HomeMy Public PortalAbout13-8595 Top Ranked Bidder EAC Consulting, Inc Undeer RFP 13-1104100 for Engineering Consulting Services Sponsored by: City Manager
RESOLUTION NO. 13-8595
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY
MANAGER TO NEGOTIATE WITH THE TOP RANKED
BIDDER EAC CONSULTING, INC., SOLICITED UNDER RFP
13-1104100 FOR ENGINEERNG COSULTING SERVICES FOR
THE CITY OF OPA-LOCKA CAPITAL IMPROVEMENT
PROJECTS (CIP) MASTER PLAN, PAYABLE FROM
ACCOUNT NUMBERS 32-541340 AND 35-541340, THIS IS A
BUDGETED ITEM; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City issued a Request for Proposals for the City of Opa-locka
Capital Improvement(CIP) Master Plan; and
WHEREAS, the CIP Master Plan will be used to establish the broad parameter for
the City for the functional planning / programming of infrastructure development,
implementation strategy, funding, and budget planning; and
WHEREAS, based on the criteria in the Request for Qualification, the evaluation
committee ranked the three (3) most responsive bidders #1 — EAC Consulting, Inc., #2 —
Craven Tompson&Associations, Inc., and#3 —Miller Legg; and
WHEREAS, the City Commission of the City of Opa-locka desires the City
Manager to negotiate with EAC Consulting, Inc. firm for engineering services for the
City's Capital Improvement Projects (CIP) Master Plan.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY
COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Resolution No. 13-8595
Section 2. The City Commission of the City of Opa-locka, hereby authorizes
the City Manager to negotiate with EAC Consulting, Inc., for engineering consulting
service for the City of Opa-locka's Capital Improvement Projects (CIP) Master Plan,
payable from Capital Projects Fund, account numbers 32-541340 and 35-541340, a
budgeted item.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 8th day of May, 2013.
M TA OR
MAYOR
Attest to:
(0
Jjanna Flores
"ty Clerk
Approved as o form and legal sufficiency:
4' '
I I
J.s:p 1 Geller
GR EN.POON MARDER PA
gitt Attorney
Moved by: COMMISSIONER JOHNSON
Seconded by: VICE MAYOR KELLEY
Commission Vote: 4-1
Commissioner Holmes: NO
Commissioner Johnson: YES
Commissioner Santiago: YES
Vice-Mayor Kelley: YES
Mayor Taylor: YES
2
OQp- ON
A�
O
X %
I.- C
O �qry
O
-.ORAt B�
City of Opa-Locka
Agenda Cover Memo
Commission Meeting 05/08/2013 Item Type: Resolution Ordinance Other
Date: X
(EnterXin box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(EnterXin box) Yes No (EnterXin box)
x Public Hearing: Yes No Yes No
(EnterXin box) X x
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
Ex: (EnterXin box) X
Account#32-541340,35-541340
ITEM BUDGETED:YES
Contract/P.O.Required: Yes No RFP/RFQ/Bid#:
(EnterXin box) RFP# 13-1104100
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 0 1. Will address City's
Public Safety . Infrastructures Improvement
Quality of Education Q Needs
Qual.of Life&City Image me
Communcation 0
Sponsor Name Department:
City Manager City Manager
Short Title:
Authorization for the City Manager to negotiate fee for the Preparation of CIP Master Plan
Staff Summary:
The CIP Master Plan will be used for capital projects identification, funding and to formulate the implementation
strategy including the level-of-service standards as necessary for the City's infrastructures. The master plan will
establish the broad parameters for city for the functional planning and programming of infrastructure development
and CIP budget planning. Upon City Commission authorization, the selected firm will be engaged in assisting the
City preparing the CIP master plan as required.
Staff recommends approval in order to move ahead with the capital improvement program, funding, budget
planning, and implementation strategy
1. Agenda
2. RFQ Evaluation Summary with Panel Member's evaluation sheets
3. Copy of the RFQ
4. Copy of Resolution# 13-8540
f
�p IOC„
O C
O
O
� 0
OOQ"ORAt E�..``✓
MEMORANDUM
To: Mayor Myra L.Taylor
Vice Mayor Joseph L. IS lley
Commissioner Ti •othy ■7 mes
Commissioner Do I thy J1) nson
Commissioner Lui B. S, iago
FROM: Kelvin L.Baker,City Mana_
DATE: May 01,2013
RE: Authorization for the City Manager to negotiate fee for the Preparation of CIP
Master Plan
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO NEGOTIATE
WITH THE TOP RANKED BIDDER EAC CONSULTING, INC. SOLICITED
UNDER RFP 13-1104100 FOR ENGINEERING CONSULTING SERVICES FOR
THE CITY OF OPA-LOCKA CAPITAL IMPROVEMENT PROJECTS (CIP)
MASTER PLAN PAYABLE FROM ACCOUNT NUMBERS 32-541340 AND 35-
541340.THIS IS A BUDGETED ITEM.
Description: The City of Opa-locka requested and received proposals from five (5) bidders for the City of
Opa-locka Capital Improvement Project (CIP) Master Plan preparation. The evaluation committee ranked
the three top most responsive bidders based on the criteria listed in the Request for Qualifications (RFQ) as
listed below:
BIDDER SCORE RANK
EAC Consulting, Inc. 461 1st
Craven Thompson&Associates, Inc. 421 2nd
Miller Legg 407 3rd
The bidders were scored based on technical approach, similar experience, project staffing, project
management approach, value engineering, qualification for the project, references and also the
evaluation of how the particular consulting firm is uniquely qualified for the CIP Master Plan
Preparation project.
Account Number: 32-541340 and 35-541340
Financial Impact: The actual fee will be determined upon completing negotiation with the selected
consultant.
Implementation Time Line: As soon as possible.
Legislative History: Resolution# 13-8540
Recommendation(s): Staff recommends approval in order to move ahead with the capital improvement
program, funding, budget planning, and implementation strategy.
Analysis: The CIP Master Plan will be used for capital projects identification,funding and to formulate the
implementation strategy including the level-of-service standards as necessary for the City's infrastructures.
The master plan will establish the broad parameters for city for the functional planning and programming
of infrastructure development and budget planning. Upon City Commission authorization, the selected firm
will be engaged in assisting the City preparing the CIP master plan as required.
ATTACHMENT(S):
1. RFQ Evaluation Summary with Panel Member's evaluation sheets
2.Copy of the RFQ
3.Copy of Resolution# 13-8540
PREPARED BY: Mohammad Nasir,PE,City Engineer/CIP Director
END OF MEMORANDUM
EVALUATION FORM I RFQ 13-1104100
CAPITAL IMPROVEMENT PROJECTS MASTER PLAN
MILLER
CRITERIA CRAVEN IMS LEGG EAC URS
Similar Experience max pts
20
David 181 18 17 18 16
Mohammad 20 101 17 194 17
Arshad 19 121 18 18: 17
Faye 18 15 19 19 17
Howard 20 15, 15
17 15
15
Schedule/Time Completion
max pts 15
David 10 10 13, 15 10
Mohammad 12 11 15 13 5
Arshad 13 12 15 14 5
Faye 14 141 14 14 13
Howard 13 12 15 14 5
Tech Approach max pts 15
_..
David I 10 11 10 141 12
Mohammad 15 9 10 111 51
Arshad 14 101 10; 121 6
Faye 14; 14 15 154 14
Howard 15 151 15 15' 15
Qualification for project
max pts 10
David ,_ 8 10 9 101 9
Mohammad 9 6 8 101 9
Arshad 9. 7� 7. 101 9
Faye 8 7 9 81 9
Howard 10 8 8 8. 6
References max pts 10
David 10 5 10 10
6
Mohammad 9 5 7 7 6
Arshad 9 8 7 8 7
Faye 5 5 7 8 6
Howard 10 7 5 10� 7
Letter of Interest max pts 8
David 6 7, 6 8, 5
Mohammad 7 7 7 7
Arshad 7 8 7 8 7
Faye 7 7 8 7 8
Howard 8 8 8; 8, 8
EVALUATION FORM 'RFQ 13-1104100
CAPITAL IMPROVEMENT PROJECTS MASTER PLAN
MILLER
CRITERIA CRAVEN IMS LEGG EAC URS _
Disadvantage Business
Enterprise max pts 7
David 5! 7 0 7 0
-
Mohammad 5 7 0 7 0
Arshad 5 7 0 7 0
Faye 5 7 0 _ 7. 0
Howard 5 7 0 7 0
Project staffing max pts 5
David 4 4 5 5 4
Mohammad 5 3 5; 5! 5 t
Arshad 4 3i 5; 4 4
Faye 5, 41 5, 51 5
Howard
5-[ 5 5! 51 5
Project management max
pts5
David 3: 5 4 5; 5
Mohammad 4 4 5 5, 4
_
Arshad 5 4 5 5. 5
Faye 5' S 5 5 5
Howard 5 5 5, 5, 5
Value Engineering max pts 5
David 2 5 5 51 4
Mohammad 1 3 5 5 4
Arshad 0 4 5` 5. 4
t
Faye_ 1, 41. 5 5, 4
Howard 0 5, 5 5 4
421 391 407 462 349
RANKING
EAC 462
CRAVEN 421
MILLER 407
- - -
ISM 391
URS 349 ,
z �`
5
0
c
W Nod.{~l)
Q
2
z ---___ ,c-_), (-\ .c.` 'N_ ,.. , ' .,. \,,
ce
a
Z
cW
G
a
Lu
0
Coo f`j C.) \v) .p,, ( ,
c
_I- 8 '�
cg-' C:› j- , 0
O C -2 .
ct
/...,(),(\(\
z 'S., C ' ----- ‘(-- \ i- C''-, ', >-- 6
W J (.-
> cN -,-S \cf)' - ) C-6
`, Q I I Z
Z p� W 0 w z LJJ r1 �`', V Z w u`Z. Q w
, 'S "';�' w Z Q O Z Q Z Z
s�' X O � O Ln O u) � w O H Q
u, NSF= ''' al.45 ,, ur-+ LLcoo h �nvn2inZ ►n
' O. m J 4 Q e11/ 11 G 4 W 4 4d G 4 G w V)
G. O O. J W O. a O. W a a W a W O. w w O.
LW
'4 U 2 W � 8 g W t cx m g 6 x a k1 � x
in2 O 2F- 2Cn 2s2t223 22292
i
Z _,
5
a
oc
W
N
2
N
O
oe
a
W --...LT
a
—J 0
1a- H Ve
E c
W
U -'CC
2 nil
�- r r- p r r \`'n
el U.I
CO 0' 2
u. u..
lac
0
I-
a
z in
J
W
CIL
-- el
CI ur
d.
‹.. Q z API
OWN,
r
-
Cj
- Is! w Z Q O Z Q Z Z
Q
°' iX w - a r., 3 1 o U u- cc h vvii to (�� z
°C d D ti d ,0 E. V 0 W 0 ° +0 1�'' G r, V .VI w GI g o a a = a � o W aw a 0- - °- � a ? u a "�
2 cc v 0 co W rxo n cc too w rr0 w rxo m it) w rro cc rrvv a ox rxo
in 2 u 2 I- 2 O a 2 Ex 2 2 0 2 a 2 a 2 > a 2
2�
Z 1
a.
cc
w _
N
r
NO - N O
6 S
cc
a.
I-
Z
CW
G
LW
W 00 -■1— 00 r r In
cC I" cy-
a
E
8
E. o w
u
tn O N N o I IA I EM cc
-r' Cr-
i.
CC _
Z 7
O
P
2
.4
N N O Ls)
> _ _ f 40 oo N M t-
w
Z
M >1" cr. ,
,
g Cer-
® •
� M
d
q
IL z 1 t
u z o G Li z N
v�" T `. w 5w = 2 w Z W �'CC
l�'r 'Ito, 1°I w ` Z Q C z LI. Z Z CI.
..�i t.Pte F—
is X O w O r-1 ,, u O LL o0 LA in V1 z uy w F�
w 0 —J F- G ri 2 r..
D a a a.< a _, w aa: a ,,,, a aw aw n Low LL' a �
x = 2 x v x Q E3 x LL x x w x 0 x a x 2, p x . .
e t° u O f9 w t0 = cc t0 w t0 w t° m t0 a CO 0r t0 Q ce t0
CA2 tnu21- 2 Ca 2z2w202a2a2 > a2
r�
I I i I I I
-
z ,
cc
Q
E
0
a,
a
Z
W
W \ \ \ I t
cc 2
LAJ
cc
Z W
0
a C5
W
g Ul
`,<0 u
a
. n" I
Q
1
N z
4� W cc I- W
0
u w z
V W O w
4v \
A:74 1y j u.r W V LL Q w
w W Z li.". 7 s !:1 !i °I W Z Q O Z Q Q a:*Ii.").4$7•
III O u V1 a III � w a O n t= rroo uf7a2oc2 2o2a2. a2 > a2
z 1
a am
oc
W
H
a
2 \
G tin �1
a T'` v
oc
a
E--
z
W
y
o0c W '' r`' ' ) v )
a
2
H1 oz) l,n V
o d
zrg
0
P
a
M VI
c11 In Ci) r"`- ' h
W �.) 1
M ; Q M V ) Q
,:0) • u
,..7.:, Q . z
® w LAJ
Lu z
V Z Q W
W W X = z 2
LIJ
Le ei V N W V1 J III
zaa " Q . aC N
a0aawa = an n Gaaww
a
f0 Si O g W g " a g w m m g o' g a Q b
v, 2 H u 2 �-- 2 d a 2 4 2 2 o 2 c. 2 a 2 > a 2
Sponsored by: City Manager
RESOLUTION NO. 13-8540
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, AUTHORIZING THE CITY
MANAGER TO ISSUE A REQUEST FOR
QUALIFICATIONS (RFQ) FOR THE PREPARATION
OF A COMPREHENSIVE MASTER PLAN FOR THE
CITY OF OPA-LOCKA, FROM QUALIFYING
CONSULTING FIRMS; PROVIDING FOR
INCORPORATION OF RECITALS; PROVIDING FOR
AN EFFECTIVE DATE
WHEREAS, the City Commission of the City of Opa-locka is seeking a qualifying
engineering consulting firm for the preparation of a Comprehensive Master Plan; and
WHEREAS, the Comprehensive Master Plan serves as a guide in considering policy
changes, infrastructure improvements, land use planning, budget planning and capital
improvements; and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to issue a Request for Qualifications (RFQ) for an engineering consulting firm, for
preparation of a Comprehensive Master Plan.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION
OF THE CITY OF OPA-LOCKA, FLORIDA:
Session 1. The recitals to the preamble herein are incorporated by reference.
Session 2. The City Commission of the City of Opa-locka, authorizes and directs the
City Manager to issue a Request for Qualifications (RFQ) for a qualifying engineering
consulting firm to prepare a Comprehensive Master Plan for the City of Opa-Locka.
Resolution No. 13-8540
Session 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 13`}'day of February,2013.
i
IRA TAY OR-A4/
MAYOR
• ttest to:
IA.$ ° (4Lki
•anna Flores
ity Clerk
Ap.roved a: to fa and legal su i iciency:
lin II i I . .
J,.' ' `.'Geller
eens!oon Marder, P.A.
f ity Attorney
Moved by: VICE MAYOR KELLEY
Seconded by: COMMISSIONER JOHNSON
Commission Vote: 5-0
Commissioner Holmes: YES
Commissioner Johnson: YES
Commissioner Santiago: YES
Vice-Mayor Kelley: YES
Mayor Taylor: YES
CITY OF OPA-LOCKA
oQ p-LOCkq
O O
A. �
i.
0
V
4.i. a
• gitr- 1-." ,F1 42.
2 O 0
R1,oRATEp
RFQ NO: 13-XXXXX
CITY OF OPA-LOCKA
CAPITAL IMPROVEMENT PROJECTS(CIP) MASTER PLAN
1
RFQ-CIP MASTER PLAN
OQp,-toek4
� 0
VI
)7,
O R■TE°.
CITY OF OPA-LOCKA
Advertisement for Request for Qualifications
RFQ NO. 13-XXXXX
ENGINEERING CONSULTING SERVICES FOR THE CITY OF OPA-LOCKA
CAPITAL IMPROVEMENT PROJECTS(CIP) MASTER PLAN
Proposals for ENGINEERING CONSULTING SERVICES FOR THE CITY OF OPA-LOCAKA CAPITAL
IMPROVEMENT PROJECTS (CIP) MASTER PLAN will be received by the City of Opa-locka at the Office of
the City Clerk, 780 Fisherman Street,4th Floor, Opa-locka, Florida 33054,until 1:00 PM.XXXXXXXX. Any
proposals received after the designated closing time will be returned unopened.
The purpose of this Request for Qualifications is to seek assistance of qualified professional engineering
firms for the preparation of a Capital Improvement Projects master plan for the City of Opa-locka.
An original and five (5) copies of the proposal shall be submitted in sealed envelopes/packages addressed
to Joanna Flores, City Clerk, City of Opa-locka, Florida, and marked "RFQ NO - - Capital Improvement
Projects (CIP) Master Plan." 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 RFQ requirements may also be obtained by visiting the City's
website at www.opalockafl.gov, (click "RFPs" 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 RFQ requirements. Proposers may not withdraw their proposal for a
period of ninety(90) days from the date set for the opening thereof.
Joanna Flores
Deborah S. Irby
City Clerk
Dated:
Published: The Miami Herald
2
RFQ-CIP MASTER PLAN
CITY OF OPA-LOCKA
RFQ NO 13-XXXXX
CAPITAL IMPROVEMENT PROJECTS(CIP) MASTER PLAN
PART I
PROPOSAL GUIDELINES
1. Introduction: The City of Opa-locka is requesting proposals from qualified professional
engineering firms to provide engineering consulting services for the preparation of a Capital Improvement
Projects master plan.
2. Proposal Submission and Withdrawal: The City must receive all proposals by 1:00 P.M. on
XXXXXXXX, 2013. The proposals shall be submitted at the following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street,4th Floor
Opa-locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as follows: RFQ NO -
Capital Improvement Projects (CIP) Master Plan. This package shall also include the Proposer's return
address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline
for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of
90 days. Once opened,proposals become a record of the CITY and will not be returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand-delivered proposals directly to the
City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for
receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling
(305) 953-2800 before proposal closing time. Any proposal received after the established deadline will
not be considered and will be returned unopened to the Proposer(s).
3. Number of Copies: Proposers shall submit an original and five (5) copies of the proposal in a
sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery,
whether by personal delivery, US Mail or any other delivery medium.
4. Development Costs: Neither the City nor its representatives shall be liable for any expenses
incurred in connection with preparation of a response to this Request for Qualifications. Proposers should
prepare their proposals providing a straightforward and concise description of the Proposer's ability to
meet the requirements of the RFQ.
5. Inquiries: Interested Proposers may contact the City's Purchasing Officer regarding questions
about the proposal by telephone at (305) 953-2868 x1307 or by facsimile at (305) 953-2900. The City
Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFQ,
until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of
prospective Proposers to various portions of the RFQ so that they may read and interpret such for
themselves. No employee of the City is authorized to interpret any portion of this RFQ or give information
3
RFQ-CIP MASTER PLAN
as to the requirements of the RFQ in addition to what is contained in the written RFQ document.
6. Addendum: The City may record its response to inquiries and any supplemental instructions in
the form of written addenda. The CITY may mail written addenda up to seven (7) calendar days before the
date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda
have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given
before the RFQ opening will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities or
inconsistencies should be brought to the attention of the City's Purchasing Agent through written
communication prior to the opening of the proposals.
7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits
the proposal judged by the City to be most advantageous.
The Proposer understands that this RFQ does not constitute an offer or an Agreement with the Proposer.
An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed,
accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of
authority within the City and executed by all parties.
The City reserves the right to reject all proposals,to abandon the project and/or to solicit and re-advertise
for other proposals.
8. Contractual Agreement: This RFQ shall be included and incorporated in the final award. The
order of contractual precedence will be the Contract or Agreement document, original Terms and
Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in
Miami-Dade County and the contractual obligations will be interpreted according to the laws of Florida.
Any additional contract or agreement requested for consideration by the Proposer must be
attached and enclosed as part of the proposal.
9. Selection Process: The proposals will be evaluated and assigned points. The firm with the
highest number of points will be ranked first; however, nothing herein will prevent the City from assigning
work to any firm deemed responsive and responsible.
The City reserves the right to further negotiate any proposal, including price, with the highest rated
Proposer. If an agreement cannot be reached with the highest rated Proposer,the City reserves the right to
negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement
is reached.
10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs
first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter
119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response
to the RFQ, and must identify the data or other materials to be protected, and must state the reasons why
such exclusion from public disclosure is necessary. Document files may be examined, during normal
working hours.
11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all
news releases or other publicity pertaining to this RFQ or the service,study or project to which it relates.
12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the
minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a
self-insured organization, different insurance requirements may apply. Misrepresentation of any material
fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may
be grounds for rejection of the proposal and rescission of any ensuing Agreement.
4
RFQ-CIP MASTER PLAN
1. Evidence of General Liability coverage with limits not less than $1,000,000 (Including Policy
Number and Policy Period);
2. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability
coverage with limits not less than$100,000 (Including Policy Number and Policy Period);
13. Licenses: Proposers,both corporate and individual, must be fully licensed and certified in the State
of Florida at the time of RFQ submittal. The proposal of any Proposer who is not fully licensed and certified
shall be rejected.
14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the
Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons
and affiliates who are disqualified from public contracting and purchasing process because they have been
found guilty of a public entity crime. No public entity shall award any contract to, or transact any business
in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently
$25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months
from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or
affiliate has been removed from the list. By signing and submitting the RFQ proposal forms, Proposer
attests that they have not been placed on the"Convicted Vendor List".
15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City
of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from
performing the work described in this proposal or from furnishing the goods or services for which the
proposal is submitted and shall be further disqualified from submitting any future proposals for work,
goods or services for the City of Opa-locka.
16. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free Work Place (DFW)
programs. Whenever two or more proposals which are equal with respect to price, quality, and service are
received by the City for the procurement of commodities or contractual services, a proposal received from
a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the
award process.
PART II
NATURE OF SERVICES REQUIRED
2-1 PURPOSE AND SCOPE OF WORK
The purpose of this RFQ is to seek the assistance of a qualified professional engineering firm to
provide engineering consulting services for the preparation of Capital Improvement Projects
master plan as required for bond/fund for the Great City of Opa-locka. Upon City Commission
authorization, the selected firm will be engaged in assisting the City preparing a Capital
Improvement Projects master plan as required. The master plan will include the current Capital
Improvement Projects conditions assessment, sustainable, financially feasible and environmentally
friendly improvement requirements projection, specific projects identification and preparation of
pilot schemes for implementing the projects within a five year period, value engineering and
financial impact, implementation strategy with prioritization by phasing plan, and an increase of
investment opportunities promulgating economic growth.
5
RFQ-CIP MASTER PLAN
The scope will include identifying and assessing all existing public utilities which serve the City and
recommend strategies for addressing present deficiencies and future demands with due
consideration of technological advancement. The consultant will be responsible for the
conceptualization of the plan; improvements cost estimate, prioritization and phasing out of the
construction with a minimum 10 years projection.
The selected consultant is to conduct preliminary engineering studies, prepare reports if applicable,
prepare preliminary layouts, sketches and cost projections for different Capital Improvement
Projects as required to secure fund/bond.
The selected consultant will identify and evaluate the existing stormwater system including the
canals in the city and prepare a report on the findings and necessary recommendations with
implementation strategy outlining the related cost,prioritization,and the phasing of construction of
the stormwater management system. The drainage master plan report has to be very detailed and
must outline the basin, sub-basin management, drainage interconnectivity, optimum use of the
canals maximizing the number of allowable outfalls and hydraulic balance for enhanced flood
mitigation in the city with a minimum 10 years projection.
The Capital Improvement Projects master plan will include the city's Roadway improvement
projects in relation to drainage improvements and the selected consultant will be responsible for
conceptual plans preparation and phasing out the projects with implementation strategy for a
minimum 10 years projection. The implementation strategy will outline the suggested action
program that generally describes the actions, time frames, responsibilities, procedures and the
City's capacity to use them. The implementation strategy is intended to address and monitor the
priority issues raised in all other elements of the Plan.
The scope may be extended to include any other topic areas as deemed appropriate considered by
the City.
IV. Public Participation
Public participation is vital to the success of the Master Plan. During the preparation
process,committees maybe created to provide input and review specific chapters of the
master plan.
Public participation will play a critical role in the development of the Capital Improvement
Projects master plan.The consultant's plan for communication and use of emerging social media
channels and techniques as a means to encourage public participation will be noted and evaluated.
V. City of The City of Opa-locka Staff Involvement
While the city staff will be closely involved with preparation of the Master Plan, existing work
commitments preclude them from spending substantial time conducting research,writing
documents,and setting up meetings. It is essential that the consultant be able to dedicate the
time needed to conduct these tasks independently and to lead the Master Plan project
2-2 QUALIFICATIONS
The consulting firm shall provide a description of the history and background of the firm, identification of
the services currently being provided to municipalities in Florida and other information relevant to the
provision of engineering consulting services.The following information shall be included in your response:
6
RFQ-CIP MASTER PLAN
A. General information about the firm
B. Name,address and phone number of the firm
C. List names and titles of officers of the firm who are directly responsible for engineering services
D. Project Organizational Chart
E. Project Manager's name and experience
F. Resume of each individual,including education, experience,and any other pertinent information
shall be included for each team
G. Information pertaining to the firm's compliance with state licensing
H. List of three (3) references of cities for which engineering services have been provided.
I. Firm's engineering experience
J. Narrative on how your firm is uniquely qualified to provide engineering services to the City of Opa-
locka
2-2 STANDARDS TO BE FOLLOWED
The generally accepted City and County standards are to be adhered to and followed.
2-3 ROLE OF THE CONSULTANT
The consultant will furnish all required labor, materials, supplies, and travel required in connection with
this scope of work. The City expects that the Engineer with the consulting firm have a minimum of five (5)
years experience in the fields of engineering services such as: roadway,water,sewer and drainage.
PART III
PROPOSAL REQUIREMENTS
3-1 RULES FOR PROPOSALS
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.
3-2 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 five (5) copies must be sealed in one package and
clearly labeled"RFQ- Request for Qualifications for Engineering Consulting Services" on the outside
of the package.
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
7
RFQ-CIP MASTER PLAN
section and page number.
4. Transmittal Letter summarizing in a brief and concise manner the Proposer's understanding of the
municipal 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. 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 within the last five.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.
3-4 TECHNICAL PROPOSAL
The purpose of the technical proposal 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 consulting services. While additional data may be presented, the following
subjects must be included - Licenses, Firm Qualifications and Experience, Project Manger's educational
qualifications, design and project management experience, Staff Qualifications and Experience, Similar
Projects with Other Government Entities,Specific Approach,and Proof of Insurance.
PART IV
EVALUATION OF PROPOSALS
4-1 SELECTION COMMITTEE
A Selection Committee,consisting of City personnel,will convene,review and rank all proposals submitted.
The Selection Committee will use a point formula during the review process to score proposals and assign
points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and
explicitly respond to all the requirements of the RFQ including a detailed explanation of how the services
shall be performed.
4-2 EVALUATION CRITERIA
The Selection Committee will evaluate all responsive written proposals to determine which proposals best
8
RFQ-CIP MASTER PLAN
meet the needs of the City, based on the evaluation criteria. The criteria that will be used to evaluate the
proposals are:
1. Letter of Interest:
• Proposer's understanding of the municipal work to be performed
• A statement why the firm believes itself to be best qualified to perform the engagement
2. Demonstration for Qualifications:
• The bidder must demonstrate how they are uniquely qualified for the services as required
per this RFQ.
3. Similar Experience and Past Performance:
• References within the past 5 years for the related projects
• Past experience in doing business with the City of Opa-locka.
When assessing the Proposers' past performance, the City may contact other sources of
information including, but not limited to Federal, State, and local Government Agencies,
published media,and electronic databases.
The Proposer shall verify that reference points of contact,telephone,and facsimile numbers
are valid.
4. Project Staffing:
The Consultant should clearly identify the staffing quality, availability, and engineering
experience including sub-consultant(s).
5. Scheduling:
The Consultant must identify major task of the project and must include the schedule. The
consultant must describe how soon they can prepare the master plan.
6. 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 (design only).The Consultant should
clearly describe the inter-relationship between the consultant and sub-consultants.
7. Value Engineering:
Consultant should clearly present their value engineering process integrated with the
design effort with different alternatives.
8. Approach to the project process:
The Evaluation Team will consider the Proponent's Technical Approach to the project
process identifying the task and related
Bid package without the Schedule will not be considered for evaluation. Qualification Statements that
satisfy the minimum requirements of the Prime Bidder being in the similar services under the same name
for a minimum of TEN YEARS (10) and the qualified bidders will be scored as follows:
9
RFQ-CIP MASTER PLAN
Letter of Interest 8 points
Demonstration for Qualification for the project 10 points
Similar Experience and Past Performance 20 points
Project Staffing 5 points
Project Management 5 points
Schedule and Time for Completion 15 points
Value Engineering Process 5 points
Technical Approach to the Project 15 points
Disadvantaged Business Enterprise (DBE) 7 points
References 10 points
4-3 FINAL SELECTION
The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole
judge of its own best interests,the proposals, and the resulting negotiated agreement. The City's decisions
will be final. Following the notification of the selected firm, it is expected that an Agreement will be
executed between both parties.
City staff will recommend award to the responsible Proposer whose Proposal is determined to provide
overall best value to the City, considering the evaluation factors in this RFQ.
4-4 AWARD AND CONTRACT EXECUTION
After review by the Selection Committee of the proposals a recommendation to select three firms will be
made to the City Manager for submission to the City Commission for final approval. Upon Commission
authorization,contract negotiations will be initiated with the selected firms.
10
RFQ-CIP MASTER PLAN
°° RFQ NO.
<o,
GENERAL ENGINEERING CONSULTING SERVICES
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 contract. If there are any terms
and/or conditions that are in conflict, the most stringent requirement shall apply.
11
RFQ-CIP MASTER PLAN
uwaa
CITY OF OPA-LOCKA
• _
�
� '� RFQ NO
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
12 ------
RFQ-CIP MASTER PLAN
EVALUATION FORM RFQ 13-1104100
CAPITAL IMPROVEMENT PROJECTS MASTER PLAN
MILLER
CRITERIA CRAVEN IMS LEGG EAC URS
Similar Experience max pts
20
David 18+ 18 17 18 16
Mohammad 20 101 171 19 17
i
Arshad 19 121 18 18 17
Faye 18 15' 19' 19'
17
Howard 20: 15 17 15 15
Schedule/Time Completion
m ax pts 15
David 10 10 13 15 10
Mohammad 12 111 15 13 5
•
Arshad 13 12' 1511 14 5
Faye 14 141 14 14, 13
Howard 13 12', 15 14', 5
Tech Approach max pts 15 '
David 10 11 101 141 12
Mohammad 15 9 10, 11 5-I
Arshad 14 101 10 121 6
Faye 14, 14', 15 151 14
Howard 151 15j 15 151 15,
Qualification for project t
max pts 30 1 . .�__
David 1 8 _ 10 9 101 9
Mohammad 9 6. 8 101 9
Arshad 9 7+ 7 101 9
Faye 8 7 9 8 9_
Howard 10 8
8 8 6
R eferences max pts 10
-
David 10 5 10 10 6
Mohammad 9 5 7 7 6
Arshad 9 8 7 8 7
Faye 5 5. 7 8 6
Howard 10 7 5 101 7
Letter of Interest max pts 8
David 6 7 6 8 6
Mohammad 7 7 7 7 7
Arshad 7 8 7 8 7
Faye 7 7 8 7 8
Howard 8 8 8; 8, 8
EVALUATION FORM RFQ 13-1104100
-
CAPITAL IMPROVEMENT PROJECTS MASTER PLAN
MILLER
CRITERIA CRAVEN IMS LEGG EAC URS
Disadvantage Business
Enterprise max pts 7
David 5:_ 7. 0_ . .. 7. 0
Mohammad 5 7 0 7 0
Arshad 5 7 0 7 0
Faye 5 7 0 7 0,
Howard 5 7 0 7 0
Project staffing max pts 5
David 4 4 5 5; 4
Mohammad 5 3 5 5 5
Arshad 4 3L 4 5 4;
t -
Faye 5 4 5 51 5
an
Hoo ward d
5, 5 5 51 5
Project management max
pts 5 '
David 3: 5 4 5 5
Mohammad 4_ 4 5 5 4
Arshad 5 4 5 5. 5
Faye 5' S 5 5 5
Howard 5 5. 5 5 5J
Value Engineering max pts 5
David 2 5 5 51 4
Mohammad 1 3 5 5 4
Arshad 0 4 5 5. 4
Faye 1 4 5 5 4
Howard 0 5 5 5 4
421 391 407 462 349
RANKING
EAC 462
CRAVEN 421
MILLER 407
ISM 391
URS 349
Z
5
a
oc t
H .
v
Q
2
wg --.___ ,‘: , (\ •c- ,_._, , --._.„. _,_ ..
cc
a
E-
Z
W
W U
Cr.) \\I) ... ), (iii
0 Ili
a.
t• g
M ti C-S- ().--, ,,D; c\_ .(- ,' ,_\r-) c) \
O C
O▪ U. '....,q
Q
Q
W ....,,,, ~, J
(....
Z
71
N 441> ..7 . -,) C":>" ' ---S \kJ-).- -,c-c) "1116
' Q •
d z
W
® W oC I_ L C7
V O W Vr W Z
o-� ' f'ita.,4.1\ W W V Z W 6L Q
( W
� f � 1 W Q O Z
'� r�o; Z Z Q Q
° °"Y w _� a Q~ u 0 LL 00 r t/1 ,n 111 Z 0
0 J H
WS p_ = J +V Q Z G W 4 cc 4 O UJ C U W yNj
g o a a a _, W act Q. W Q W W Q U d
x i 2 x u m Q a x LL x l- x W x p x O x _, p x
v► 2 ILA � 2 tW- 2 C a 2 z 2 � 2 0 2 a 2 a 2 > a.. 2
a,-c-
g � �-
a ,
CC
LIU1--' '----------------------,,,:,_-cN2.1.._
VI 1
2
L
O
a
Z
W
2
W 1-,��,\,
a
J
i" e-i
EC o W
Ve"f J el CC
vi U.I
Oct 2
LL U
=O
I-
J
W
QL /
Vl
a� W C-
---j.:::1$ U o ---S: 9--
.:&,14:1 ,- d
C.?
a Z
Q w w �'.\Wire�
Z 0 w w Z .p _
ly u . R o, w cw = �' Z 0 w U-62 roi ? fo W c Q _O F- LL Z W
L. N F. `~ G i1 .1 U u o0 ^ V1 in v1 Z u1 cJ
CC a0a as a � C az aES a aLu 0- w iWw a
x 2 x = x Q 6 x LL x x w x ( x a x J 0 x ro
2vv= 8I' t-w 2Ca2 w2 � 2o2a_ 2a2 > a2
z
5 ,
------„, ,
ga. - ---
ce ,
w
,4 f
0 1 .,..._.
< .'",.....s,...„
4.4
U ,r,
, ,.s
0
6 - r-- r-
cc
a.
I—
z
w 1 1
2 ,
u.1
> 0
O a 00
u, - (-4 13 co
n.
2
< o
0
E Nzt w
o w
U 1.4 CC 03 Lel 0 r- h- r- o tr\ IA Vr.
2 A UJ
S
....
r4 ...I
CC
U.• U.
Z CC 1
O N..,1..
‘1%
< -- h CZ° 00 h (4\ -.1- 1-
1.1.1
Z <
CZ1 uJ Qr-
gg (5.- N Is, -.1- VI 0 k.n
U
-%...<1 • n
z t cr
V■ eN)
.."T.:- ...., z 0
Li.
= ct z k.9 2
Z
z 2 2 0
0 L.,
z
U... z
< < • . . .
.4,,. Lyi LL.1 1.... 1-1 la. r-I u v...1 U ri , CO IA tr■ o z Ln tti 1,13
2 RI i 0 ro U m 0 ice ro 11- co ro co ro e4 ro ce ro ;Fir ce co
t.7 2 ,t.ii (..) 2 t:u-
t_,
Z
W
N
2
N N M
LLJ M \ ` \ .) 'V
0
CC
a
W
0 uJ "■■• -,... -..... QZ C.0 r..... L.- In In v.)
ce
a
2
F.
I h
" ■re
LL
Z
Q '
3 V y y` 1' \--L
W
Z
\,® . U
r
Q 1 I Z 1
<3 w F- w l7
.�. .�.i . z o W w Z
cc
)1 w Z Q O Z Q Z Z LLJ
w w 0 a ir'—I Q o v u. co vi i n ui z �.n
g o a as a _, w act a a aw a aw w a
x = 2 x V x Q p x LL x x u, x p x p x 3 p x
2 co U O ro w ro D oc ro w ro w ro m ro x ro w ro Q tc ro
72 rnv2 H2 C7a2 cc 2w202a2a2 > n 2
i i I
Z ♦- `
a
oc
W
H --
N
d
2
e 'N
O
a
I-
z
W
2 t ^
o
r
a
2
< 8
a g '
E 171 �. ..� Oro 1 Z
IX
O u.
Z °C
O
a
W
> IC:1 C' '\4)
Q .. u
� ��Q z
Lij® u Li, 0 0 l7 z \
Z O w z w _
',,0,1 i °i Q O H u. z Z
%:;...;:,-,46;.?„ O w - � ~ o ° 0 L 0 l
. -" X N - 5 zri V LL. CO pp 0 Z
vi wca --d VI D J 4 Q 4 a: u 4 " u O u W
CC_ Q a a o w Cl ac a ,j a gy O d
2vvi 2 2CSa2a`'''c2 2o2a2a2 ro > as2