Loading...
HomeMy Public PortalAbout13-8574 Agreement with C & I Construction and Design for Pump Station 10 Sponsored by: City Manager Resolution No. 13-8574 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH C&I CONSTRUCTION AND DESIGN, INC., FOR THE REHABILITATION OF SANITARY SEWER PUMP STATION 10, IN AN AMOUNT NOT TO EXCEED$768,680.00,PAYABLE AS A BUDGETED ITEM, FROM ACCOUNT NUMBER 35-535630; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING AN EFFECTIVE DATE WHEREAS,pursuant to Resolution No. 11-8313,the City of Opa-locka("City")issued a Request for Proposal, for rehabilitation of Sanitary Sewer Pump Station 10; and WHEREAS, the RFP was re issued to include 2000+/- linear ft. of 8 in., force main extension from Pump Station 10 to Pump Station 11A,in order to eliminate a Change Order; and WHEREAS,the new installation will reduce runtime and increase capacity of Pump Station 11A, as Station 10 discharges into the Master Pump Station 11C; and WHEREAS,the City received proposals from five(5)proposers for the Project; and WHEREAS,staff evaluated the proposal and recommended C&I Construction and Design, Inc.,as the most responsive and responsible proposer,meeting the criteria sought for rehabilitation of Pump Station 10; and WHEREAS,the project is budgeted,and the C&I proposal provides the best alternative for future growth; and WHEREAS, the City Commission desires to authorize the City Manager to execute an agreement with C&I Construction and Design, Inc., in an amount not to exceed $768,680.00. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Resolution No. 13-8574 Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to negotiate and execute an agreement with C&I Construction and Design, Inc., for rehabilitation of Sewer Pump Station 10, in an amount not to exceed $768,680.00, which is a budgeted item, payable from Account Number 35-535630. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 10th day of April, 2013. i i e RA /! LOR MAYOR 4 ttest to: 1 .11 anna Flores ity Clerk A8 roved a to fo 1 . , lega .0 ciency: I or / 1, - 1_!_ A Jo•rrf"( eller G; EEN' 'OON MARDER PA ity Attorney Moved by: VICE MAYOR KELL Y Seconded by: COMMISSIONER HOLMES Commission Vote: 3-1 Commissioner Holmes: YES Commissioner Johnson: NOT PRESENT Commissioner Santiago: YES Vice-Mayor Kelley: NO Mayor Taylor: YES O/ A. % i ' 9N O QpOgpSE0 City of Opa©Locka Agenda Cover Memo Commission Meeting 04/10/2013 Item Type: Resolution Ordinance Other Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (EnterX in box) x Public Hearing: Yes No Yes No (Enter X in box) x x Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No Ex: (EnterX in box) X Account#35-535630 Water and Sewer fund RFP was advertized and received six ITEM BUDGETED: YES proposals. Contract/P.O.Required: Yes No RFP/RFQ/Bid#: 13-2503200 (Enter X in box) X 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 0 Bus.&Economic Dev Da 1. Must complete to to facilitate Public Safety ® the requirements of DERM Quality of Education 0 Qual.of Life&City Image sea Communcation 0 Sponsor Name Department: City Manager City Manager Short Title: Pump Station#10 Rehabilitation Staff Summary: et"---f recommends approval to facilitate the requirements of DERM. . The FRP evaluation panel consisted of city staff was selected by the City Manager and they ranked the bidders based on price proposal, experience, calculations, conceptual plans, and pump selection with future growth projection, references, and other criteria as outlined in the RFP. Proposed Action: C&I Construction and Design, Inc.is the 2nd lowest bidder and ranked 1st among the five bidders responded to the RFP. Awarding pump station 10 to C&I Construction and Design, Inc. is for the best interest of the City in order to complete construction in an expeditious manner to improve public safety, comply with local, state and federal law, and also to save more than a thousand dollar per month by getting rid of the rented emergency by-pass pump system. Attachment: 1. Agenda 2. Evaluation by the panel 3. Copy of Resolution# 11-8313 4. Request for Proposal #13-2503200 m g� �AAO aaT o MEM,.RANDUM To: Mayor Myra L.Taylor Vice Mayor Joseph L.Kelley Commissioner Timothy Holmes Commissioner Dorothy Johnson Commissioner Luis B. Santiago FROM Kelvin L. Baker, Sr,,City Manager - f` ,�3 _ti_._ DATE: April 01,2013 , \., ``y -f; RE: Pump Station# 10 Rehabilitation Reg nest: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH C& I CONSTRUCTION AND DESIGN, INC. IN THE AMOUNT NOT TO EXCEED SEVEN HUNDRED SIXTY EIGHT THOUSAND SIX HUNDRED EIGHTY DOLLARS S ($768,680.00) FOR THE REHABILITATION OF SANITARY SEWER PUMP STATION 10, C& I CONSTRUCTION AND DESIGN, INC. AS THE HIGHEST RANKED AND MOST RESPONSIVE BIDDER, PAYABLE FROM ACCOUNT NUMBER 35-535630.THIS ITEM IS BUDGETED, Description: The City of Opa-locka requested and received five proposals for the rehabilitation of Sanitary Sewer Pump Station 10. Recent study on the City's pump stations networking system revealed that the most innovative concept of the lift station 10 rehabilitation should include force main extension up to the station 11A force main instead of upgrading the existing 1200 linear feet of 4" force main which discharges into pump station 11A. The installation of the new force main will reduce the station 11A runtime and will increase the capacity of station 11A by 800 gallons per minute, i.e. 240,000 gallons/day on average as station 10 will be directly discharging into station 11C (master pump station). The original scope for the station 10 RFP include upgrade of 1200 linear feet of 4" force main into 8" force main for gravity discharge into station 11A. The extension of force main from station 10 to station 11A force main will require 2000+/- feet of 8" force main. As a result the net increase of the force main extension is only 1000+/-feet in comparison with the original scope in the RFP as the upgrade of the existing 4" force main is not required in modified scope. The scope was modified and the RFP was re-advertized in order to eliminate the change order for the force main extension. Account Number: #35-535630 Financial Impact: $768,680 payable from account number 35-535630 (This item is budgeted.) Implementation Timeline: As soon as Possible. Legislative History: Resolution#11-8313 Recommendation(s): Staff recommends approval in order to facilitate the requirements of DERM. The FRP evaluation panel consisted of city staff was selected by the City Manager and they ranked the bidders based on price proposal, experience, calculations, conceptual plans, and pump selection with future growth projection, references, and other criteria as outlined in the RFP. The following is the bid and score comparison table: Vendor Bid Price Total Score Rank C&I Construction and Design, Inc. $768,680.00 455 1St JVA Engineering Contractor, Inc. $797,123.00 427 2nd Intercounty Engineering, Inc. $659,000.00 411 3rd - American Asphalt Equipment, Corp. $1,143,000.00 351 4th Acre Engineering and Construction $880,000.00 357 5th C&I Construction and Design, Inc.is the 2nd lowest bidder and ranked 1st among the five bidders responded to the RFP. Inercounty Engineering is the lowest bidder but they did not include the calculations as required for the proper pump selection considering future growth with the service area of pump station 10. The pump included in the bid package by Intercounty does not meet the RFQ criteria and will not be sufficient to release the station from absolute moratorium. C& I construction and Design, Inc. provided the best calculations and proper pump selection with future growth projection. The calculations, analysis, and pump selection offered by C&I Construction does meet the RFP criteria and will also meet or exceed the DERM and/or EPA requirements to lift moratorium from the pump station 10. Awarding pump station 10 to C&I Construction and Design, Inc. is for the best interest of the City in order to complete construction in an expeditious manner to improve public safety, comply with local, state and federal law, and also to save more than a thousand dollar per month by getting rid of the rented emergency by-pass pump system. Analysis: The pump station 10 with wet well/dry well configuration is in critical need of complete rehabilitation. The sewer pumps at station 10 are currently out of service and the station in on by- pass since September 30, 2011. The station is in absolute moratorium since May, 2002. Per consent agreement with DERM the station must be rehabilitated with a modern submersible type pump station in accordance with Miami Dade County Standards. The City is spending more than a thousand dollars each month for the rental of the by-pass system. Based on the assessment of the current condition of the station it is not possible to repair the station and staff highly recommends that the station must be rehabilitated immediately to eliminate potential health risks and sewer back-ups. The rehabilitation of station 10 will improve the overall hydraulic performance of the service area, and will allow for future development within the service area. Attachment: 1. Evaluation by the panel 2. Copy of Resolution#11-8313 3. Request for Proposal PREPARED BY: Mohammad Nasir,PE, City Engineer/CIP Director Faye Douglas,Budget Administrator END OF MEMORANDUM Sponsored by: City Manager Resolution No. 11-8313 A RESOLUTION OF THE CITY COMMISSION IF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO ADVERTISE AND ISSUE A REQUEST FOR PROPOSALS TO SOLICIT QUALIFIED FIRMS FOR DESIGN-BUILD SERVICES FOR THE RECONSTRUCTION OF PUMP STATION 10, IN AN AMOUNT NOT TO EXCEED FOUR HUNDRED AND SEVENTY-FIVE DOLLARS (475,000), WHICH WILL BE PAYABLE FROM ACCOUNT NUMBER 35- 535630; PROVIDING FOR INCORPORATI 1N 1 RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-locka desires to issue a Request for Proposals (RFP) to solicit qualified firms for design-build services for the reconstruction of Pump Station 10; and WHEREAS, Pump Stations 10 is in moratorium and is in need of immediate reconstruction,due to severe degradation and two (2) non-operational pumps; and WHEREAS, the pump station has been on by-pass since August 1, 2011, with the City currently renting a by-pass pump for temporary sewer services; and WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City Manager to advertise and issue a Request for Proposals to qualified firms for design-build services for the reconstruction of Pump Station 10. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to advertise and issue a Request for Proposals to qualified firms for design-build Resolution No. 11-5313 services for the reconstruction of Pump Station 10, in an amount not to exceed Four Hundred Seventy-Five Thousand Dollars ($475,000.), to be payable from Account Number 35-535630. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 14th day of December, 2011. M RA TA LOR MAYOR Attest to: i ' Deborah S. Irp y City Clerk Approved as to orm and legal suffici- cy: Ld,d!'ii,r l Jos-.. �-1 er Ci Attor ey Moved by: VICE MAYOR JOHNS• Seconded by: COMMISSIONER MILLER Commission Vote: 3-0 Commissioner Holmes: NOT PRESENT Commissioner Miller: YES Commissioner Tydus: NOT PRESENT Vice-Mayor Johnson: YES Mayor Taylor: YES ip tao Memorandum TO: Mayor Myra L.Taylor Vice-Mayor- l'orothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus Commissioner Gail 41ler Fi'OM: :>ryan K.Finnie,Ci .:ger DATE: December 2, t',=—� RE: Pump Station 10 ":eco structio4, through Design ':::milt Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY rI OPA-LOCKA, FLORIDA AIM ORIZING THE CITY MANAGE't TO ADVERTISE AND ISSUE A REQUEST FOR PROPOSAL FOR QUALIFIED FIRMS FOR THE RECONSTRUCTION OF PUMP STATION 10 THROUGH DESIGN BUILT FOR AN AMOUNT NOT TO EXCEE I F IJR HUNDRED AND SEVENTY FIVE DOLLARS($475,000.00). Description: The City of Opa-locka will issue a Request for Proposal (RFP) to solicit competitive proposals from qualified firms for the reconstruction of Pump Station 10. This station has severe degradation problems and both pumps do not work. Immediate reconstruction is necessary in order to avoid possible environmental issues of sewage spilling in the swale area. It will also resolve existing redevelopment concerns in this service 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. Account Number: 35-535630 Financial Impact: This project was partially budgeted in FY 2012 to the amount of Two Hundred and Fourty Two Thousand Five Hundred Dollars ($242,500.00). The balance of Two Hundred and Thirty Two Thousand Five Hundred Dollars ($232,500.00) by removing the priority of Pump Station 8 which will not need one hundred percent reconstruction as indicated in the FY2012 Capital Improvement. Implementation Timeline: This project will be implemented immediately in order to be compliant with DERM requirements. Legislative History: None. Recommendation(s): Staff recommends approval in order to bring the system in compliance with DERM. 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 this station is vital to the City's continued development. Attachment: Copy of RFP. PREPARED BY: Fritz Armand,Director of Public Works and Utilities END OF MEMORANDUM 0 D o r1 K > 0 1> o r) m 0 D o rI K O 6 � C 08 0 rn ® e , w ' 0 7R 0 ( ^ e v 0 72 kfr- 1,... co 3 a S. Eu -1 0 erci 12 I D , -4 i Q p X) m W_ .A .4 .a P. .p w w to (.0 V.) cn (7) en rn CFI (n (.0 (n w a da .A .i .4 .1. 0 0 0 0 0 N -p r'7 ° 0 M E M N N N N N N H I--+ H H S V) D CO 0 0 0 0 0 0 CO CO ^.! V 1 CO V7 Li, lr+ V', m vi x m ua Xi H m 0 to rm H H H H 1—a 1-•4 H H H H H H h-+ H H X, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 2_ C x ; K 72 0 77 VI m VI u1 1 —9 C N W w N w VI .p .p -4 .p V (../1 .A ,A CP m O i* -p m r- Lra X m 1 A -4 W •P .4 da .P P. .p .A N N N N N —4 0 5=1 NJ u, rn VI co i" w o o L C) Hi co co NJ co H co H oo XI - K D 0 D l7 () K 72 a ® v csp w w Q CV . � z ' 0.3 i Z . r0 a .m . m Z 2 fti I w w w .b .p E t NI u, u, u, cn ul .1. .4. .p .p .p A 11 z tri NJ NJ NJ N N Z O 0 0 0 0 Oo tD Oo 0 00 O 679 --I W Ili 0 © 0 0 0 0 0 0 0 I-, °� C g 72 VI u, to to to w .p' w .A A z I* k-1 0 u, u, to cn to .1::. w w w w 4:a W Ul VI � N N V w 0 00 I-4, co c-,---.1-: ,(--- '-- ----z__ _ ,.---- -.7--- -Th— ('' \ --.., u.., (..) Z Lr) LU V) * LJ UJ 0 C < e - O — 'Cr LLI 0 LLI (.01 --J 1.... as 0 CL , D z 2 0. _ .. .. tX LiJ . . , cr) 0 t...0 0 0 Z IA >, r4 L.L., Et ell < 0 UJ cc 2 ''''''S: Z 011, Le) 1 < T-1 z u. o p NI } z ...) , < . tn- 1.— m x . cei 2 . . • . , .... . . , . X L.L., 0 ea_ L.LJ Et cc 0 a. LD . . Z 0 Z Z -- Z 2 t (I, u., (...) < cc 2 z' CC — 2 zl— Di >< c6 206 0 _ .. , j ' o h w U Ln w LA -1 w Q. 4 --- - .- ...- n vi) 2t U w < Z ® a 2 b w 0. U laJ W ,--1 (� V) 'V O O Z Q CC M CC X < Z 0 z 06 —) I-- tc) C..--'' R (21),„. c., .--td ® C gut d (0 Zi c:C , v, n - -- --; \-r) .. z c.. 1 IA cc o . V 't csi O v S w Z eG a Z < <> a w U 06 0 IliC-* ---1 IY/ er---- \.. ..-"------- I ,,----- -- n I) IL/ ---4"--- (-- _ .-- N . ? 1.- Lu z Ln --0- r -''' fk,, z ----. U 1 0 rz /--)\- < E'''= Ln I- to") ui tn - '--,. (sq (1 i --, -4, 0. 0 a- -'1,f) 2 cd x 1.— < m z 2 et ce ili , v, CD LL.I v...1 <3 1•) 6) --• lin 0 Z v) LLI H , .. l's, ›.. iN ex 0- ■,_ .‹. , I= en LLJ X LLI cc — (-4 4C VA Z (A o 0 D 0- 2 aa. Z (-) X 0 W.= 5 .7,t < 1— :71 x a 2 i e '-\---- 0---- ' i < ' (A \sk =--.. X LW 1...- (...) CL. -,..-+ CC) -Ps' -,1-... Lc 61+1 rg CC 0 CI. 11) . - . c 0 Z 0 z Z D Z 2 E u — zit cc cc Li cd u.., L.L., i Lu — ...... ID. z (A > u z 0 - - c-f ,-- ....- ,._.. -------------- ID , ----- 7i 7- ,,,1 .) .N. C.) ----.. N rn r`• 0 LU (...) Z in 0 III . -._1 -1- c'r\ k •fl 0 (! Z —I ci. 2 . , V i— ce -,:j gfit LLI til - --N -.1.- cn t. 2 cc x 1.- < D z 2 A EL „ IA vi Le) 0 LU r-i k — cc 0 U. LU < (1' — . .. .. .. . -Z z V) 0 0 u. .a P-7 NI • .fl ffi 0 ,-'') 0 — N Z a. z 0 x cs,‘ 0 u. 5 zr' < sr. re r`r‘ 1— a x -- M Lir 1_ u a i r' .1- .-.1- w C4 EE cz) cl. Lo i <-1 , 0 0Z . ..--11;•J . z Z — n Z Ec- t ',,,.A i• .) ° 5 2J LU __, D U — < . .. ) cC cC Z CI4 .j- '71 LU UJ = LLI -. — Z 2 Li > 0 Z 0 —, < LLI 0 U • — I (2), a:-4 •,-.11 -- _., -1-2, -sn, ___ .,., . w —Y u z Lr' w v) -J Li j CI. 0 cC 2 0 C.4 U.1 tr°' Ln til) LA., IA -1 I- C' ki ' 2 cc x I— < n z 2 Ce Ill UJ T-1 W 0 L.) Z V) (Th (---\ (I)C n.--) .2.— 0 U.1 MO Z eh (,) 4:t v=1 Z VI 0 0 u.. cli 17.- r•I V-) 0 O t:p 3, D z 0„, Z L.) x c"-i (7-.) C`) 0 1-6 5 -.i < at .71 co 2 0 ::.,) 7,--- ci) ' -- It , -, ---3,- 0 --rk '-' J [p LLI 2 0 ed Ci.. VD CO 2 0 Z 2 D Z 2 6 CC CC Z CC le) LW L1-1 1,.. I 1 Ili ����,��.'jt . 0, 0 _'9 RFP Nth 13=2503200 REQUEST FOR PROPOSAL REHABILITATION OF SANITARY SEWER PUMP STATION# 10 CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA,FLORIDA 33054 CITY OF OPA-LOCI . C�pQ/-- '�! O a Advertisement for Request for Proposals � p t o,pry ORASE RFP NO: 13-2503200 REHABILITATION OF SANITARY SEWER PUMP STATION# 10 Proposals for the Rehabilitation of Sanitary Sewer Pump Station# 10 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, Monday.March 25, 2013 by 2:00 p.m. Any proposals received after the designated closing time will be returned unopened. The purpose of this Request for Proposals is to seek service of a qualified professional firm to provide design-build services to the City of Opa-Locka for the force main extension and the Rehabilitation of Sanitary Sewer Pump Station# 10. A non-mandatory information meeting (pre-proposal meeting) will be hosted by the City Representative to discuss the City's requirements under this RFP (the "Information Meeting") on Monday, March 18, 2013 at 10:00 A.M. at City Hall, 780 Fisherman Street, second Floor, Opa-Locka Florida 33054. An original and five (5) copies a total of six (6) plus 1 copy of the proposal on CD's in PDF format of the proposal shall be submitted in sealed envelopes/packages addressed to Joanna Flores, City Clerk, City of Opa-Locka, Florida, and marked Rehabilitation of Sanitary Sewer Pump Station# 10. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street,4th Floor, Opa-Locka, Florida 33054,Telephone (305) 953-2800 or copies of the RFP NO: 13- 2503200 requirements may also be obtained by visiting the City's website at www.opalockafl.gov, (click "RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 13-2503200 requirements. Proposers may not withdraw their proposal for a period of ninety(90) days from the date set for the opening thereof. Joanna Flores City Clerk Dated: Published: 1.INTRODUCTION 1.1. PURPOSE AND GENERAL INFORMATION The City of Opa-Locka is requesting responses to this Request for Proposal (RFP) to enter into a contract with qualified firm(s) to provide design build services for the complete rehabilitation of City of Opa-locka sanitary sewer pump station#10 including extension of the force main from station 10 to station 11A force main. A copy of this RFP can be obtained from the City of Opa-Locka website at wvwv.opalockafl.gov until the expiration date of this solicitation. It is incumbent upon the Respondent to check the website for additional information and/or addendums. Copies of this RFP can also be obtained from the Purchasing Officer at City of Opa-locka, 780 Fisherman Street, Opa-Locka, FL 33054. If you have any questions, please call the contact identified below as it relates to your concern. Written questions regarding the substance of the RFP or scope of services must be submitted via e-mail to the City of Opa- Locka contact listed prior to the deadline indicated below. Responses are due prior to the deadline indicated above and must be delivered or mailed to the City of Opa-Locka City Clerk's Office located at 780 Fisherman St. Opa-Locka Fl 33054. Late responses will not be accepted®NO EXCEPTIONS. 1.2. DEFINITIONS In this RFP the following definitions shall apply: "City"means the City of Opa-locka; "City Representative"has the meaning set out in section 2.2; "City Website"means www.Opa-lockafl.gov "Closing Time"has the meaning set out in section 2; "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 2.1; "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 Proposal; Page 12 "Proposal" means a proposal submitted in response to this RFP; "RFP" means this Request for Proposals; "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 2. PROPOSAL SCHEDULE Closing Time and Address For Proposal Delivery Proposals must be received by the office of: Office of the City Clerk 780 Fisherman 4Th Floor Opa-locka,Florida 33054 CONFIDENTIAL a DO NOT OPEN Proposal Closing Date &Time: Monday,March 25,2013 at 2:00 P.M. (local time). Submissions by fax [or email]will not be accepted. 2.1. INFORMATION MEETING A non-mandatory information meeting (pre-proposal meeting) will be hosted by a City Representative to discuss the City's requirements under this RFP (the "Information Meeting") on Monday, March 18, 2013 at 10:00 A.M.at City Hall, 780 Fisherman Street, second Floor, Opa-Locka Florida 33054. 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. 2.2. AMENDMENTS TO PROPOSALS 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 signator of the Proponent in the same manner as provided in the original proposals. All inquiries related to this RFP 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. City Representative: Ms.Rose McKay Phone: 305 953 2826 ext 1307 Fax: 305 953 2900 Email: rmckay @opalockafl.gov Page I 3 Inquiries should be made no later than 7 days before Closing Time. The City reserves the right not to respond to inquiries made within 7 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 RFP, 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 RFP,the City Representative will issue an addendum in accordance with section 2.3. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent. 2.3. ADDENDA If the City determines that an amendment is required to this RFP, the City Representative will post a written addendum on the City Website at http://www.0oa-lockafl.gov (the "City Website") and upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP 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. 2.4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE Proponents will be deemed to have carefully examined the RFP, including all attached Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a Proposal with respect to any and all facts which may influence a Proposal. 2.5. STATUS INQUIRIES All inquiries related to the status of this RFP, 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. FORM OF PROPOSAL Proponents should complete the form of Proposal attached as Schedule A. Proponents are encouraged to use the form provided and attach additional pages as necessary. Proponents should also provide the requested information as listed in Section 4(b)as part of the proposal. 3.3. SIGNATURE The legal name of the person or firm submitting the Proposal should be inserted in Schedule A. 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 Page I4 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 venturer should be included, and each partner or joint venturer 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 venturer 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 Proponent(s) to the City. Proposal(s)that satisfy the minimum requirements will be scored as follows: Letter of Introduction 5 points Price Proposal 60 points Conceptual Plan, Calculations and Pump Selection 20 points References 10 points Local Preference Firm(s) 5 points 4.2. EVALUATION CRITERIA The Evaluation Team will compare and evaluate all Proposals to determine the Proponent's strength and ability to provide the Services in order to determine the Proposal which is most advantageous to the City, using the following criteria: (a) PRICE PROPOSAL The City will consider the proponent's price proposal in terms of accuracy, completeness,value,local market and substantiated industry standards. (b) EXPERIENCE The City will consider the proponent's past experience in undertaking similar projects in type, scope, and budget. At a minimum,the proposal should contain the following information: Business Organization-State the full name,address,phone number and fax number of your business and whether you operate as an individual,partnership,or corporation. Also indicate if you are a female or minority owned and/or operated business. Page I5 a List of business's experience with federal, state or municipal programs pertaining to sidewalk replacement. If applicable, also identify other services performed for federal, state or municipal programs. o Fee Schedule - Please state your standard fee schedule according to the standard formats of compensation. O Proof of appropriate state certifications - Provide proof that you are licensed to operate in Florida and are lead certified. o Management Summary- Include a brief narrative description of the proposed services that will be delivered and the equipment available to perform the services. O Qualifications - Please indicate completed projects of similar nature. Also indicate a contact person for each reference cited. o References - References from at least two (2) clients preferably municipalities for whom your company has completed sidewalk repair services within the last two (2) years. The references should include the name, address and telephone number of a contact person for each reference cited. ® List of firm's insurance policies,the insurer,policy numbers and amount pertaining to required services,including policies for sidewalk replacement services. (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. In addition preference will be given to local Opa-Locka firm(s). FINANCIAL ABILITY AND RESOURCES The Evaluation Team will consider the Proponent's organization financial ability and resources to carry out the project. The 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 RFP,the City may, in its absolute discretion, reject a Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been engaged directly or indirectly in a legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. In determining whether or not to reject a Proposal under this section, the City will consider whether the litigation is likely to affect the Proponent's ability to work with the City, its consultants and representatives and whether the City's experience with the Proponent indicates that there is a risk the City will incur increased staff and legal costs in the administration of the Contract if it is awarded to the Proponent. Page 16 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. 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 RFP 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. All costs incurred in the preparation and presentation of the proposal shall be wholly absorbed by the contractor. All supporting documentation and manuals submitted with this proposal will become the property of the City of Opa-Locka unless otherwise requested by the contractor at the time of submission. 5. GENERAL CONDITIONS 5.1. NO CITY OBLIGATION This RFP 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 RFP 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 RFP. 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 Page 17 submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFP. 5.3. NO CONTRACT By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly agree that no contract of any kind is formed under, or arises from, this RFP, 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 RFP at any time prior to the award of a contract or the termination of this RFP, 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 6. SCOPE OF SERVICES 6.1 The purpose of this Request for Proposals is to seek service of a qualified professional contractor to provide design-build services for the rehabilitation of the City of Opa-Locka sanitary sewer pump station# 10. The design-build services will include design, applicable permits, and construction per local,County,State and other applicable standards,rules and laws. 6.2 The sewer pumps at station 10 are currently out of service and the station in on by-pass since September 30, 2013. The station is in absolute moratorium since May, 2002. The design must include only ABS pumps by Hydra Services with specially made two piece impeller with a minimum 3" solids passage per Ten State Standards. The design sewer flow must consider 10 years projection on future development and population growth within the service area. 6.3 The calculations must include service area flow calculations per Miami-Dade County standards. The calculations and pumps selection must be approved by the City Engineer before any submittal for permits. 6.4 The scope includes a new 8" DIP force main from pump station 10 to the 12" force main from pump station 11A on Perviz Avenue (President Barack Obama Avenue). The installation of the new force main on Perviz Avenue will require minimum 1" milling and resurfacing of the Road Page I8 from the median to the edge of the pavement. 6.5 The contract awarded firm(s)will be responsible for any and all damage due to construction.Any damage caused by the contractor must be repaired within seven (7) to ten (10) working day at the expense of the contractor. Contractor will need to make sure that all trees, shrubs and signs are protected and not damaged during construction. If damage occurs, the contractor will be liable for such damages. The areas of improvements will be as indicated in the work order. 6.6 It is expressly agreed and understood that the contract awarded firm(s) is, in all respects, an independent firm(s) as to work; however,in certain aspects,the Contractor is bound to follow the directions of the City at the time of repair and/or construction, and that the firm(s) is in no respect an agent,servant or employee of the City. 6.7 The contract awarded firm's (contractor's) timeliness and delivery of quality products shall be monitored by the City. If at any time the Contractor is performing less than satisfactory work,the Contractor, upon notification by the City, shall do whatever is necessary to perform the work properly at no additional cost to the City. Failure to give such notification shall not relieve the Contractor of his obligation to perform the work at the time and in the manner specified. Failure to perform the work in the time specified in the work order will trigger liquidity damages of $750/day. 6.8 The City of Opa-Locka reserves the right to select the qualified firm(s) which best meets the City's goals and objectives, needs, budget constraints, and quality levels, as well as its service level expectations. The City reserves the right, in its sole discretion, to reject any/or all proposals, to waive any irregularities and technical defects contained therein, to award the contract in its entirety, in part or not at all and/or to determine which proposal is the lowest and/or best to enter into a Contract,as it may deem to be in the best interest of the City of Opa-locka. 7. COMPLIANCE WITH APPLICABLE LAWS All work shall conform to all applicable federal,state,county,and local requirements. 8.INSURANCE REQUIREMENTS 8.1 The selected service provider shall agree to indemnify and hold harmless the City of Opa-Locka and its officers, agents, and employees from any and all claims, causes, or actions, and damages of every kind, for injury to or death of any person and damages to property arising out of or in connection with the work done by the Contractor under this contract,and including acts or omissions of the City of Opa-Locka or its officers,agents,or employees in connection with said contract. 8.2 The City will require proof of professional liability insurance with errors and omissions coverage, workers compensation insurance,general liability and automobile insurance with companies authorized to do business in Miami Dade County, Florida,and in amounts satisfactory to the City. 8.3 The successful Contractor, within ten days after the contract award, shall furnish the City with proof of insurance as stated in Attachment A. Page I9 8.4 The City of Opa-Locka shall be named as additional insured on all policies as directed in Attachment A. Should any insurance required by this contract lapse, the Contractor shall immediately cease any operations until authorized in writing by the City. If the lapse period extends fifteen (15) days, the contract shall automatically terminate and the Contractor shall be in breach of this contract. 9.AGREEMENT/EXCEPTIONS 9.1 Submission of a proposal indicates the Contractor agrees to the terms, conditions and other provisions contained in the RFP, unless the Contractor clearly and specifically presents in its proposal any exceptions to the terms,conditions,and other provisions contained in the RFP. 9.2 Exceptions presented in a proposal are not to be considered incorporated into the contract between the City of Opa-Locka and the selected Contractor unless and until the City agrees to accept such exceptions. 9.3 The selected Contractor must acknowledge and agree that the contract resulting from this RFP includes the terms, conditions, and other provisions contained in the RFP, the proposal selected (including any exceptions accepted by the City) which is acceptable to the City and is not in conflict or contravention of the RFP, and any other documents mutually agreed upon by the City and selected Contractor. 9.4 No oral statements or any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the RFP or the resulting contract. 9.5 A formal contract will be negotiated after the selection of a contractor for the services identified in the scope of services by the City of Opa-locka. 9.6 The contractor shall not assign the contract or any part thereof to any other person unless such assignment is first approved in writing by the City of Opa-locka, it being understood that the contract shall not be assignable unless the proposed assignee is acceptable to the municipality. The request for assignment must include evidence that the proposed assignee qualifies under all requirements of the contract and must be addressed as defined in the contract for services. 9.7 A provision to the effect that the municipality,shall have access to any books,documents,papers and records of the contractor which are directly pertinent to that specific contractor, for the purpose of making audit, examination, excerpts and transcriptions. The City of Opa-Locka shall require contractors to maintain all required records for five (5) years after the City of Opa-Locka makes final payments and all other pending matters are closed. 10.PROPOSAL SUBMITTAL One original plus five (5) copies for a total six (6) of the entire bid package must be submitted to the City of Opa-Locka as follows: City of Opa-Locka City Clerk's Office 780 Fisherman Street Opa-locka, Fl 33054 Page $ 10 All proposals must be received prior to Monday, March 25, 2013 at 2:00 pm. Proposals may be mailed or dropped off at the Clerk's Office. Proposals must be received in the City Clerk's Office by 1:00 pm for it to be considered in the RFP review process. The undersigned verifies that the information contained herein is truthful and accurate and acknowledge that they are owners or agents of the company. Additionally,the undersigned declares that he/she has carefully examined all the items of the specifications and instructions and that he/she fully understands the requirements of same. Authorized Representative's Signature Printed Name Title of Signatory Company Name Address Phone#/Fax # Email address Page I11 ATTACHMENT"A" There shall be no aggregate limitation to the coverage provided under any of the insurance sections stated. A.Contractor's and Sub-Contractor's Insurance The Contractor shall not be awarded work under this contract unless the insurance required under this section has been obtained. The Contractor shall not permit any sub-contractor to commence work on a sub-contract unless like insurance has been obtained by the sub-contractor.The insurance required shall contain a thirty (30) day written notice to the City of Opa-locka, c/o Project Manager, Public Works Department, 12950 Le Jeune Rd, Opa-Locka Fl 33054 of cancellation, non-renewal or material change in coverage. The Contractor will provide a current Certificate of Insurance. B.Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life of this contract Worker's Disability Compensation Insurance as required by law for all of his/her employees to be engaged in work on the project under this contract, and in case any such work is sub-let, the Contractor shall require the sub- contractor similarly to provide Worker's Disability Compensation Insurance for all of the latter's employees to be engaged in such work in the statutory amount required. C.Contractor's Public Liability and Property Damage Insurance The Contractor shall procure and maintain during the life of this contract, Contractor's Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occurrence and Contractor's Property Damages Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. D.Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance The Contractor shall procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance (comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries,including accidental death to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence, and property damage in an amount of not less than One million Dollars ($1,000,000.00) for each occurrence. The Contractor shall procure and maintain, during the life of this contract, Hired and Non-Ownership Motor Vehicle Bodily Injury and Property Damage Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries,including accidental death, to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. E.Owner's and Contractor's Protective Public Liability and Property Damage Insurance The Contractor shall procure and maintain, during the life of this contract, Owner's and Contractor's Protective Public Liability and Property Damage Insurance in the name of the City in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence.Such insurance shall include motor vehicle exposure. P.City of Opa-Locka as Additional Insured The City of Opa-locka, including elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, employees and volunteers, shall be named specifically as an Additional Insured with respect to the operations of the Contractor and/or sub- contractor for the City of Opa-Locka and a copy of an Endorsement to this effect shall be supplied for each policy involved. Page 112 ATTACHMENT"B" SPECIFICATIONS AND DRAWINGS 1 The Contractor shall be responsible for securing the services of a design consultant to prepare the design necessary for permits and construction. 2 The Contractor is solely responsible for safety in all project areas. The Contractor shall erect such barricades and provide other traffic control measures,such as flagmen,as maybe necessary to ensure the safety of the public as necessary. 3 The Contractor shall be responsible for the erection and maintenance of barricades,safety fences, and other safety control measures for the complete time of completion of this project. During the construction period,the work area shall be secured and adequate warning notices to the public must be erected to ensure the safety of the traveling and walking public. 4 The Contractor shall be responsible to restore the area of work to its original condition. 5 The design for lift station# 10 must include the new service area in addition to the existing service area as delineated in the attached service area delineation map.The RFP response package must include engineer's calculations along with pump selection based on the extended service. 6 The City does not have actual flow to the station.The flow must be estimated based on the service area including 20%infiltration.The expected NAPOT for the new station will be maximum 4 hours. 7 No information for the existing pump is available as the station is on by-pass pump now. Coordination with FPL is the responsibility of the contractor. The new station is to replace the existing station and must be at the same location.The contractor will be responsible for the by- pass system during construction.The existing structure must be demolished. Page 113 0Pp.LoCAr4 T S 1 p c t 0 ry gpOgnT p INDEMNIFICATION,DEFEND AND HOLD HARMLESS AGREEMENT(Return this statement on company letterhead with your proposal) KNOW ALL MEN BY THESE PRESENTS:That (Contractor/Company) By and through the undersigned (Individual), Its (Title), respectively,agrees to indemnify and hold harmless the City of Opa-locka,a Florida Municipal Corporation,780 Fisherman Street, Opa-Locka Fl 33054 (hereinafter"City"),its Commissioners, administrators, employees,attorneys, affiliates,successors and assigns from any and all liability arising, directly or indirectly,from the following activity: All contract related work in the event any suit,proceeding,claim, loss,damage,cost,charge or expense shall be brought against the City,its Commission,officers, administrators,employees,attorneys, affiliates,successors and assigns by virtue of the above-referenced activity,hereby covenants and agrees to assume the defense thereof and defend the same at its own expense and pay all costs,charges,attorney fees and any other expenses related thereto. Notwithstanding the foregoing,this Indemnification,Defend and Hold Harmless Agreement exclude the sole acts and/or the sole omissions to act on the part of the City of Opa-locka. (Signature of person submitting bid) Subscribed and sworn this day of , 2013 before me,a Notary Public in and for said County. Notary Public My Commission Expires: Page 1 14 QFp.17oC T �Q o � M fi , 1 NON-COLLUSION AFFIDAVIT (Return this statement on company letterhead with your proposal) being duly sworn deposes and says: That he/she is (State official capacity in firm) The party making the foregoing proposal or bid, that such bid is genuine and not collusion or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person,to put in a sham bid or to refrain from bidding and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit, or cost element of said bid price or that of any other bidder, or to secure the advantage against the City of Opa- Locka or any person interested in the proposed contract; and that all statements contained in said proposal or bid are true. (Signature of person submitting bid) Subscribed and sworn this day of , 2013 before me,a Notary Public in and for said County. Notary Public My Commission Expires: Page 1 15 X X w ill < z LU :.) > w 4.}J w 4 2 f) zi ozg §wv J s w Qua inv ONiz r _ a p z z 0 Q (O fY w LL-� !1 i ob�d- LLI Cl fY LLI • ■ W W : co 5 p to Z Q (anl8 All N() AV NILZ M N ` _� r 1 T -5 11 <d x n. _ d 2 \-, fir~ •~ 3 \ te,A ,',;?.;;;`;‘.;,.%v : v a \\\\ \ r ti,,,,,:rt.,. . v� \k i -- t ^"m v0i5 7 e :M9 O No ‘.\\ SN9Jk I pbod \\ \ \ S