - • Recommendation(s): Staff recommends that the City Commission consent to the Municipal Grant Program and authorize the City Manager to execute all documents associated with accepting the award. Analysis: The Transportation Master Plan and the Enhancements Study Phase 1 will provide the data necessary to identify the city's roadway deficiencies and facilitate the development of a list of potential improvements that incorporate the desires of the community in roadway design projects in order to blend the roadway corridors with the characteristic of the community while enhancing livability in the City. Attachment(s): Copies of the Interlocal Agreement and Resolution. END OF MEMORANDUM -2- Sponsored by:City Manager C WAN Resolution No. 11-8179 ^alio A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA,TO AUTHORIZE THE CITY MANAGER TQ i tsfailitift AN APPLICATION TO THE METROPOLITAN PLANNING ORGANIZATION UNDER THE MUNICIPAL GRANT PROGRAM FOR A ROAD CLASSIFICATION AND IMPROVEMENT STUDY IN AN AMOUNT UP TO ONE HUNDRED FIFTY THOUSAND ($150,000.00) DOLLARS,PROVIDING FOR A LOCAL MATCH OF THIRTY SEVEN THOUSAND FIVE HUNDRED DOLLARS ($37,500.00) FROM EXISTING CITY PTP FUNDS,PAYABLE FROM ACCOUNT NUMBER 47-541340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the FY 2012 Unified Planning Work Program(UPWP)of the Miami- Dade Metropolitan Planning Organization (MPO) provides transportation and transit planning; and WHEREAS,the FY 2012 Unified Planning Work Program includes the Municipal Grant Program; and WHEREAS, the City will be submitting an application to the Municipal Grant Program in the amount of$150,000.00;and WHEREAS, if the application is approved, there will be a required local match from the City in the amount of$37,500.00;and WHEREAS,the local match of $37,500 would be paid from existing PTP funds now held by the City,which would be allocated for this purpose and charged to account number 47-541340; and WHEREAS, the City Commission of the City of Opa-locka desires the City Manager to submit an application to the MPO under the Municipal Grant Program for a road classification and improvement study. ■ NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION Resolution No. 11-8179 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 submit an application to the Metropolitan Planning Organization under the Municipal Grant Program for a Road Classification and Improvement Study in an amount up to One Hundred Fifty Thousand($150,000.00)Dollars with a local match of$37,500 from existing PTP funds held by the City,and charged to account number 47-541340. !Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS�2a',DAY OF January,2011. / ,_ A LAO. / `A TAYLOR AYOR Attest to: A. ved as i fo i d 1e., su f iency: a.� , ,L.� A L l___ r orate S. a J. .011S. f er City Clerk C''1 Atto ey Moved by: Commissioner Holmes Seconded by: Vice Mayor Johnson Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor:. YES 2096589 vl INTERLOCAL AGREEMENT THIS AGREEMENT, made and entered into this 1 st day of No Yeirv16e1- , 2011, by and between the Miami-Dade Metropolitan Planning Organization (MPO), hereinafter called the MP()and the City of Opa-Locka, hereinafter called Opa-Locka. That the MPO and Opa-Locka have determined to jointly fund the Transportation Master Plan and Enhancements Study Phase I and that Opa-Locka has determined to provide the services for such study and its share of the costs thereof as provided below. WITNESSETH: ARTICLE 1.00: The MP() does hereby retain Opa-Locka to provide the services for the Transportation Master Plan and Enhancements Study Phase I, which services are described in Exhibit "A": "Scope of Services", and Exhibit "B": "Tentative Project Schedule". The parties further agree that the project costs are provided in Exhibit "C": "Project Cost." In addition, the E-VeritY Certification provided in Exhibit "D" must be signed by the recipient. The referenced exhibits are attached hereto and made a part hereof as though fully recited herein. Article 16.00 governs each party's obligations for its portion of the Project Cost. ARTICLE 2.00: The MPO and Opa-Locka mutually agree to furnish, each to the other, the respective services, information and items as described in Exhibit "A" Scope of Services, Exhibit "B" Tentative Project Schedule, Exhibit "C" Project Cost and Exhibit "D" E-Verify Certification. The MPO agrees to furnish Opa-Locka and its duly designated representatives information including. but not limited to, existing data and projects related to the study area which may be available in other governmental offices. Opa-Locka agrees to perform or cause to he performed, in a timely and professional manner, the work elements set forth in the above- enumerated Exhibits, in accordance with the Schedule set forth in Exhibit "B". Before initiating the work described in Exhibits "A", "B" and "C", the MPO Director or his designee shall execute and issue Opa-Locka a Notice-to-Proceed with the work described in said Exhibits, such work to constitute performance of the Transportation Master Plan and Enhancements Study Phase I as set forth in said Exhibits. ARTICLE 3.00: The services to be rendered by Opa-Locka shall be commenced subsequent to the execution and issuance of the Notice-to-Proceed and shall be completed within eillAt (8) ) months from the date of execution and issuance of the Notice-to-Proceed. ARTICLE 4.00: Opa-Locka agrees to provide Project Schedule progress reports on a monthly basis and in a format acceptable to the MPO Director. The MPO Director shall be entitled at all times to be advised, at his request, as to the status of work being done by Opa-Locka and of the details thereof. Coordination shall be maintained by Opa-Locka with representatives of the MPO. Either parties to the agreement may request and be granted a conference. ARTICLE 5.00: In the event there are delays on the part of the MPO as to the approval of any of the materials submitted by Opa-Locka or if there are delays occasioned by circumstances beyond the control of Opa-Locka which delay the Project Schedule completion date, the MPO Director or his designee may grant Opa-Locka, by a letter an extension of the contract time, equal to the aforementioned delays, provided there are no changes in compensation or scope of work. It shall be the responsibility of Opa-Locka to ensure at all times that sufficient contract time remains within which to complete services on the project and each major Task Group as designated with roman numerals on the Exhibits. In the event there have been delays which would affect the project completion date or the completion date of any major Task Group, Opa- Locka shall submit a written request to the MPO Director or his designee twenty (20) days prior to the schedule completion date which identifies the reason(s) for the delay and the amount of time related to each reason. The MPO Director or his designee will review the request and make a determination as to granting all or part of the requested extension. Scheduled completion dates shall be determined by the elapsed times shown in Exhibit "B" and the issue date of the Notice- Page 2 MP0541UPWP FY2012/MGP Opa-Locka Intertocal Agreement FY 2012 Trans Master Plan Phase 1 to-Proceed. In the event contract time expires and Opa-Locka has not requested, or it'the MPO Director or his designee has denied an extension of the completion date, partial progress payments will be stopped on the date time expires. No further payment tbr the project will be made until a time extension is granted or all work has been completed and accepted by the MPO Director or his designee. ARTICLE 6.00: Opa-Locka shall maintain an adequate and competent professional staff and may associate with it, for the purpose of its services hereunder, without additional cost to the MPO, other than those costs negotiated within the limits and terms of this Agreement and upon approval by the MPO Director, such specialists as Opa-Locka may consider necessary. ARTICLE 7.00: The MPO shall not be liable for use by the Opa-Locka of plans, documents, studies or other data for any purpose other than intended by the terms of this Agreement. ARTICLE 8.00: All tracings. plans, specifications, maps, and/or reports prepared or obtained under this Agreement shall he considered research and shall become the property of the MPO without restriction or limitation on their use; and shall be made available, upon request, to the MPO at any time. Copies of these documents and records shall be furnished to the MPO upon request. verbal or written, allowing reasonable time for the production of such copies. SUB-ARTICLE 8.10:Records of costs incurred by Opa-Locka and all subconsultants performing work on the project, and all other records of Opa-Locka and subconsultants considered necessary by the MPO for proper audit of project costs, shall he furnished to the MPO upon request. Whenever travel costs are included in the performance of services set forth in Exhibits "A", "B" and "C", the provisions of Metropolitan Miami-Dade County Administrative Order 6-1, shall govern or Florida Statues, whichever is more restrictive. Page 3 NIM.)54/t Y2.01 21N1(11'(:)pa-Locka Interlocal Agreement FY 2012 Trans Master Plan Phase I Opa-Locka shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119. Florida Statutes. and made or received by Opa- Locka in conjunction with this Agreement. Failure by Opa-Locka to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the MPO Director. ARTICLE 9.00: Opa-Locka shall comply with all federal, state, and local laws and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance or work under this contract. SUB ARTICLE 9.10: On January 4, 2011, Governor Rick Scott signed Executive Order Number 11-02 relating to verification of employment status (the ""Order"). The Order directs all agencies under the direction of the Governor to include as a condition of all state contracts a requirement that the contracting party utilize the C.I.S. E-Verify system to ""verify the employment of: (a) all persons employed during the contract term by the contractor to perform work pursuant to the contract with the state agency". Opa-Locka agrees to comply with the requirements of the Order and execute Exhibit "I)". ARTICLE 10.00: The MP() agrees to pay Opa-Locka compensation as per Article 16.00 of this Agreement and Exhibits "A", "B" and "C",attached hereto and made a part hereof. ARTICLE 11.00: The MPO Director may terminate this Agreement in whole or in part at any time the interest of the MPO requires such termination. SUB ARTICLE 11.10: If the MPO Director determines that the performance of Opa- Locka is not satisfactory, the MPO Director shall have the option of (a) immediately terminating the Agreement or (b) notifying Opa-Locka of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time. Page 4 MP0541''PMP F Y2012 MGP Up -Locks Interloeal Agreement t Y 2012 Fran.Master Plan Phase I SUB-ARTICLE 11.20: If the MPO Director requires termination of the Agreement for reasons other than unsatisfactory performance of Opa-Locka, the MPO Director shall notify Opa-Locka of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to he terminated. SUB-ARTICLE 11.30: If.the Agreement is terminated before performance is completed, Opa-Locka shall be paid for the work satisfactorily performed. Payment is not to exceed the prorated amount of the total share of the project costs to be paid by MPO as provided in Article 16.00 agreement amount based on work satisfactorily completed. Such determination shall be based and calculated upon a percentage allocation of total project cost, by major Task Group. ARTICLE 12.00: All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. ARTICLE 13.00: Opa-Locka warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Opa-Locka, to solicit or secure this Agreement. and that it has not paid or agreed to pay any person, company, corporation, individual or firm any fee, commission, percentage, gift or any other consideration, contingent upon or resulting from the award or making of this Agreement. It is understood and agreed that the term "fee" shall also include brokerage fee, however denoted. SUB-ARTICLE 13.10: For the breach or violation of Article 13.00, the MP() Director shall have the right to terminate this Agreement without liability, and. at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentue, gift or consideration. ARTICLE 14.00: Opa-Locka agrees that it shall make no statements, press releases or publicity releases concerning this Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this Page 5 mpt :$4;1 1,■k•I'I-V21)I ()pa-Locka Interim:al Agreement FY 2012'Frans Master Plan Phase I Agreement, or any particulars thereof, during the period of this Agreement, without first notifying the MPO Director or his designee and securing its consent. Opa-Locka also agrees that it shall not copyright or patent any of the data and/or information furnished in compliance with this Agreement, it being understood that, under Article 8.00 hereof, such data or information is the property of the MPO. This Section shall not be construed to limit or restrict public access to documents, papers, letters or other material pursuant to Article 8.10 of this Agreement. ARTICLE 15.00: The MPO shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure. Any contract, verbal or written, made in violation of this subsection shall be null and void,and no money shall be paid on such contract. ARTICLE 16,00: Payment of project costs- It is mutually agreed and understood that the Project Costs shall be as provided in Exhibit C . MPO shall pay Opa-Locka 80%of such Project Costs. Opa-Locka shall be responsible for the remaining 20% of such Costs. Opa-Locka shall invoice MP() monthly for MPO's share of Project Costs in a format acceptable to the MPO Director or his designee and shall be paid therefore on a percentage of completion basis lbr each Task described in the Notice-to-Proceed executed in accordance with Article 2.00. Opa-Locka shall invoice 100% of the MPO's share of the Project Cost upon completion of all Task Orders, as indicated under Exhibit-A-. The total compensation to be paid by the MPO to Opa-Locka hereunder shall not exceed $54,304. SUB-ARTICLE 16.10: By executing this agreement Opa-Locka commits to fund the $13,576 local share minimum of this agreement as specified in Exhibit C. SUB-ARTICLE 16.20: It is agreed that said compensation provided in Article 16.00 hereof shall be adjusted to exclude any significant sums where the MPO Director shall determine that reported costs by Opa-Locka reflect inaccurate, incomplete or non-current costs. All such adjustments shall be made within 60 days following the end of the Agreement. For purpose of this Agreement, the end of the Agreement shall be deemed to Page 6 mik)54 P Y20 i 2/MGP Opa-Loeka Interlocal Agreement 1 Y 2012 frans"slaster Han Phase 1 be the date of final billing or acceptance of the work by the MPO Director or his designee, whichever is later. ARTICLE 17.00: Standards of Conduct - Conflict of Interest - Opa-Locka covenants and agrees that it and its employees shall be hound by the standards of conduct provided in Florida Statutes 112.313 as it relates to work performed under this Agreement, which standards will be referred and made a part of this Agreement as though set forth in full. Opa-Locka agrees to incorporate the provisions of this article in any subcontract into which it might enter with reference to the work performed. ARTICLE 18.00: The MP(.) Director reserves the right to cancel and terminate this Agreement in the event Opa-Locka or any employee, servant, or agent of Opa-Locka is indicted or has direct information issued against him for any crime arising out of or in conjunction with any work being performed by Opa-Locka for or on behalf of the MPO, without penalty. It is understood and agreed that in the event of such termination, all tracings, plans, specifications, maps. and data prepared or obtained under this Agreement shall immediately be turned over to the MPO Director in conformity with the provisions of Article 8.00 hereof. Opa-Locka shall he compensated for its services rendered up to the time of any such termination in accordance with Article 11.00 hereof. ARTICLE 19.00: To the extent permitted by law, and subject to the limitations included within Florida Statutes Section 768.28, Opa-Locka shall indemnify and save harmless the MPO from any and all claims, liability, losses and causes of action arising out of Opa-Locka'S negligence or other wrongful acts in the performance of this agreement. However, nothing herein shall be deemed to indemnify the MPO for any liability or claims arising out of the negligence, perf.ormance, or lack of performance of the MPO. To the extent permitted by law, and subject to the limitations included within Florida Statutes Section 768.28, the MPO shall indemnify and save harmless Opa-Locka from any and all claims, liability, losses and causes of action arising out of the MPO's negligence or other wrongful acts in the performance of this agreement. However, nothing herein shall be deemed to indemnify Page Mil...)54/UPWP FY20121MGP Opa-Imeka Interlocal Agreement.FY 201 2 1 tans Master Plan Phase I Opa-Locka for any liability or claims arising out to the negligence, performance, or lack of performance of Opa-Locka. ARTICLE 20.00: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. ARTICLE 21.00: Attachments: Exhibit "A", Scope of Services Exhibit "B", Project Schedule Exhibit "C". Project Budget Exhibit-D-, E-Verify Certification No alteration, change or modification of the terms of this Agreement shall be valid unless made in writing, signed by both parties hereto, and approved by the Governing Board of the Metropolitan Planning Organization. This Agreement, regardless of where executed. shall be governed by and construed according to the laws of the State of Florida and venue shall be in Miami-Dade County. Florida. . I IN WI WITNESS WHEREOF, the parties hereto have executed these presents this / day of November . 2011. Approved as to tom and 1141 Sufficiency ,Ass."Istantotiatyrmeregyl is.) ATTEST:MIAMI-DADE COUNTY FLORIDA By The Governing Board of 10- 2- ' I • Metropolitan PlanningOrganization(MPO) Date -,... ....— I Print Name X.ri44.0- Sq.•-•rib v‘...0 in. --__ _...... Director, MPO Secretariat ATTEST:CITY OF OPA-LOCKA Page 8 MI'()54/UPWP I Y2012A1G1'Op-Lot:Ka Interlocal Agreement FY 2012 1 Prins Master Plan Phase 1 By: Print Name Bryan K. Finnie Op oca Authorized Representative Bv: ,c' ,■11`4. Print Name MCOAM"trb Ai3 ArASik,,P6 Opa-Locka Project Manager Pagc M11.1 tc44"P‘k 1' Y 201 2./M(iP t Ma-1 ocka Interlocal Agreement FY 2012 [cans Master Plan Phase 1 Exhibit"A": "Scope of Services" Phase 1 of the City of Opa-Locka Transportation Master Plan and Enhancements Study consist of Task 1: Data Collection and Task 2: Engineering Analysis. The scope of work includes the following: Task 1: - Data Collection will include (a) Field Review where data regarding the geometric roadway deficiencies, pavement conditions. signing and pavement markings, drainage elements, lighting and other features to develop a transportation inventory. (b)City-wide Traffic Count will be performed and the data will be supplemented by FDOT data for the count stations located along NW 1351h Street, NW 271h Avenue. Lejeune Road, NW 42nd137th Avenue Connector, SR-9 and NW I 19th Street/Gratigny Parkway. The count will provide an understanding of the prevailing traffic patterns within the City and will be taken as follows: • 48-hour bi-directional volume and classification count recorded by 15 minute intervals performed on two consecutive weekdays at the following locations 1. NW 151st Street (2 locations) 2. Alibaba Avenue (2 locations) 3. Sharazad Avenue (2 locations) 4. Perviz Avenue (2 locations) 5. NW 42nd /37th Avenue Connector(2 locations) 6. NW 135th Street (2 Locations) • 6-hour turning movement counts performed on one weekday and one weekend during the morning peak period, afternoon peak period and evening peak. These counts will be done at the following intersections: 1. NW 151st Street and NW 37th Avenue 2. NW 151st Street and NW 27th Avenue 3. NW 151st Street and Ali Baba Avenue 4. NW 37th Avenue and Aladdin Street 5. Lejeune Connector and NW 135th Street 6. Lejeune Road and NW 119th Street 7. Lejeune Road and NW 135th Street 8. Ali Baba Avenue and Sharazad Blvd. 9. Ali Baba Avenue and NW 27th Street 10. NW 27th Avenue and Burlington Street 11. NW 27th Avenue and Opa-Locka Blvd 12. NW 27th Avenue and NW 127th Street 13. NW 135th Street and Aswan Road 14. Opa-Locka Blvd and Sinbad Avenue 15. NW 17th Avenue and NW 135th Street 16, NW 22nd Avenue and Opa-Locka Blvd 17. NW 19th Avenue and Opa-Locka Blvd 18. NW 151st Street and NW 32nd Avenue 19. NW 151st Street and NW 22nd Avenue 20. NW 151st Street and Perviz Avenue 21. Lejeune Connector and Alibaba Avenue 22. Lejeune Connector and NW 132nd Street 23. E 4th Avenue and NW 119th Street 24. Lejeune Road and Curtiss Street 25. Ali Baba Avenue and ()pa-Locka Blvd 26. Ali Baba Avenue and NW 22nd Street 27. NW 27th Avenue and Superior Street 28. NW 27th Avenue and NW 135th Street 29. NW 135th Street and NW 32nd Avenue 30. Opa-Locka Blvd and Superior Street 31. SR 9 and NW 22nd Avenue 32. NW 17th Avenue and Opa-Locka Blvd 33. NW 22nd Avenue and NW 135th Street 34. NW 19th Avenue and NW 135th Street Page 10 MP054 '13WP FY2012/MGP Opa-Locka 1nterlocal Agreement FY 2012 Trans Master Plan Phase 1 The traffic counts will be summarized and presented on (uIS maps and provide the following information - i) Count Reference Number: ii)Jurisdiction and Functional Classification; iii) Lane configurations; iv) Arterial Classification (FDOT LOS Manual. if applicable); v) Directional Volume; and vi) 'truck Volumes. (c) Signal Timing to analyze for development of the city's roadway network. (d) Crash Data to identify the high crash roadway segments and intersections in the City. Task 2: Enzineering Analysis will address (a) Traffic Operational Analysis which will evaluate existing traffic conditions for the arterial segments and intersections; and forecast future traffic volume. (b) Safety' Analysis will be completed to determine safety deficiencies and identify potential safety countermeasures that will enhance the safety within the City's roadway network. (c) Roadway Analysis will be performed. This process will produce an inventory of the existing roadway characteristics; functional classification; design criteria; pavement conditions: pedestrian, bicycle & ADA; lighting, signing & pavement markings; transit; and context sensitive solution (incorporation of communities desires in a roadway design project). Page 11 MP054 11PWP FY2012'MGP Opa-Locka Interlocal Agreement FY 2012 Trans Master Plan Phase I . . ... . . . . .,.. ...„..„.......,,,.„. ,.., .. ... ..,., Exhibit"B": "Tentative Project Schedule" Al! services are expected to be completed within eight (8) months from the date of Notice to Proceed. IActivities Nov Dec Jan Feb Mar Apr May Jun ' Jul Aug 1 Consultant Selection r Da Collection 1— at - . 1 1 ' Field Review 4- --r- 1 Review of Previous Reports ' 1 Traffic Data 7 • .;•. . - I_______j ----I ! Safety Data 1----i Signal Timing H .,...._i Engineering Analysis Traffic Analysis T 1 I Safety Analysis i I f----- - — --1 i i IRoadwav Analysis i ____ ____, _ ______...... ................,.........,....._„.._..........________._____....._„......._____ Page 12 MP054;UPWP FY2012IMGP Opa-Locka Interlocal Agreement FY 2012 Trans Master Plan Phase I Exhibit "C": "Project Cost" CITY OF OPA-LOCKA TRANSPORTATION MASTER PLAN AND ENHANCEMENTS STUDY PHASE 1 Description Sub-Total Total Task 1: Data Collection Field Review 2,000.00 Previous Studies Traffic Data Tra Simal Timing 1,420.00 23.980.00 2,000.00 Crash Data 2.000.00 Sub-Total Data Collection $ 31,400.00 Task 2: Engineering Analysis Traffic 12PIona1Analys _J I 2,000.00 Safety Analysis 9,480.00 i Roadway Analysis 15.000.00 Sub-Total En:'neerin,_ Analysis $36,480.00 Grand Total , $67,880.00 Page 13 MI)054/UPWP FY2012/MGP Opa-Locka Interlocal Agreement FY 2012 Trans Master Plan Phase I Exhibit"D": "E-Verify" STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-68 PROCUREMENT E-VERIFY ovi Contract No: Financial Project No(s): Project Description: Opa-locka Transportation Master Plan and Enhancement Study-Phase I Vendor/Consultant Opa-Locka acknowledges and agrees to the following: Vendor/Consultant Opa-Locka shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; 1. all persons employed by the Vendor/Consultant Opa-Locka during the term of the Contract to perform employment duties within Florida; and 2. all persons, including subcontractors, assigned by the Vendor/Consultant to perform work pursuant to the contract with the Department. Company/Firm Opa-Locka: City of Opa-Locka _ - Authorized Signature: Title: Bry;. . Finnic., City Manager Date: it/7/40(7 Page 14 MP054/UPWP FY2012iMGP Opa-Locka Interlocal Agreement FY 2012 Trans Master Plan Phase I City of Opa-locka Qp,,-LOC,�q O 4 O (O A. ift . O.. la • .4\ i -i• I • Z ti 9pORAI�O RFQ NO: xx-xxxxx REQUEST FOR QUALIFICATION (RFQ) Transportation Master Plan and Enhancement Study Phase I per MPO Grant CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054 €"---/Qp pi it a, i \AORAlE/ CITY OF OPA-LOCKA Advertisement for Request for Qualifications (RFQ) RFQ NO: xx-xxxxx Sealed Proposals for the Transportation Master Plan and Enhancement Study Phase I per MPO Grant 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,2012 by 1:00 p.m. Any RFQ Package received after the designated closing time will be returned unopened. The purpose of this Request for Qualifications is to seek The Transportation Master Plan and Enhancement Study Phase I per MPO Grant from qualified professional consultants for the City of Opa-locka. An original and six(6) copies a total of seven(7) plus 1 copy of the qualifications package on CD's in PDF format shall be submitted in sealed envelopes/packages addressed to The Interim City Clerk, City of Opa-Locka, Florida,and marked RFQ for Transportation Master Plan and Enhancement Study Phase I per MPO Grant . An information meeting(pre-proposal meeting)will be hosted by the City Representative to discuss the City's requirements under this RFQ(the"Information Meeting") on xxxxxxxxx, 2012 at 10:00 A.M.at City Hall, 780 Fisherman Street,second Floor, Opa-Locka,Florida-33054. 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. Interim City Clerk Joanna Flores, CMC 1.INTRODUCTION 1.1. SCOPE OF WORK The purpose of the Transportation Master Plan and Enhancement Study Phase I per MPO Grant is to maintain neighborhood vitality, promote a safe and livable environment for residents, pedestrians, bicyclist and motorists on local streets while promoting economic development through enhanced access to the different activity centers. The objectives of the study are as follows: 1. Classify all roads by identifying their function,conditions and level of service. 2. Establish criteria on how to improve the roads. 3. Recommend roadway improvements 4. Recommend ways t o mitigate impact of truck traffic and techniques for increased efficiency, safety,capacity and level of service for the City's transportation facility. 5. Provide a comprehensive traffic operations and safety analysis 6. Identify the solutions to address traffic volume, roadway needs and safety issues for residents. 7. Provide the groundwork for geometric improvements to transportation facilities including possible transit upgrades, pavement markings, traffic controls, sidewalks,Americans with Disabilities Act(ADA)ramps,lighting and other elements. All information provided by the consultant will be reviewed by City staff. The consultant will be expected to rectify any omissions and make such changes as deemed appropriate at no additional cost. The report and/or drawings shall be submitted in electronic format using both PDF. The consultant is expected to start work within a two week period from receipt of Notice to Proceed and a work description unless an alternate time frame has been agreed upon. The City expects the work to be actively pursued per MPO grants requirements and timeline. Page 13 1.2. DEFINITIONS In this RFQ the following definitions shall apply: "City" means the City of Opa-locka; "City Website" means www.Opa-lockafl.gov "Closing Time"has the meaning set out in section 2.0; "Contract" means a formal written contract between the City and a Preferred Proponent to undertake the Services. "Evaluation Team" means the team appointed by the City; "Information Meeting"has the meaning set out in section 2.1; "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 Qaulification; "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; Page I 4 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:xxxxxxx 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 RFQ(the"Information Meeting") on xxxxxxxxx,2012 at 10:00 A.M. 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. 2.1 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. 2.1 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. Rose A. McKay CITY OF OPA LOCKA- PURCHASING DIVISION Page 15 305-953-2868 EXT 1307 305-953-2900 FAX 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. 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 2.4. No oral conversation will affect or modify the terms of this RFQ or may be relied upon by any Proponent. 2.1 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. 2.1 OPENING OF PROPOSALS The City intends to open Proposals in private but reserves the right to open Proposals in public at its sole discretion. 2.1 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 In order to maintain comparability and enhance the review process,proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFQ. 3.1 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2"x 11" paper, portrait orientation,with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 1. An original copy (so marked) of the proposal and six (6) copies must be sealed in one package and clearly labeled "RFQ- Request for Qualifications for Traffic Engineering Consulting Services"on the outside of the package. Page I6 2. Title Page showing the RFQ number, subject, the firm's name, the contact person's name, address and telephone number and the date of the proposal. 3. Table of Contents should include a clear and complete identification of the materials submitted by section and page number. 4. Transmittal Letter summarizing in a brief and concise manner the proposer understands of the work to be performed,the commitment to perform the work within the anticipated time period, a statement why the firm believes itself to be best qualified to perform the engagement, and a statement that the proposal remains in effect for ninety (90) days. An authorized agent of the Proposer must sign the Letter of Transmittal indicating the agent's title or authority. 5. Profile, Experience and qualifications of the firm with the name,address,telephone number, licenses, education, certifications, and organizational chart of the project team of the proposing firm, and three similar government entities (specify name of entity, contact person, address and phone number), for whom your firm has provided services. The City may contact these references. 6. Project Staffing, Management, Quality Control Process, and the approach to the project process. 7. Executed copy of Drug Free Workplace Form attached to this Request for Proposal. 8. Statement acknowledging receipt of each addendum issued by the City. 9. Proposal must be signed by an officer or employee having authority to legally bind the Proposer. 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 The letter should demonstrate how your firm is uniquely qualified to provide Transportation Master Plan and Enhancement Study Phase I per MPO. 3.3. COMPANY PROFILE, EXPERIENCE,AND QUALIFICATIONS The consulting firm(s) shall provide a description of the history and background of the firm,copy of the consultant's license to do business in the state of Florida, identification of the services provided to municipalities in Florida and other information relevant to the provision of Transportation Master Plan and Enhancement Study Phase I. The following information shall be included in the response: Page 17 D General information about the firm D Name,address and phone number of the firm D List of firm's insurance policies,the insurer,and policy numbers. D List names and titles of officers of the firm who are directly responsible for traffic engineering services D Project Organizational Chart D Project Manager's name and experience D Resume of each individual (including sub-consultants) who would be assigned to the project(s),including education,experience,and any other pertinent information shall be included for each team D Information pertaining to the firm's compliance with state licensing D Names of sub-consultant(s) the consultant intends to use for this RFQ. D Experience of the firm(s) in performing Transportation Master Plan and Enhancement Study Phase I . D Detailed list of services available directly from the company D Quality Control Process D Project Management Approach D Technical Approach to the Project Process 3.4. PROJECT STAFFING: The Consultant should clearly identify the staffing quality, availability, and traffic engineering experience including sub-consultant(s). 3.5. PROJECT MANAGEMENT: The Consultant should clearly describe the project manager's role, their methodology, and style of project management to successfully deliver this project. The Consultant should propose strategies for controlling the project schedule. The Consultant should clearly describe the inter-relationship between the consultant and sub-consultants. 3.6. QUALITY CONTROL PROCESS: Consultant should clearly present their quality control process integrated with the traffic study effort. 3.7. TECHNICAL APPROACH TO THE PROJECT PROCESS The purpose of the technical approach to the project process is to demonstrate the qualifications, competence, and capacity and methodology of the firms seeking to provide the services in conformity with the requirements of this Request for Qualifications. As such the substance of proposals will carry more weight than their form or manner of presentation. The technical proposal should demonstrate the combined qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an approach that will meet the RFQ requirements. The technical proposal should provide a straightforward, concise description of the Proposer's capabilities to provide high standard Transportation Master Plan and Enhancement Study Phase I. 3.8. REFERENCE Page 18 The Proposer must provide references from at least two (2) clients for whom the related Transportation Master Plan and Enhancement Study were provided by the respective firm. The references should include the name, address and telephone number of a contact person for each reference cited. 3.9. 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. 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 consultants 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 Page 19 ➢ Company Profile, Experience,and Qualifications 35 points ➢ Project Staffing 5 points ➢ Project Management 5 points ➢ Quality Control Process 5 points ➢ Technical Approach to the Project 35 points ➢ References 5 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 70 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) TECHNICAL APPROACH The Evaluation Team will consider the Proponent's Technical Approach to the project process identifying the task and related traffic engineering approach for the Transportation Master Plan and Enhancement Study Phase I. (c) 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 Page 110 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 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 Page 1 11 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. 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 112 je • f4 a'4'L->. sc\\ oy� f o ' RFQ NO: xx-xxxxx PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Consultant'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 Consultants, 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 Page 1 13 contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. Page 114 OQp.LOC,. \p 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. 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 Page 115 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 CONSULTANT COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name Page ( 16 Off.P'1.00,. CITY OF OPA-LOCKA DRUG-FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number(1). 4. In the statement specified in number(1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087,Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug-free workplace program, which meets the requirements of Section 287.087,Florida Statutes,which are identified in numbers(1)through(6)above. Date Signature Page 1 17 os--tockq. CITY OF OPA—LOCKA e NON-COLLUSION AFFIDAVIT 9 ap „oRe; STATE OF FLORIDA- COUNTY OF MIAMI DADE being first duly sworn,deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer,Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents,representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against(Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title Page 118 Date Page 119