Loading...
20160224 SM1MIAMI BEACH Presentations & Awards/Commission Meeting SUPPLEMENTAL MATERIAL 1 City Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive February 24,2016 Mayor Philip Levine Comm issioner John Elizabeth Alem6n Commissioner Ricky Arriola Com m issioner Kristen Rosen Gonzalez Commissioner Michael Grieco Com missioner Joy Malakoff Com missioner Micky Steinberg City Manager Jimmy L. Morales City Attorney Raul J. Aguila City Clerk Rafael E. Granado Vlsrt us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings. ATTENTION ALL LOBBYISTS Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the registration of all lobbyists with the Gity Clerk priorto engaging in any Iobbying activitywith the City Commission, any City Board or Committee, or any personnel as defined in the subject Code sections. Gopies of the City Code sections on lobbyists laws are available in the City Clerk's office. Questions regarding the provisions of the Ordinance should be directed to the Office of the City Attorney. ADDENDUM AGENDA R2 - Gompetitive Bid Reports R2A Request ForApprovalTo lssue A Request For Proposals (RFP) No. 2016-100-KB For Design Build Services For Stormwater Pump Station At The lntersection Of Alton Road And North Bay Road And Associated Stormwater lmprovements For North Bay Road. (Public Works) (Deferred from February 10, 2016 - R2A) (Memorandum) 1 Addendum 1, February 24,2016 R7 - Resolutions R7A A Resolution Approving And Authorizing The MayorAnd City Clerk To Execute The FirstAmendment To A Joint Participation Agreement (First AmendmenQ With Miami-Dade County (County), Which First Amendment ls Attached Hereto As Exhibit 1; And Which First Amendment Proposes To lnclude Within The Scope Of Services The Harmonization Of Dade Boulevard Between The Venetian Bridge And Bay Road; With A Total Project Cost To The City Of $9,865,000: $6,745,000 For The West Avenue Bridge And $3,120,000 For The Harmonization Of Dade Boulevard; And A Total Contribution By The County Of $5,011,000, Of Which $3,011,000 Will Be Used For The West Avenue Bridge Project, And $2,000,000 For The lncreased Scope Of Services Relating To Harmonization Of Dade Boulevard. (Public Works) (Deferred from February 10, 2016 - R7M) (Memorandum, Resolution & Agreement) 2 COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSALS (RFp) NO. 2016-100-KB FOR DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD Build And Maintain Priority lnfrastructure With Full Accountability N/A ltem Summary/Recommendation: The proposed pump station, at the intersection of Alton Road and North Bay Road and associated stormwater improvements for North Bay Road, is part of the ongoing effort the City of Miami Beach is currently undertaking to improve of the existing drainage conditions citywide and to provide a higher level of service by reducing flooding due to: extreme high tides, increased rainfall, intensity and duration. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The improvements will serve the entrance to the Mount Sinai Hospital (a critical facility) and portions of Alton Road and North Bay Road. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of construction documents by the selected Design Build Firm (DBF), and for submission of their price proposal. The selected DBF Firm pursuant to the RFP will be responsible for the design and construction. The stormwater project will consist of the installation of a pump station and improvements to the existing storm water underground infrastructure system in the area. The City Commission's approval of this item will allow staff to initiate the appropriate procurement process by advertising the RFP for design build services for this project. The City of Miami Beach is seeking proposals from qualified vendors for the design, permitting, construction management and construction of the Storm water Pump Station at the intersection of Alton Road and North Bay Road. The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. RECOMMENDATION To seek proposals from interested parties, the Adminlstration recommends that the Mayor and City Commission of the City of Miami Beach, Florida authorize the issuance of issuance of the RFP No.20'16- 100-KB for Design Build Services for the storm water pump station at the intersection of Alton Road and North Bay Road and associated storm water ents for North Bay Road. Financial I nformation : Financial lmpact Summary: N/A Alex Denis. Bruce 24\RFP 2016-100-KB DesignBuild Services Agenda ltem R aA Date 2- LV4bAAIAAAISTACH3 MIAMIBEACH City of Miomi Beoch, l700 Convention Center Drive, Miomi Beoch, Florido 33I 39, www.miomibeochfl.gov C the CityMayor Philip Levine and Members Jimmy L. Morales, City Manager February 24,2016 REQUEST FOR APPROVAL TO 2O16.1OO.KB FOR DESIGN LD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD ADMIN ISTRATION RECOM M EN DATION Authorize the issuance of the RFP. BACKGROUND The proposed pump station, at the intersection of Alton Road and North Bay Road and associated stormwater improvements for North Bay Road, is part of the ongoing effort the City of Miami Beach is currently undertaking to improve of the existing drainage conditions cityruide and to provide a higher level of service by reducing flooding due to: extreme high tides, increased rainfall, intensity and duration. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The improvements will serve the entrance to the Mount Sinai Hospital (a critical facility)and portions of Alton Road and North Bay Road. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of construction documents by the selected Design Build Firm (DBF), and for submission of their price proposal. The selected DBF Firm pursuant to the RFP will be responsible for the design and construction. The stormwater project will consist of the installation of a pump station and improvements to the existing storm water underground infrastructure system in the area. The City Commission's approval of this item will allow staff to initiate the appropriate procurement process by advertising the RFP for design build services for this project. The City of Miami Beach is seeking proposals from qualified vendors for the design, permitting, construction management and construction of the Storm water Pump Station at the intersection of Alton Road and North Bay Road. The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. o MINIMUM QUALIFICATIONS. Please Reference, Appendix C, RFP 2016-100-KB for DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD (attached). o SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2016-100-KB for DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER SSION MEMORANDUM A REQUEST FOR PROPOSALS (RFP) NO. TO: FROM: DATE: SUBJECT: 4 City Commissioner Memorandum - Design Build Services for the Storm Water Pump Station at the lntersection of Alton Road and North Bay Road and Associated Storm Water lmprovements for North Bay Road February 24,2016 Page 2 of 2 IMPROVEMENTS FOR NORTH BAY ROAD (attached). o GRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2016-100-KB for DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD (attached). CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP No. 2016-100-KB for Design Build Services for the storm water pump station at the intersection of Alton Road and North Bay Road and associated storm water improvements for North Bay Road is subject to funds availability approved through the City's budgeting process. ATTACHMENTS Attachment A: RFP 2016-100-KB for Design Build Services for the Storm Water Pump Station at the lntersection of Alton Road and North Bay Road and Associated Storm Water lmprovements for North Bay Road. JLM/EC/MT/BM/AD T:\AGENDA\2016\February\Procurement Feb 24\RFP 2016-1 00-KB DesignBuild Services for SW Pump Station Mount Sinai - ISSUANCE MEMO.doc 5 REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD RFP NO. 2016-100-KB ISSUED BY: KRISTY BADA * &AIAMISHACil-I KRISTY BADA, CONTRACTING OFFICER II PROCUREMENT DEPARTMENT 1755 Meridion Avenue, 3'd Floor, Miomi Beoch, FL 33.l39 305.673.7000 x621 B I kristybodo@miomibeochfl.gov www.miomibeochfl.gov 6 b ,,Ii.'-'ri,AIffi$:Af rj' ] ir,' \r ! 1t i""si*f \\sl TABLE OF CONTENTS SOLIGITATION SEGTIONS:PAGE 0100 PUBLTC NOTICE.... .................3 O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ....,.......,,..,..,............4 O3Oo PROPOSAL SUBMITTAL INSTRUCTTONS & FORMAT...............,,,XlXiilr,-........... ..........12 o40o pRoposAl EVALUAION ....... .....: i" ............18 "-.....0500 CITY OF MIAMI BEACH LICENSES, PERMITS AND FEE$......:,..,.,;,.,;.......... ............21 APPENDICES: .: 1,, ,,,,,,1, PAGE AppENDrx A pRoposAl cER FrcAroN, euESroNNArRE AND AFFI;I(}H* = _ \r*\$;1;11._.; APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ...................32 APPENDTX D SPECIAL CONDTTTONS \i-=j.:=. .......... :;;;:t::::::::::.:: : APPENDTX E COST PROPOSAL FORM .i-. ................:,:1i.......... ......40 = .,..'::i.:',i(iillltt,.,,,,. APPENDIX F TNSURANCE REQU REMENTa-.....,,;, :.ll{ltrill|$;=:;;,....................................43 ,, ,, i:,.r:i ,lfia= -,,;:,:i:iS, ,rlllil i::l RFP 2016042K3 7 b ,' .J., .'\ i.,, I Sf A S*LJi \ rlr lf \'\r l-)L/\\*i I sEcTtoN 0100 PUBLIC NOTICE Gity of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCU REMENT DEPARTMENT Tel: 305.673.7 490, Fax: 786.394.4006 REQUEST FOR PROPOSALS (RFP) No. 2016-100'KB REQUEST FOR PROPOSAL (RFP)DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD Miami Beach, FIorid$.ll r: ,.. By means of this RFP, the City seeks to contract with a Design/Buil;";; toi orstctrt BUILD SERVICES FoR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND*NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). The Design/Build Firm ,{EPF) wil[$responsible for the design, permitting, construction management and construction of the Storm water Pump Station at the intersection of Alton Road and North Bay Road. The work will include but not be limited to site preparation; eafthwOrk,$rm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the proj@tfll require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechhieirlip.....!,, s The Design Criteria Package (DCP) for this project shall be proVided in digital tor*t$n CDs to all short-listed proposers following Phase I evaluation. Please call Kristy Bada at 305.673.7490, ore-mail kristvbada@miamibeachfl.qov to secure a CD. The cost for these CDs is $20. Oner:nay purchase a CD through the Finance Cashier located on the 1$ Floor in City Hall. Please make reference of the. P' ber, (RFP 2016-100-KB) and project name (REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES HrpR STORMiWATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED $TORMWATER IMPROVEMENTS FOR NORTH BAY ROAD) to the Finance Cashier. After purchase, CDs aiQ,to pe colledted by the Proposer at the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the FinanCe Cashie.r.** , :, l: A Pre-Proposal Confeience, as further detailed in Section 0100-10 of the RFP is scheduled for 10:00AM on March 15, 2016in the Procurement Department COhterence R m located at City of Miami Beach, 1755 Meridian Avenue, 3RD Floor, Miami Beach, rL . =i-Sealed propoSals, for Phase l, will be received by the City of Miami Beach Department of Procurement,3rd Floor, 1755 Meridian Avenue, Miami Beach, Florida 33139, until 3:00 p.m. on APRIL 12,2016, for REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSoCTATED STORMWATER TMPRoVEMENTS FOR NORTH BAY ROAD (the Project). Sincerely, 1**-r.Y :t ,_-_";..\* t* Alex Denis ^) i;- ...tr Director, Procurement Department RFP 2016-O42KB 8 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of seruices and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful propose(s) (the "contractor[s]") if this RFP results in an award. The City utilizes PuhticPurchase (v'/v'/w.publicpurchase. ) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately,fiith PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. .l:frii By means of this RFP, the City seeks to contract with a Design/Build Firm for DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND. NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). Phase I Proposers will be e{ialuated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 dayS to prepare a detailed technical proposal for the Prolect. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue further information and clarifications via Addenda to the short-listed propo5B"r$, inCtuding (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers.!,9.,,! cilitate project understanding and consider any projectspecific questions from the short-listed proposers. Phase ll paOpoa.ilF+ill be evaluated in accordance with the criteria established in Section 0400 for Ph'ase ll Evaluation. Following City CommiEsion approvalof the City Managers recommendation pursuantto Phase ll, the City wi ll enter i nto contract n.gqtiAti$$;?,,,and exe@ This RFP is issued prrrr.nt"'i[,'Ch.pdi::ig7.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). ",.,;;, tb r r I i ^ I n\ry *. i4i t . i:lf '\'i!t-)Lf-\\-* $ sEcTtoN 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS TION TIMETABLE. The tentative for this solicitation is as follows: Phase I - QualificatiiiiiS RFP lssued February 26,2016 Pre-Proposal Meeting MARCH 15,2016 AT 10:00 AM Deadline for Receipt of Questions APRIL 4,2016 AT 5:00 PM Responses Due APRIL 12,2016 AT 3:00 PM Evaluation Committee Meeting TBD Commission Approval to Shortlist TBD Phase ll - Technical Proposals Solicitation lssued to Short-Listed Proposers TBD Pre-Submittal Meeting TBD RIP 2U IO.IUO.Kts 4 9 b i. 1 l ;i r\ ii $)il ir r-'k-j : Y !i. ir T it s..ikd iv{ i Deadline for Receipt of Questions TBD Proposals Due TBD Evaluation Committee Meeting to lnteruiew TBD Commission Approval of Final Proposer TBD 4. PROCUREMENT CONTACT. Any Procurement Contact noted below: Procurement Contact: Kristy Bada questions or clarifications concerning this solicitation shall be submitted to the Telephone: 305-673-7490 Email: kristybada@ miamibeachfl .oov The Bid title/number shall be referenced on all correspondence. AII questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 02SF3.,, All responses to questions/clarificationswillbesenttoallprospectiveProposersintheformofanaddendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed neeessary by the City, a pre-propbsal meeting or site visit(s) may be scheduted. \1gg1::,. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procu rement Dep,fi ment C.o-hlerence Room " i,i *:'f::*f "!,lff fil'jffi rl i,,,,,,,, Attendance (in person or via telephone; -encorraged and ,.Ebrr.nOrd as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free north America) Proposers$o are interestdd:::in.participatln$'via telephone should send an e-mail to the contact person listed in this RFP expreSgin@ir intent to participat telephone. Oral information or responses to questions received by prospective Proposers are not binding on the-City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only qubstions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendufi1{il}.b.e leased through PublicPurchase. Any prospective proposerwho has received this RFP by any means other than throU$h:,"PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE 0F SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 ol the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl.qov. RTP 20 I6 IOO.Kts 10 b ,{,,\iAMI mil&il$-"{ 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procuremenUscroll.aspx?id=23510 . CONE 0F S|LENCE...,,, CITY CODE SECTION 2486 . PROTESTPROCEDURES... CITYCODESECTION2-371 . DEBARMENT PROCEEDINGS.. CITY CODE SECTIONS 2-397 THROUGH 2485.3 . LoBBYIST REGISTMTION AND DISCLOSURE OF FEES...,,,.......,,,., CITY CODE SECTIONS 2481 THROUGH 2406 . CAMPAIGN CONTRIBUTIONS BY VENDORS..... CITY CODE SECTION 2487 . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENTrssuEs.........,... crrY coDE sECTloN 2488 r REQUIREMENT FOR CITY CONTMCTORS TO PROVIDE EQUAT BENEFITS FoR poMESTre PARTNERS,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, efl CODE SEGTION 2 373 o IIVINGWAGEREQU|REMENT,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,. PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETEMN BUSINESS ENTERPRISES... r FALSE CLAIMS ORD|NANCE. . . ............. ACCEPTANCE 0F GIFTS, FAVORS & SERVICES...,.. EITY EODE SECTTONS 2 407 THROUGH 2 410 CITY CODE SECTION 2-374 CITY CODE SECTION 7O.3OO CITY CODE SECTION 2449 9. PUBLIG ENTITY CRIME. A person or affiliate who has been ptac#iiin.;..r.t.0 ,.noo, iitfollowing a conviction for public entity crimes may not submit a bid on a contract to provide any goods or seryices to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or irublic work, may not submit bids on leases of real property to public entity, may not be awarded or perform work aFa,gontrd*t0i,',supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with@ Bublic entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 monthS":ff.@,]he date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS, This RFP is subject to, )@fi'Hroposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for-eiisuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctionS, as prescribed theiein, including, without limitation, disqualification of their responses, in the event of ]g,.l,.11rympliance. ...i::.::!:I ':::::::::!:i,::. 11. DEBARMENT ORDINA!*E: This RFF is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinancd $$" in Setibns 2-397 through 2-406 of the City Code ,;:il:.,,r.,, 12. WITH THE CITY'S CAMPAIGN'TFINANGE REFORM-LAWS.lhis RFP is subject to, and all Proposers are expected to be aWS,aScodifiedinSections2-487through2-490oftheCity Code. Proposers shall be solely responsibl€orsnsuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shalt-b! subjectt-d aay and all sanctions, as prescribed therein, including disqualification of their responses,in the event of such non$mpliance. 13. CODE 0F BUSINESS ETHICS. Pursuant to City Resolution N0.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities, For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS, Proposers that are not selected may protest any recommendation for selection of award in accordance with RFP 201 6-1 00-KB 11 'D i ,', ! .'\, i. .,' m i:,s l*lJtvi:i'i.iV\ LJLffi\*{ I eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Omitted lntentionally 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as b result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and othenrvise equal With respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. Pursuant to F.S. 287 .O55,tne City.sfi-tt firsitonsider the qualifications of firms through the process outlined in Section 0400, Evaluation Methodology. The E@uation of proposals shall proceed in a two-phase A. Phase l - Proposals will be evaluated in accordance with the criteria established',in Section 0400 for Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may S*tmit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase I evaluation to be considered in Phase ll. The number of respondents recommended to be short-listed for consideration in Phase ll is solely at the discretion of the City Manager. B. Phase ll - Short-listed Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. h,s'sfl The results of both Phase I and Phase ll evaluations will be considered by the City Md'hager who may recommend to the City Commission the respondent(s) he $eS$$& be in the best interest of the City, or may recommend rejection of all responses. The City Manager's recommend-dtieiti= nEEd not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Sectian 2-369, including the following considerations: The ability, capacity and*ill of the preposer to perform the contract. Whether the proposer ea-Eperform @'contract within the time specified, without delay or interference. The character, integrity, repuiation, jud$ment, experience and efficiency of the respondent. T he q u ality,. of, pgr{,orm ance Of previous C0ntrait$, tlu...lnleuous'* u*[rlM'u"*' lsW,, e proposerwith laws and ordinances relatins to the contract' [-hF,,$ity Commission Sffi$;*e,onsider'tHii":City"Manage/s recommendation for each phase and may approve such iU&.inm-endation. The Cit$,$ommission'nay also, at its option, reject the City Manager's recommendation and select ,noi66l proposer (or proposers) which it deems to be in the best interest of the City, or it may also reject all Once the PhaSe Il ranking is approved by the City Commission, the City will enter into contract negotiations with the top ranked firm. [f fte City and selected firm cannot agree on contractual terms, the City will terminate negotiations and begin negotiati6B$th the next ranked firm, continuing this process with each firm in rank order until agreeable terms can be met orihe procurement is terminated. Contract negotiations and execution will take place as quickly as possible after selection. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer, Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. lt is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 7 a. b. c. d. e. RFP 2016-100-KB 12 b ir'\ I i,'v ,; S SliC l*i 21. PostponemenUCancellation/Acceptance/Reiection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain:,all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from anyobli$ation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a.,$.F5i$ for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. : 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the prepaiation and submission of Proposals, or any work pedormed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the 24. RELATIONSHIP TO THE CITY. lt is the intent of the City, ahd Proposers hereby acknowledge inO ,g,.., that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, ''nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. ',::::::::::::::,= 24. OCCUPATIONAL HEALTH AND SAFETY. ln cortFffice with Chapter 442,Flonda Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufrcturer. 25. ENVIRONMENTAL REGULATIONS, The City rese@the right to ConiiOei a propose/s history of citations and/or violations of environmental regulations in investigating a profoser's responsibitif, and further reserves the right to declare a proposer not responsible if the history of vidlations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately oI notice of any citation or violation which proposer may receive after the proposal opening date and duriqg the time of performance of any contiaOt awarded to it. 26. TMES; The City of Miami Beach is exempt from all Federal Excise and State taxes. and all i pertaining to the are expffifl. to examfne the terms, conditions, specifications, delivery schedules, proposed pricing, tg to the 00&s and services relative to this RFP. Failure to do so will be at the Propose/s risk and'\N'i::l:it. - -r:ii: r.r:r may result in the PtEposal being non-rdsbonsive.-i : 28. PAYMENT. Paymeiit,,fuill be ma$d"by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be consistent with PurchaseOrderformat. a 'i::" 29. COPYRIGHT. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or affcle manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City RFP 201 6-t 00 KB o 13 b a a ! 5 d r Ns-- -l i\! ii"tiI., J\.\, IiL- i\a l-li V tl..-\l \r \i tlLr\\*t i Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER 0F PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registratiors, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contiact. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the futl duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure allw,qJ cqryplies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by nggligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that ma$ vary from these General Terms and Conditions shall have precedence. :l:::. . : 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance Witft.the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relatite,,,to.equglemploymentopportunityforall persons without regard to race, color, religion, sex or national origin. ln accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause hotel operatoi to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease,.use..o1gancy of the Hotel Proiect or any portion thereof. 34. DEMONSTRATION OF gd'[]i'bETENBi-e city may consider any evidence available regarding the financial, technical, and other qualifications and:abilities of a Pro$ser, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposers faci$ty mayte made prior to the award of contract. B. Proposals will only be considered from firms whidh.are raularly engaged in the business of providing the goods and/or services as described in this solicitation= C. Proposers must be able.toJemontrF&i1,.? good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, aiid organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organizationn, as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenivise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 36. LAWS. PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees RI.P 20 I6- IOO-KB 14 lb ',/',1*.\t' Rl-* r:{*$*} =- r v rl. 'r v 1 il'L.: l\dt I required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non- profit agencies may pafticipate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK T0 BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The propose/s proposar in response to the soricitation. ,,...,i iiiii i:: ' , t"" 40. tNDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, emptoyees, agents and instrumentalities from any and all liability, losses or damages, ipetUdi$.!:attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a iesult of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, paftners, principals or subcontiactors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits oi actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees tnat aniiiiiifiH$-rahce protection required by this Agreement or othenrvise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisionsshallsurvivetheexpirationorterminationofthisAgreement. 41. CONTRACT EXTENSION=he City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA P.!,HLEJECORDSiAW. eroposers are hereby notified that all Bld including, without limitation, any and all information and,,,,doiu cntati0lirsubmitted therewith, are exempt from public records requirements under Section 119.07(1), Florida StaEEs, and s. 24(a);,4$jiillli.of the State Constitution until such time as the City provides notice of an intended decision or until thi (30) days after opening_ of the pioposals, whichever is earlier. Additionally, Contractor agrees to be in full complianiE Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and fi"eeessarily would be rQ$uired by the public agency in order to perform the services; (b) provide the public with access to publii'ffirds on the same teps and conditions that the public agency would provide the records and at a cost that does not exceed thdiiffit provided iriili{ltis chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential"tinG mpt froni public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements foi retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractoi upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or pgect contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title Vll of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). lgnorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. RtP 20 t6- t00-Kts t0 15 tb . r r i & I r s P { Sr r r Y t,l U Y 1t wk*t \r*i I 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals'ttithout a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and' ers of withdrawal received after contract award will not be considered. =:::::," iiir;:,, 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptionq .h0y wislrit$ e to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and.alternatii'd$s"hall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute diicretion, mdy accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected,lhii City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took eicetotiorr to (as said termand/orconditionwasoriginallysetforthontheRFP). 48, ACCEPTANCE OF GIFTS. FAVORS, SERVICES. Proposers shall not'dffer any gratuities, favors, or dnything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee offfip^.City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his offiCffidl".,,, 50. ADDITIONAL SERVICES. Although this solicitation and redultant specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, throu$h the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the wo*. When additional items are required to be added to the Contract, awarded vendo(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these.additional requirements. lf these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to'the=e tht contract vendo(s) that offers the lowest acceptable pricing. The additional items shall be added to this contr.aCt by through a Purch3pe Order (or Change Order if Purchase Order already exists). ln some cases, the City may d..l,iln{*,,,..9,,9,. V to add additiffiffi*lms tfrrougn a formal amendment to the Contract, to be approved by the City Manager. : The City ma$'tletermine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable O, dinitftl$,3_l *tained ftnrh the current contract vendors, or for other reasons at the City's discretion. i:'=:::: ::::a::i n|$i$ltliii ti' Balance of Pase lntentionallv Left Blank il 49. SUPPLEMENTAL INFORMATION. City reserves the right to reqQgsl supplemental information from Proposers at any time during the RFP solicitation process, unless othenrr;r. nslsd.her 'n _,,,,',,,,,l,il L ,t-l,f .. RFP 20 I 6.1 OO.KB 16 b i i, A r a I hr a. lqr r;,i, li1 LJ\l&"t$*{\{ S-I v tl, \i v tlt."Jt*J \\J,i I sEcTtoN 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES.One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten ('10) bound copies and one (1)electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer retum address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or othenrvise. 3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enurneiated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain..6;{gbb of contelts with page references. Proposals that do not include the required information will be deemed non-responsivdtihiid will not be considered. PHASE I RESPONSE FORMAT Cover Letter & Minimum Qualifications 1.1 Cover Letter and Table of Contents. The cover letter must indicate Prime Pro,poser and Prime Proposer Primary Contact for the purposes of this solicitation. (1 page cover k!fter) ,, , '-$1St= 1.2 Response Certification, Questionnaire & Requirem6nts Affidavit (Appendix A). Attach Appendix A fully completed and executed 1.3 Minimum Qualifications.Re(uirimCnb. Submit verifiable information documenting compliance with the minimum qualifications requirements |pn.O in ApEndix C, Minimum Requirements and Specifications, as required herein. 1.3.1 Request for Quatifigali9r Sipitar Experience. For eabh propct that complies with the minimum requirements on Appendix C, Section Cli$iiNCI'ig'= bmit project name, total contract award amount, completion date, scope of work, proiecl contact informatidn hhone and emaili: and Team Prime PropoSer shall submit a design-build teamlibiganizational structure that has a sufficient number of professionals and other personnelto perform the work, including: 1. Organizational Chart. An organizational chart depicting the structure and lines of authority and communication. A narrative that describes the intended structure regarding pro.lect management, accountability and compliance with the terms of the RFP. (1 Bage) , , 2. Key Personnel, ldentify alt key personnel, including the Project Manager, who will be assigned to the Project and their intended functions and rbsponsibilities. Also indicate the percentage of time commitment of each key person on this Prolect. (2 pages) 3. Resumes. Resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and qualifications, education and performance record.,The Prime Proposer shall include the above listed information for the following proposed pqect team members:(1 page per resume) a. Design/Build Prolect Manager b. ConstructionManager RFP 2016042-K3 12 17 b A{tarriRpar*il c. Construction Superintendent for the DBF and other major subcontractors d. Lead Designer Design Manager e. Project Enginee(s) f. Surveyor 4. Evidence Of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit prolect name, brief description of project, date of completion, owne/s representative, and owne/s representative contact information.(Limit to (3) prolects) .=5. Other. Provide any other information the Proposer believes will help the City undestand and evaluate the team's capabilities.(1 page) Desiqn/Build Firm Experience & Qualifications Qualifications of Firm. Describe experience and qualifications of the Prime Respondent in providing the services detailed herein. 1. Gompany lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (1 page) 2. Company's List of Similar Experience and QualificatiOndllliillfrovide a:ffi of the company's. erience and qualifications with the services detailed herein. Provide a table that.:includes thctllowing information: agency name, prolect name, type of project (rightof-way, deslgn/build, etc.), percehkgb completed, anticipated completion date, your firm's role (i.e. design/build, lead designer, lead ponstructor). (1 page) -., - r. r:. .3. Relevant Experience: Summarize 3 of the comp$d$is post similar pro;ects Of r,nparable size and scope where similar services to those described in this RFP have been provided.,Projects must illustffilfe,fFrniliarity with all of the following aspects: Pump station construction, underground utili$,,,,::c0nstruction, storm watdr collection and disposal, and construction of drainage structures which required deep excavatlon.. For each project include:(1 page per prolect) Prolect name and location ': r Prolect description Date of project completion Awarded contract amount and final contract amounf Original contract duration and fihal contract duration Number of change orders g. lndie.ate.rf-.14 .lls role in the project (design/buitdei, lead designer, or lead constructor). h. .Thenamesof th.eky project managers, highlighting any individuals who also worked on this prolect. ,,.__ Reference conE ation (including name, address, telephone number and e-mail address). 4. Safeti&ord: Provide the fiffiExperience Modification Rate (EMR) data for the previous three (3) full calendar years on a firm=dde, basis, which shali'be documbnted by a signed letter with contact information from the firm's insurance carrier, or th6,ihsur3nce carrier's agencV representative. a. b. c. d. e. f. 5. Dun & Bradstreet.j:$upplier Qualifier Report: Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SQR)to the City electronic means kristybada@miamibeachfl.gov. The cost of the preparation of the D&B report shall be the Ltftb Proposer. The proposer can request the report from D&B at: 7. lnsurance: Provide a letter from Proposer's insurer on the insurer company letterhead that the insurer can provide levels of coverage to the Proposer as indicated in Appendix E - lnsurance Requirements. MinorityMomen-owned Business Enterprise (MWBE) or Small/Disadvantaged Business Enterprise (S/DBE), Submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. Lead Experience & Qualifications RFP 20I6 IOOKB t3 18 &,l ,al,r Lr ntAf^L"l, Vll.*\J'v', ULN\-"i I Qualifications of Firm. Describe experience and qualifications in providing in providing the services detailed herein. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience in providing the services detailed herein. Provide a table to include the following information: agency name, project name, type of project, percentage completed, anticipated completion date, your firm's role (i.e. lead designe$ (1 page). 3. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA). =.4. Relevant Experience: Summarize (3) of the company's most similar design pro.!$s of cciinparable size and scope where similar services to those described in this RFP have been provided. Bqjeqtsrmust illustrate familiarity with the following aspects: Pump station design including pollution control structure.ffilbsed i$tRinage systems, extensive utility coordination and maintenance of traffic. Preference will be given to proleCtS"'where impac$ to adjacent were mitigated during design. For each prolect include. a. Prolect name and location b. Prolect description c. Date of prolect completion d. Awarded contract amount for the design portion. , ,.... e. List of permits applied and obtainedf. The names of the key prolect engineers, highlighting any individuals who will also work on this prolectg Reference contact information (including ad(r.ess, telephone number and e-mail address). Forms Provide Certification, Questionnaire & Requirements Affidavit tnpi;8rlifnf.:Attggh Appendix A fully completed and executed. The Certification, Questionnaire & Requirements Affidavit (Appendix A) muat be signed by the Prime Proposer. Note: After proposal submittal, the City r.r**., the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: Qmlifications (including, but not limited to, litigation history, regulatory action, or additional references); and financialcapability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). ,,,..==Ii,iiiiiiii illiiii_ RFP 20I6 lOOKB 14 19 ,b ,'\''\ i Al'd I $$ il&t $-"{ PHASE II RESPONSE FORMAT (TECHNICAL PROPOSAL) ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittals should be bound and tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposers should prepare narratives, specification etc. on 8.5 x 1 1 paper. All Plans shall be provided bound flat not in a 3-ring binder with 1 1"x17" paper containing a title block, drawing titles, dated and numbered. Please feel free to include other materials, such as covers, appendices, brochures, etc. at your discretion. Due Diliqence and Site lnspections: lt is the responsibility of each Proposer, before submitting the Phase ll proposal, to: o Visit the site or structure to become familiar with conditions that may affect costsprogress, performance or furnishing of the Work;o Take into account federal, state and local (City and Miami-Dade- County) laws, regulations, permits, and ordinances thatmayaffectcosts,progreSs,performance,furnishingoftheW6ik,oihward;. Study and carefully correlate Propose/s observations with..lhe *rr, ,nO ,,,,,, The submission of a proposal shall constitute an incontrovertible reprdsentation by p50po9er that proposer has COmplied with the above requirements and understands all terms and conditions for performb@nd ftiinishing of the Work. ':::::::::,:: The City reserves the right to require additional information to determine finan0ihf ,papability. Proposer shall have ten (10) calendai days respond to such a request. :l Technical The Technical Proposal shall document team's understanding of the project, major design elements, materials and methods. The Technical Proposal shall be developed using narratives, tables, charts, plots, drawings and conceptual sketches as appropriate. The techniCat profi$.g3l shall be insufficient detail to allow the City to evaluate its compliance with the design criteria pack-age, including nidjOr systems and requirements. Subcontractor & Qualifications Qualifications of Key SubcontraCtoiis, F.ti}|trd#h keyconstruclion subcontractor (whose value of work exceeds $500,000) describe experience and q-alifications as detailed,bel6w. 1. Company lnformation: Provide back$round information, including company history, years in business, number of employees, and any other information Communicating capabilities and experience. (1 page) 2. Gompany's List of Similar Experience and:Qualifications: Provide a list of the company's experience and qualifications with the Services detailed herein. Provide a table that includes the following information: agency name, project nam==e, type of prolect rightof-way, design/build, etc.), work assigned. (1 page) 3. Relevant Experien'ee: Summarize'(3) of the company's most similar projects of comparable size and scope where similar constfUction services have been provided. Please be specific of the actual work provided by this firm that relates to this project. (1 page per prolect) For each prolect include: a. Prolect name and location b. Prolect description c. Date of prolect completion d. Amount of contract for the portion of the work provided by this firm. e. Reference contact information Approach & Methodology Plan RFP 2016-t00KB t5 20 b r\;\l:f i.,',, RS A f* $--l - r V'rl,r li '. llnJL*i \\s! I Proposer shall, at a minimum, address the following factors: 1. The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall address methodology, sequencing, maintenance of traffic (MOT) and phasing of the various work efforts. 2. The Proposer shall describe the efforts involved in coordinating with all utilities including but not limited to Florida Power and Light (FPL), AT&T and Atlantic Broadband (ABB). 3. Proposer shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater drainage system, , landscaping etc., relative to the applicable agency(ies) and entity(ies), e.g. City of Miami Beach, SFWMD, FDOT, FDEP, USACOE, Miami-Dade County RER, Fl. Dept. of Health, etc. 4. Proposer shall describe their Quality Assurance / Quality Control Plan ("QI/QC Plan') for the Work, including design, construction, coordination, implementation and completion of the Project. The Proposer shall explain its OIVQC Plan and the plan for any of its subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. 5. Proposer must perform at least sixty percent (60%) of the construction work with the firm's own forces. 6. Proposer shall provide summary narrative inclusive of the proposeit project understanding, scheduling including key performance and success factors, and the proposed design andtonstruction approach which highlights the main attributes and benefits of this approach. ,\1\1iii,,,.,,.,, 7. Proposer shall describe the technical approachiil.,ffld.,,proviOe calculations and drawings as applicable, to a. Typical plan and profile of the proposed pump stati_on. *r_ b. Anticipated utility impacts and how to effectively c@$inate,gitfil[i,qi$,ftp..9,!1!ities. c. Planned supplementary geotechnical investigation$,i,\pr eilVlronmeritdlflit$htamination surveys/assessments by the proposer to supporl or validate the proposer' ign approach;,,,,,if any. 8. Proposer shall describe the pro.lect schedule approach utilizing the Critical Path Method b. Weekend and City Holidays shall not be considered work days 9. Proposer sn.q.fi,iiidUsc-rite the planned environmentat quitity management approach by demonstrating the following: a. *FF:ioacn to minimiiE=iommunity impacts from, construction noise, dust and vibration. b;til U*.-,'nn any resultant se_ttlement and I or damage to any existing structures that are a consequence of tht{ffiipposer's construction-activities. c. Prevdi\li$h or containment of any discharges caused by the proposed work. d. Pretreatnieh'tof construction water prior to disposal to ensure compliance with permit requirements. 10. lt is the objective"'bitt'. City that, at a minimum,60% of the construction portion of the projectdefined herein shall be performed directty by the Prime Contractor (rather than through sub-contractors). To evaluate compliance with this obj6-E@, proposers shall submit a schedule, by Construction Specification lnstitute (CSl) Division, denoting which Sections of the scope shall be performed directly by the Prime Contractor (with its own forces) and which sections are intended to be subcontracted. 11. Describe plan on how construction staging areas, pedestrian paths, vehicular traffic patterns, etc. will be handled in order to mitigate disruption. Project Schedule RI-P 20 I6- IOO.KB t6 21 lD i, { I a i',,^, : RF *" r'L.i Balance of Paqe lntentionallv Left Blank The Proposer shall submit a Preliminary CPM Prolect Schedule covering the period from NTP to Final Completion with the submittal which will be the initial Project Baseline Schedule. The Preliminary Prolect Schedule shall include all major design, permitting, procurement and construction, testing and commissioning activities and meet the stated Conkact Dates and any other suggested major milestones. Activities shall indicate their associated phasing and dependence with other activities, and highlight the main, coordination efforts and issues requiring the City's involvement and necessary reviews. At a minimum, the Preliminary Project Schedule must address the following milestones and activities: Design Schedule & Submittals Design Phase Reviews by the City - Assume 4 weeks Community lnvolvement Permitting Utility Coordination/Relocation .: Start and completion of Construction, Testing and Commissioning Substantial Completion and Final Completion Dates for all Work. Lump Sum Price Submit a Lump Sum Pnce for delivering the completed Pro;ect consisient with the Design Criteria Package. Utilize Appendix D - Cost Tender Form to submit your Lump Sum Price. RFP 20I6 IOOKB 17 22 sEcTloN 0400 b .r. ,, t ,1,A, i\ ; R$^ Aflil PROPOSAL EVALUATION Les5*an $250,G00:.5 $250.000,01 - $2,000.000 3 Greater than $2,000,000 0 The Evaluation Process will be conducted in two phases. PHASE I EVALUATION PROCESS 1. Two Step Evaluation, The evaluation of responsive proposals in Phase 1 will proceed in a two-step process. The first step (Step 1) will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step (Step 2) will consist of quantitative criteria established below to be added to the first step scores by the Procurement Department. The City reserves the right to engage the advice of its consultant, DCP or other technical experts in assisting the Evaluation Committee in the review of proposals received. ,.' 2. Phase t/ Step 1 Evaluation (100 Points). An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. Ifftrther information is desired, Proposers may be requested to make additionalwritten submissions of a clarifying nature.0r'oralpresentatiohsto the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as not below. lt is imporlant.to note that the Evaluation Committee will score the qualitative portions of the proposr,. on'r,,|$$[hg so, the,.,Evaluation Committee may: o review and score all proposals received, with or without *,idffiliilteruiew sessjons; oro review all proposals received and short-list one or more Proposers to be further ibnsidered during subsequent interview session(s) (using the same criteria). =,,:,,.,,: ,,,, Proposers will be evaluated on the following criteria (100 maximum possible pointS)::::,. .. PQect Team (30 Points). Design/Build Firm Experience & Qualifications (40 Points). Lead Designer Experience & Qualifications (30 Points) 3. Phase I / Step 2 Evaluation-(1,0:P$ints=), Following the results of Step 1 Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Piocurement Department to those points earned in Step 1, as follows. o Veterans and StatGilieq Servic{ilhisabled Veteran Business Enterprise (5 points) ,;, i: o Prime Proposer Volume of Work (0-5 Point$).lP-.ffii9;awarded to the proposer for volume of work awarded by the City in the last three (3) years in accord e with the fcillowing table: RtP 2016042K8 IB 23 ID i'v1iA.,'\Ai SX,&C$-$ 4. Determination of Phase I Ranking, Phase 1/Step 1 scores (by the Evaluation Committee) and Phase 1/Step 2 scores (by the Procurement Department) will be converted to rankings in accordance with the following example: liii$cffiittee ... Member 1 Step 1 Points 82 76 80 Step 2 Points 10 7.5 Total 92 ,llltj'85 Rank 1 illirr3 2 Step 1 Points 90 72 Step 2 Points 10 7 ffi[\st, Total 100 92 7g Rank 2 3 Od.fimitee Member2 Step 1 Points 80 74 66 Step 2 Points 10 7 5 Total 90 81 72 Rank 1 :iiii'::,ri i 2 3 lf fewer than three responsive proposals are received by the City or if all responsive proposals received are determined by City Manager to be qualified for Phase ll, Phase ll may proceed without interruption or additional approvals following Phase L Otherwise, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phas# aluation. Following City Commission approval of the City Manage/s recommendation pursuant to Phase I of the RFP, th6.ho${.iiit*e,,p proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the P,pCi€ct The short-listed pioposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and thg.Q{5ign/Building Agreement. Following Phase I shorl-listing and prior to receipt of proposals pursuant to Phase ll, the City may iS-ud fu$her information ahd clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments tdiittte Pesign Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the Slibrflisted proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposer to facilitate pqect understanding and consider any prolect specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. I ".iil RtP 20 t6-t00-Kts t9 24 b e.,\IA\,1i Sils\C$-"{ PHASE II EVALUATION PROCESS The Phase ll evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. ln doing so, the Evaluation Committee will: a. lnterview short-listed proposers, if deemed necessary, b. Receive input from a Technical Review by City Staff, the Design Criteria Professional, and other City advisors c.RecommendtheVoluntaryAlternateProposalstoaccept,ifany d. Score proposers utilizing the Evaluation Criteria ,,, r.1; .:::::::l= Proposers will be evaluated on the following criteria (100 maximum possible points):.=:::::::- . Subcontractor Experience & Qualifications (5 Points) . : ', 1.,.,. . Project Schedule (10 Points). Lowest GMP (50 Points) Each proposed cMP shatt be scored as fottows: \,,ii,=.' Sample Obiective Formula for Cost Vendor Lump Sum Price Example Maxim'0m,,:= Allowable Points ' ' (Points noted are for illustrative purposes only. Actual points ' Formula for Calculating Points (lorr'rest cost / cost of proposal being evaluated X maximum allouable points = awarded points) " r,:::.j:,t,,,. ROUnd tO Tota! Points Awarded Vendor A $100.00 20 $100I$100X20=20 20 Vendor B $150.00 20 $100/${50X20=13 13 Vendor C $200 00 20 $100/$200X20=10 10 ;iilit;; .Remainder of Page lntentionally Left Blank Final Ranking is presented to the City Manager for further due dihllence and recommendation to the City Commission. Final Ranking does notconstitute an award recommendation untilsuch{ime as the City Manager has made his recommendation to the citv t:,,,]=---d rrerentthah final ranking results' RFP 20I6-IOO.KB 20 25 sEcTtoN 0500 b,- .' i :A,0,, $\FA;-"$-{ CITY OF MIAMI BiACH LICENSES. PERMITS AND FEES Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade Gounty, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in theproposal. : l 1. Occupational licenses from City of Miami Beach firms will be required to be sulmitteiithin fifteen (15) days of notification of intent to award' 'r::iriii :: 2. Occupational licenses will be required pursuant to Chapter 205 065.Ftuida Statutes. NOTE: a) lf the Contractor is a State of Florida Certified.Gdnl,r,q.9,Jor the followinq will be re;uired: '-,, 1) Copy of State Contractors Certification \i:. 3) Liability and Property Damage lnsurance Certificaffiede to City of Miami Beach 4) Workers compensation or the exemption b) lf a Dade Countv Licensed Contractor: PROPOSAL RESPONSE. 1) Dade Certificate of Competency in the Discipline Licensed2) Municipal ContractorsOccupational License3) Liability and Property damage lnsurance Certificate made to City of Miami Beach4) Workers Compensation or the exemftion ,:,NOTE: PLEASE PROVfIIE COPIES OE ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR o;,;ir..:' 'i"' :' Remaind$4,uo*f f=ge lntentionally Left Blank RFP 20 I 6.I OO.KB 2) 26 irn, i,,'' ,yr SIACI^i CITY OF MIAMI BEACH REQUEST FOR PROPOSALS (RFP) No.2016.100.KB REQUEST FOR PROPOSAL (RFP)DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD Note: The Proposer shall obtain and pay for all permits required for execution of the work; provided however, that theCitywillwaivePublicWorksDepartmentRight.of.Waypermitfees' PERMITS MIAMI.DADE COUNTY DEPARTMENT OF REGULATORY AND DERM).o Class ll Permit for Construction of Drainage System with. Class V Dewatering Permit. Drainage Well Permit. File Notice of commencement with SFWMD and RER b Outfall. RESOI}R! ES (RER) (formerly $rriii*,, il.FLORTDA DEPARTMENT OF ENVTRONMENTAL PROTECTTON (FDEP)o Notice of lntent to Use Generic Pepnit for Storm Water Discharge from Large and Small Construction o National Pollutant Discharge Elimination System (NPDES) permit .I:'' .::- '':.,.' = =,iiiiliiCITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT ,...=r''. ROW Permit - Fee to be waived.. Building Department - Plumbing, Structural, Electrical - Fees to be waived with the exception of Dade County fees. Notice of Commencement Permit ,,r,,lliitl;,r i ,,l = SOUTH FLORIDAWA,T.EIRMANAGEMENT DISTRICT (SFWMD)Environmental Resource Permit (ERP) .t:: :u: : :::tt u = :::.. ', Remaindeiof Page lntentionally Left Blank -,- ilt. tv. V. RI-P 20 I6- IOO Kts 1L 27 APPENDIX A & nAIA&AIffiWffiffFq'!- f v\l/ \rv\!wl*$-\\w.N$ $ Pro poso I CertificotioE) auestry.ncire & Req uirementS Affid ovit =M RFP No . zOld-loo-KB REeUEST roR PnoposAl (RFp) DESTcN BUILD .SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD DEPARTMENT OF PROCUREMENT MANAGEMENT.l755 Meridion Avenue , 3'd Floor Miomi Beoch, Florido 33,l39 RFP 20I6 IOOKB IJ 28 Solicitation No: 201 6-1 00-KB Solicitation Title: REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD Procurement Contact: KRISTY BADA Tel: 305-673-7490 Email: KRISTYBADA@MIAMI BEACHFL.GOV PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirem0nts Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully,,completed and executed. FIRM NAME: No of Years in Business:No of Years in Busine$s Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: UIAIE:ZIP CODE: TELEPHONE N0.r TOLL FREE NO.: FAX NO,: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: P|Rll\ilARY ACCOUNT REPRESENTATIVE F0R Ti4I$.IFIGAGEMENT: ACCOUNT REP TELEPHONE NO,: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION$O, : The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Rrr20ro-tuuKts 24 29 2. Veteran Owned Business. ls Proposer claiming a veteran owned business status?f--l vgs f--l t'to SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interes.t,i,*{,ten (10%) percent or more in the Proposer entity or any of its affiliates. ,. ,, . l .ri:ilii::ilis SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officerSdif.-e$1q,.1 agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami,B*ch. PiCF.-...q9rs must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%]percent olmEie.in the Proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom tn.-i$[ibr"r has completed work similar in size and nature as the work referenced in solicitation. "ri: , SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name,2) Contact lndividualName & Title,3)Address,4)Telephone, 5)Contact's Emailand 6)Narrative on Scope of Services Provided. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency?l--l vrs t--l Nd t_ ;:: {'':1i;P" SUBMITTAL REQUIREMENT: lf answer to above ;s t[ES,' P::]i$$$Ei -["ubm1t a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposers are expected to be or becomg familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City, Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laWs are complied with, and shall be subject to any and all sanctions, as prescribed therein, inctuding disQualification of their Proposatli.in',ihe event of such non-compliance. SUBMITTAI QUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial iht6i t dellced in solicitation. For each individual or entity with a controlling financial interest indicate whether or not earh individual or entity.'h:as contributed to the campaign either directly or indirectly, of a candidate who has been elected to the ,=qE!.e of Mayor or City COm{n[ igner for the City of Miami Beach. CdEe..of susiness Ethics. pU-fut to City,$esolution N0.2000-23879, each person or entity that seeks to do business with the City shaltadopt a Code of Businlss Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/re$p.5pp,e or within five j($'Oays upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applfdiiHli*,,.government{]iiliules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the'cffiyiami Bedih and Miami Dade County. :.:|xii]:i: SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, Proposer may s}i$hit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at wu)w.miamibeachfl .gov/procuremenU. 3. 4. 6. RFP 20I6 IOOKB 25 30 B. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: r Commencing with City fiscal year 2012-13 (October 1,2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CPl-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). ,,,i.,:,.==,,,,,t... Proposers' failure to comply with this provision shall be deemed a material breach urd6r.this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may.,,,Si hQf..$.npject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Furffi informali$$1pn the Living Wage requirement is available at www.miamibeachfl .gov/procuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of exeiuting tnis amdivif d"o, ument, Proposer agrees to the living wage requirement. I Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more fulltime employees on their pay.rOlls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they prcvid-e to employees with spouses. The Ordinance applies to all employees of a Conhactor who work within the City limits of the Ci$of llliami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limit5,'ffi6+ie directly performing workion the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees wrth spouses or to spouses of employees?f--l vrs l--l r.ro B. Does your compa oVide oi,offe*access to any benqfils to employeeS with (same or opposite sex) domestic partners* or to domestic partners of employees? _I IYES ['-.r No c. Please check all benefits that apply.!o your ansWers above and list in the "othe/' section any additional benefits not already specified Note: s0ft.E$nefits are provided to employees because they have a spouse or domestic partner, such as bereavement leaVe; other benefits are provided directly to the spouse or domestic partner, such as medical insuiance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Familv Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Managels decision is final. Further information on the Equal Benefi ts requirement is available at www.miamibeachfl.gov/procuremenU. RFP 20I6 IOO KB 26 31 q Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287 .133, Florida Statutes, and certifies it has not been plaCed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will skive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendrm released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. lnitial to Confirm Receipt lnitial to Confirm Receiot lnitiilto Confirm ,ilir:diircinr Addendum 1 Addendum$ilr Addendum 1 1 Addendum 2 Addendum 7 r Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. 10. .::::::::::::i:rrtiri RtP 20 t6- tOo-Kts a-7L/ 32 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience, Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole dlscretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to trissolicitation Following submission of a Bid or Proposal, the applicant agrees to deliver such further detaits, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, withouElirnitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. "o , The information contained herein is provided solely for the convenience of prospective Pioposers. lt is th€ responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any asryiances as to the accuracy of any information in this solicitation. *= Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected foi consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto.;[glly acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be\}kjUhdb the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of thd p ., =.:+,... ing such Proposal. This solicitation is made subject to correction of errors, omissiofls, or wiffrdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Propsal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and tnen only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in{he-Sunshine Law, and all Propoials and supporting documents shall be subject to disclosure as required by such law. All Proposals Shalt be subfuitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until+ date and time selected for opening the responses. At that time, all documents received by the City shall become public records. d Proposers,#xpected to make aii {$Ao.r,.r and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledQ ..and agrees that the Cffil;tijqsthe right to make any inquiry or investigation it deems appropriate to substantiate or supplement information conlained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposei-@fies that the informati0n contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and bdiiOf,::r::: Notwithstanding tfre foreg6-i@r anything dtained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a cou( of competent jtiif#i n which:'imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City ffiE pbct thereto, such liability shall be limited to $'10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RI-P 20 I6- IOO Kts 2B 33 I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal, Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Certification, Questionnaire and Requi Affidavit are true and accurate. Name of Proposeds Authorized Representative:Title of Propose/s Authori2ed Representative: Signature of Propose/s Authorized Representative:Date: State of FLORIDA ) ) County of _) On this _day of _, 20_, personally appeared before me who stated that (s)he is the , a corporation, and that the inskument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RI-P 20 I6 IOO Kts 29 34 APPENDIX B ,\A$&N$ffiffi&ffiN "No Bidr$orm RFP NO. 201 6- ' OO-a === REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES-=FORISTORM WATER PUMP STATION AT THE |NTEFSECTIq"N OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPnOVTMTNTS EoR NoRTH BAY RoAD ,$] r.1,,,::i:"i :::::::= FEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33139 RFP 20I6 IOOKB 2nUV 35 WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR TNDTCATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond LLr Li!!\s:.i,xlrr\. - Specifications unclear or too restrictive ,,,..,.==ll' 'rrrf - Unabte to meet specirications =,U' ""'Mllil ,,, _Unable to meet service requirements , .= =_Unable to meet insurance requirements _OTHER. (Please specify) '+ We do - do not Want to be retair{Ed of this type product and/or service. on your mailing list for future proposals lll111$r. Signature: l fle: 4:' u, Legal Gompany Name: ,il:t;.:.:::.,:=,, :::::= NotGFF,ailure to re5pond, either by submitting a proposal or this completed form, may rd5iilt ilr*rr company being removed from our vendors list. PLEASE RETURMTO:ffi PROCUREMENT DEPT. ATTN: Kristy Bada STATEMENTS OF QUALI FICATIONS #201 6.1 OO.KB 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 RFP 2016-r00KB 3l 36 APPENDIX C g &AI&nAIroweffiH inimum RedHihhuil, & Specificotions :, i ..R"P O,',,20ul 6- 1 00-KB']i,a:=,, """-::r::ii:iilii,iri'isi:,'ri:,. REQUEST FOR:-.P OPOSAL (RFP) DESIGN BUILD SERVICES FOR S]=)RM WATER PUMP STATION AT : : : : : :: : :: :: : : :: THE INTERSECTION...-OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3,o Floor Miomi Beoch, Florido 33,l39 Rt-P 20 t6- t0o-Kts 37 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below, Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement, Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Design/Build Firm must be licensed as a General Contractor or Underground Utility Contractor in the State of Florida. Submittal Requirement: Submit a copy of the required license(s). .::::::.::.:.::2. Design/Build Firm must have completed the construction of at'least two (2) pump station pro.lects similar to this project within the last ten (10) years as a prime contractor or as a designbuilder. . ,,, :,. Submittal Requirement: For each project, submit project name, britf description of project, date of completion, owner's represent e, and owner's representative contact information.(1 page per project) it ,:;,,, 3. Design/Build Firm or its Consulting Firm must nave'ilpfeteU ine design of at least two (2) pump stations similar to this pqect within the last ten (10) yea5g. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. (1 page per project) 4. Design/Build Firm its design consultant shall demonstrate tfiave successfully completed the design for deep -!11g:{E$+ounO structures of at least (2) projects during the last 10 years. Preference wi.l[.bU'giveri''foi= ects within the Miami Beach and/or coastal communities within the Miami Dade'area, Submittal""Redtliiement: For each project, submit project name, brief description of project, date of iompletion, owner's representative, and owner's representative contact information. pagep@rojeitl':"*, " 5. Design/Build Firm must subffiff$cumentation acceptable to the City that the Final Design . team member is pre-qualified'under Miami-Dade County, lnternal Services Department, P--.rocurement Mana$ement Serv6 Division, for the following categories: , 3.02 - Highway Systems - Highway Design 3.09 - Highway Systems - Signing, Pavement Marking, Channel6.01 - W & S System - Water Distribution and Sanitary Sewage Collection9.02 Soils, Foundations and material testing. .', , 6.02- W&S - Major Water & Sewer Pumping Facility ' '10,01 - Environmental Engineering - Stormwater Drainage Design . '16.00 - General Civil Engineering Submittal Requirement: Submit a copy of the required pre-qualifications. 6. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than $5 million. Submittal Requirement: Provide a letter from a Surety firm affirming that the Proposer has sufficient bonding capacity to provide performance and payment bonds in an RFP 20I6 IOOKB 22 38 amount not less than $5 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent) and within a Financial Size Category of no less than Category V ($10 - $25 million). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the firm. C2. Statement of Work Required. The purpose of this RFP is to contract with a Design/Build Firm for REOUE$.I- FOR PROPOSAL (RFP) DESTGN BU|LD SERVTCES FOR STORM WATER PU,}4F.'STA,TTON AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY RffiD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROAD. PropdSdTB==-reqerved pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phaie ll). PheglProposers will be evaluated in accordance with the criteria established in Section 0400 for Ph3se I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Pha$e,l of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria pi? ,|5gge, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduG.t=a-pre-sub.mlltal conference with short-listed proposers to facilitate project understanding and consider any piojedt specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accoidance with the criteria established in Section 0400 for Phase ll Evaluation. Followin$ City Commission approval of the City Managers recommendation pursuanito Phase ll, the City wittelter into contract negotiations and execution. Scope of Work: ,, The Design/Build Firm (DBF) fill be responsible foi the survey, design, permitting, construction management.,;ipnd construction of the REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES'F0t:.GI.=QRM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY=E-$$D AND A,S.SOCIATED STORMWATER IMPROVEMENTS FOR NORTHB nOnO, The wo ill,include'til not be limited to site preparation; earthwork, storm drainage infra&cture installation and site restoration. ln addition to construction related services, the projeGt,,,will require engindQnlg design, permitting, surveying services, utility locations, landscape restorationSndlcotentiall$$Potr.t ni.al services. The scope of W0'ik,forthis pgect includes the design, construction and construction management of a functionally Cofiptete storm water pump station at the intersection of Alton Road and North Bay Road and storm sewer infrastructure on North Bay Road: A. Pump Station: 1) 2 - 20,000 GPM (gallon per minute) low head axial pumps with a wet well designed and constructed. 2) Pump station control panel for electrical, instrumentation and controls. 3) Electrical ducts from FPL power service point to the pump station. 4) A Water quality treatment structure. Structure designed to treat 25 CFS with a total RI-P 20 I6 IOO-KB 34 39 peak flow of 45 CFS through the structure. 5) A trash rack structure is to be included to minimize debris from entering Biscayne Bay. 6) An energy dissipater unit downstream of the pumps designed to limit the discharge flow velocity no higher than permitted into Biscayne Bay. The disslpater shall be designed and constructed integrally with the seawall to minimize the footprint, 7) Approximately 100 feet of new seawalls using the most updated Public Works standard seawall detail. Portion of the seawalls to have submerged cut out openings with manatee grates to allow storm water runoff into Biscayne Bay. B) A gravity bypass outfall equipped with Tideflex Check Valves to prevent backflow into the drainage system. i. A new driveway on Alton Road for maintenance trucks to access the pump station properly designed for trucks tg turn around and exit the proposed driveway. ii. Provide plantings consistent with-,,lti landscaping in this vicinity. iii. Reconstruct existing sidewalk- ncrete curb, drainage, etc. damaged by the proposed construction. B, Storm Sewer System ,,t;:1.: iili" 1) A 43" diameter reinforced=Cqncrete pipe trunk lindrrfrom the pump station extending 2) A force main extending from the pump station to Biscayne.Bay. C. Existing utilities, storm sewer and sanitary sewer will b#ocated and/or reconstructed as necessary to accomm$$ construction of the pump stations. D, Restoration/ comtruction d.,all infrastructure removed and/or damaged during construction of the pump stations. p,opo,,oiiio.*,,[iiiiiiii|iiill=,, The City of Miami Beach's Public.' budget for the proposed project is $5 Million. tl Pr0iect Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. . Design & Permitting Phase: 90 Days from the issuance of Notice to Proceed 1 (NTP1) o Substantial Completion: '120 Calendar Days from the issuance of applicable permits. . Final Completion: 30 Calendar Days from date of attaining Substantial Completion. lf the Design/Build Firm does not achieve Substantial Completion by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of $5,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. lf the Design/Build Firm does not achieve Final Completion by the established Final Completion Contract Date, LDs will be assessed in the amount of $1,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. LDs will be cumulative if both the Substantial Completion Contract Date and RFP 20]6 lOOKB 40 the Final Completion Contract Date are exceeded. All assessments of LDs to the Design/Build Firm may be adjustments to payments due to the Design/Build Firm. Location of Work: The project is located at the intersection of Alton Road and North Bay Road, Remainder of Page lntentionally Left Bi,iank RFP 20I 6- I OO-KB 36 41 APPENDlX D ,h AAnA$,sIWW&ffiM - I Y lll \f v llNa*, \'%#8 u Specic nditions ,,"*. RFP NO . 2b1 5- I 00-KB REQUEST FOR.PROpOSALi (RFP) DESTGN BUrLD sE8vlgfs FoRs, oRM WATER PUMP STATTON AT THE INT... SECTION OF ALTON ROAD AND NORTH =',,,, BAY RO*D AND ASSOCIATED STORMWATER ''l ,ffiI$*JTPROYEtuIENTS FOR NORTH BAY ROAD .'::, , DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3,o Floor Miomi Beoch, Florido 33139 RFP 2016 IOOKB 37 42 RI-P 20 I6.IOO.Kts 3B 43 15, CHANGE 0F PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager), Replacement (including reassignment) of an approved prolect manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 16. SUB.CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consq[lants shall be the5le responsibility of Consultant. 17. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to a*iye at a mutually acceptable Agreement, including final scope of services, deliverables and cost of €$grl ' , j,l Remainder of Wb lnientionally Left Blank RTP 20 r 6-r 00-KB 39 44 APPENDIX E ,wl,q$-qlmffi&ilN Cost Tender Form (SAMPEE-,,ONEY) Acluql Cost Tender Form sfrdlt be piovided lo short-listed firms ol the conclusion of Phose I Evoluolion. r::Ju::i. r,,, ,::,.,,,, i Rf P NO ' 20.|.6- I 00-KB ., ,:REQUE$IFOR PROPOSAL (RFP) DESIGN BUILD ..; ilf;ERVrCEsffiR STORM WATER pUMp STATTON AT T,HrE,,,JNTERSEQ |ON OF ALTON ROAD AND NORTH BN,,{JOAB6ilN D ASSOC IATED STO RMWATER I/WROV.EMENTS FOR NORTH BAY ROAD DEPARTMENI OF PROCUREMENT MANAGEMENT.l755 Meridion Avenue, 3rd Floor Miomi Beoch, Florido 33,l39 RI-P 20 I6 IOO KB 40 45 Section 1 - Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political su6division of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits spcified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No.2016-100-KB REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROADAND NORTH BAY ROADANDASSOCIATED STORMWATER TMPROVEMENTS FOR NORTH BAY Roqful: The Proposer also agrees to furnish the required Performance Bond and Payrite-nt Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus altemates, if any, provided in the RFP Price Form in Section 00408 and to fumish the ieQuired Certificate(s) of lnsurance. ln the event of arithmethali r:s. Jween the division totals and the total base proposal in the RFP Price Form, the Proposer,:a@es that tha&l base proposal shall govern. ln the event of a discrepancy between the numerical total baEE-',ptoposal ahd the written total base proposal, the written total base proposal shall govern. ln absence offiS sunmifted,fgpny division cost, ihe'City shall interpret as no propoial for the division, which may disquafiflffig Fropo.iB..,!.,. ,,:,t,, - .; ',' , Name of Proposeis Aulhorized Representative:Title of Propose/s Authorized Representative: Signafure of Propose/s Authorized Representative:Date: State of FLORIDA personally On this _day of 20-., appeared before me who ) stated that (s)he is the of-.,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida RI-P 20 I6.IOO.KB My Commission Expires: 4) 46 Section 2 - LUMP SUM PRICE - SAMPLE REQUEST FOR PROPOSALS (RFP) No.2016-100-KB REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES FOR STORM WATER PUMP STATION AT THE INTERSECTION OF ALTON ROAD AND NORTH BAY ROAD AND ASSOCIATED STORMWATER IMPROVEMENTS FOR NORTH BAY ROADFURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER Professional Services General Conditions Stormwater Collection and Disposal ,rtl )hstruction 't1:;, Allowance: Permit Fees Consideration for lndemnification of Gity . Cost for compliance to all Federal and State requirements of the Trench Safetv Act Total Pump Station Owner controlled proiect contingency 10% Total Pump Station GMP Total Pump Station (numerical value) ANY LETTERS, ATTACHMENTS, ORADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBM]TTED IN DUPLICATE. !i:::::::.::::::::-.. wRrrTEN TOT -tts:l' '::= -.!!!\:!l!::: IP'ROPOSER (Print): ADDRES$= clTY/STATEr ll]]|. FEDERAL l.D. #: 'r. NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: ZIP: RFP 20 ] 6.I OO-KB (l certify that I am authorized to execute this proposal and commit the proposing firm) /1)+L 47 APPEN DIX F tD &A$A &A ! ffiF&fl*Fa:€ J V \$d \$ V \!&#I-d q%*cl $ I nsu ro n ce Req uireme nts :."- =5 ===f RFP NO .20'16-t 00rKB REeUEST FoR pRoposAr (RFp) DESTGN BUrLD SERVICES FOR STORM WATER PUMP STATION AT THE.IINTIRSECTION OF ALTON ROAD AND NORTH .. BAY NO AND ASSOCIATED STORMWATER u,,i,,,,,,,.,1r,,,,,ffi, = ::: ::: : : :: EM ENT,.tj' ]755 Meridion Avenue, 3d Floor Miomi Beoch, Florido 33,l39 RFP 20I6 1 OO KB 43 48 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Bcach must be shown as an additional insured with respect to this coverage. .::::::::::]: C. Automobile Liability lnsurance covering allowned, non-owned and-,hiredvehicles used inconnection with the work, in an amount not less than $1,000,000 combined single:=:liffi,per occurrence',foi bodily injury and property damage. D. Professional Liability lnsurance in an amount not less thafi $21000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. ",,,: -_'':::::,:::.:l:.::::::,= E. lnstallation Floater lnsurance including coverage for material & eqfuen! to be installed during the course of this project, City of Miami Beach shall be inoluded as a Named lnsured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the prolect by,!1ry Ci$ A waiver of subrogation in favor of the City must be included for the policies required lOw. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, whiCh most nearly reflect the operations of thg vgndor. .,. ,, ,i,,, ,,,,, r,. All insurance policies required above shdll .[Q,,,iqsueO by companies authorized to do business under the laws of the State of Florida, with the following qualifiialions: iii.,, ,.; The company must be rffiii1;1g tqsii,i;lli-an B+" as to management, and no less than "Class V" as to financial strength, by the latest editio*:'tit::,B65fs]riF. haa,9Iide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subjedt{o,the approvaldf'titffiW Risk Management Division. The company must hold a valid Flori ;;.;G.el1i.fhate of Authority as shown in the latest "List of All lnsurance .'- Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Depaftment of lnsurance and are members of the Floridli Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1755 MERIDIAN AVENUE 3d FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFP 2016-100 KB 44 49 THIS PAGE INTENTIONALLY LEFT BLANK 50 COMMISSION ITEM SUMMARY Condensed Title: A Resolution Approving And Authorizing The Mayor And City Clerk To Execute Amendment No. 1 To A Joint Participation Agreement (JPA) With Miami-Dade County To lnclude The Harmonization Of Dade Boulevard To The West Avenue Bridge Project, With This Addendum, The Total Contribution By The County Of This JPA Will Be ln The Amount Of $5,01 1,000, Of Which $3,01 1,000 Will Be Used For The West Avenue Bridge Project And $2,000,000 For Dade Boulevard Harmonization lntended Outcome Su Build and maintain infrastructure with full accountabili Item Summary/Recommendation : A Joint Participation Agreement (JPA) for the West Avenue Bridge Project was executed on September 19, 2011 between the City of Miami Beach and Miami-Dade County. The entirety of the bridge project had an estimated total cost of $5,491 ,521 for property acquisition and construction. Dade Boulevard is a County owned roadway. Of this amount, the Miami-Dade County previously agreed to fund $3,01 1,000 towards this project. The scope of the project includes harmonizing a portion of Dade Boulevard (Bay Road to Alton Road) with the new West Avenue Bridge. At its December 9, 2015 meeting, the City Commission approved Amendment No. 4 to the existing Sunset Harbour contract to raise the remaining roads within that neighborhood. The result of these two projects will leave a portion of Dade Boulevard (Bay Road to Venetian Bridge) low and subject to tidal flooding. The City reached out to Miami-Dade County to amend the original JPA to add this portion of Dade Boulevard to the original West Avenue Bridge project. On December 30, 2015, Miami-Dade County agreed to fund additional monies, estimated at $2,000,000, for the harmonization of the remaining portion of Dade Boulevard. A draft JPA (ATTACHMENT) from the County was received on February 19, 2016. THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION. Financia! !n Source of / Funas: ./Amount Account Approved 1 2,000,000.00 Caoital Reserve Fund 304(/,\ I -/Z 2 /./ oBP! lrotal | | ! Financia! lmpact Summary: Capital Reserve-to be reimbursed by MDC contingent upon the JPA being executed/as adopted on the third caoital budqet amendment. Eric Public Works X6012 Clerk's Office lative Tracki T:\AGENDA\2016\F to JPA with Dade Summary.doc # An TAnATBTACH Aoendaltem fl?ADateEF51 b MIAMI BEACH City of Miomi Beoch, I 200 Convention Cenier Drive, Miomi Beoch, Florido 33,1 39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: February 24,2016 SUBJECT: A RESOLUTION OF Mayor Philip Levine and of the City Jimmy L. Morales, City BEACH, FLORIDA, EXECUTE THE FIRST DM MAYOR CITY COMMISSION OF THE CITY OF MIAMI AN AUTHORIZING THE MAYOR AND CITY CLERK TO TO A JOTNT pARTtCIpATtON AGREEMENT (FIRST AMENDMENT) WITH couNTY (couNTy), wHtcH FtRsT AMENDMENT tS ATTACHED HERETO AS EXHIBIT 1; AND WHICH FIRST AMENDMENT PROPOSES TO INCLUDE WITHIN THE SCOPE OF SERVICES THE HARMONIZATION OF DADE BOULEVARD BETWEEN THE VENETIAN BRIDGE AND BAY ROAD; WITH A TOTAL PROJECT COST TO THE CITY OF $9,865,000: $6,745,000 FOR THE WEST AVENUE BRIDGE AND $3,120,000 FOR THE HARMONIZATION OF DADE BOULEVARD; AND A TOTAL CONTRIBUTION BY THE COUNTY OF $5,011,000, OF WHICH $3,011,000 WILL BE USED FOR THE WEST AVENUE BRIDGE PROJECT, AND $2,OOO,OOO FOR THE INCREASED SCOPE OF SERVIGES RELATING TO HARMONIZATION OF DADE BOULEVARD. ADMIN ISTRATION RECOMMENDATION The Administration recommends approving the Resolution. BACKGROUND A Joint Participation Agreement (JPA) for the West Avenue Bridge Project was executed on September 19,2011 between the City of Miami Beach and Miami-Dade County. The entirety of the bridge p@ect had an estimated total cost of $5,491 ,521 for property acquisition and construction. Dade Boulevard is a County owned roadway. Of this amount, the Miami-Dade County previously agreed to fund $3,011,000 towards this project. The scope of the project includes harmonizing a portion of Dade Boulevard (Bay Road to Alton Road) with the new West Avenue Bridge. At its December 9, 2015 meeting, the City Commission approved Amendment No. 4 to the existing Sunset Harbour contract to raise the remaining roads within that neighborhood. The result of these two projects will leave a portion of Dade Boulevard (Bay Road to Venetian Bridge) low and subject to tidal flooding. The City reached out to Miami-Dade County to amend the original JPA to add this portion of Dade Boulevard to the original West Avenue Bridge project. On December 30, 2015, Miami-Dade County agreed to fund additional monies, estimated at $2,000,000, for the harmonization of the remaining portion of Dade Boulevard. A draft JPA (ATTACHMENT) from the County was received on February 19,2016. CONCLUSION This amendment to the JPA along with the original West Avenue Bridge Project and the work in Sunset Harbor will complete the connection of the north end of the West Avenue neighborhood with the Sunset Harbor neighborhood. Exhibit 1: Draft JPA Amendment J LM/ETC/JJ F/BAM^/t/RB/LJS T:\AGENDAUO16\February\PublicWorks\Add1 toJPAwith CountyforWestAve Bridge - MEMO.docx 52 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE FIRST AMENDMENT TO A JOINT PARTTCTPATION AGREEMENT (FIRST AMENDMENT) WlrH MIAM!-DADE COUNTY (COUNTY), WHICH FIRST AMENDMENT lS ATTACHED HERETO AS EXHIBIT 1; AND WHICH FIRST AMENDMENT PROPOSES TO INCLUDE WITHIN THE SCOPE OF SERVICES THE HARMONIZATION OF DADE BOULEVARD BETWEEN THE VENETIAN BRIDGE AND BAY ROAD; WITH A TOTAL PROJECT COST TO THE CITY OF $9,865,000: $6,745,000 FOR THE WEST AVENUE BRIDGE AND $3,120,000 FOR THE HARMONIZATION OF DADE BOULEVARD; AND A TOTAL CONTRIBUTION BY THE COUNTY OF $5,011,000, OF WHICH $3,011,000 WILL BE USED FOR THE WEST AVENUE BRIDGE PROJECT, AND $2,OOO,OOO FOR THE INCREASED SCOPE OF SERVICES RELATING TO HARMONIZATION OF DADE BOULEVARD. WHEREAS, the City of Miami Beach (City) and Miami-Dade County (County) entered into a Joint Participation Agreement (;lpn'), herein afterthe "FirstAmendment" dated September 19th,2011, forthe right-of-way acquisition and construction of the West Avenue Bridge over Collins Canal (Project); and WHEREAS, the original JPA estimated total cost for the West Avenue Bridge Project is $5,491,521, of which the County agreed to fund up to $3,01 1,000; and, WHEREAS, as part of the project, Dade Boulevard needs to be raised in order to ensure the elevations between Bay Road and Alton Road are harmonized; and WHEREAS, Dade Boulevard is owned and maintained by the County; and WHEREAS, on December 9, 2015, the City Commission approved the fourth amendment to the existing contract for Sunset Harbour in order to raise the remaining roads within the that neighborhood; and WHEREAS, it is the City Administration's opinion that Dade Boulevard between the Venetian Bridge and Bay Road requires to be harmonized as a result of the Sunset Harbour Project Neighborhood lmprovement Project; and WHEREAS, the City and the County Public Works met and agreed that harmonizing Dade Boulevard between the Venetian Bridge and Bay Road, during the completion of construction between Sunset Harbour and West Avenue Bridge Projects is a preferred result, as oppose to doing so in the future, as waiting may and cause more inconvenience to the travelling public and the nearby neighborhood; and WHEREAS, the total project is currently estimated to cost $9,865,000: $6,745,000 for the West Avenue Bridge and $3,120,000 for the harmonization of Dade Boulevard; and WHEREAS, the County agreed to allocate additional funds for the harmonization of Dade Boulevard between the Venetian Bridge and Bay Road, in the amount of $2,000,000, under this first amendment to the current West Avenue Bridge JPA. WHEREAS, the City Administration requests that the City Commission authorize the First Amendmentto the JPA, attached hereto as Exhibit 1, so as to expand the scope of services and funding by the County, to include the harmonization of Dade Boulevard between the Venetian Bridge and Bay Road. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE 53 CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute the First Amendment to a Joint Participation Agreement (First Amendment) with Miami-Dade County (County), which First Amendment is attached hereto as Exhibit 1; and which First Amendment proposes to include within the scope of services the harmonization of Dade Boulevard between the Venetian Bridge and Bay Road; with a total project cost to the City of $9,865,000: $6,745,000 for the West Avenue Bridge and $3,120,000 for the harmonization of Dade Boulevard; and a total contribution by the County of $5,011,000, of which $3,011,000 will be used for the West Avenue Bridge Project, and $2,000,000 for the increased scope of services relating to harmonization of Dade Boulevard. PASSED and ADOPTED this -day of ATTEST: 2016. PHILIP LEVINE, MAYOR RALPH GRANADO, CITY CLERK T:\AGENDA\2016\February\PUBLIC WORKS\Amendment 1 JPA with County West Ave Bridge Reso.doc APPROVED AS TO FORM & IANGUAGE & ,\ F?\ExtcuTroN \=/tr'\- Z-LL'rb CiN AttoneV : *.Tt/ u [] - Dote 54 EXH IB\T T FIRST AMENDMENT TO JOINT PARTICIPATION AGREEMENT BETWEEN MIAMI.DADE COUNTY AND THE CITY OF MIAM! BEACH WEST AVENUE BRIDGE PROJECT This First Amendment to the Joint Participation Agreement is made and entered into this day of 2016, by and between Miami-Dade County, a political subdivision of the State of Florida, hereinafter referred to as the "County," and the City of Miami Beach, Florida, a municipal corporation of the state of Florida, herein referred to as the "City." WINESSETH WHEREAS, pursuant to Resolution No. 683-11, approved by the Board of County Commissioners of Miami-Dade County, Florida, on September 1, 2011, the parties hereto entered into a Joint Participation Agreement to facilitate a bridge project in Miami-Dade County (the "Agreement") along West Avenue over the Collins Canal, from 17 Street to Dade Boulevard, as more particularly described in the Agreement (the "Project"); and WHEREAS, due to the inclusion of additional roadway items along Dade Boulevard, an additional $2,000,000 is required to adjust the amount provided under the Agreement from $3,01 1,000 to $5,011,000; and WHEREAS, the Agreement allows for the amendment of the County funds available for the Project subject to the approval of the parties' respective governing boards; and WHEREAS, as of the date of this amendment the County has not made any reimbursements to the City, 55 NOW, THEREFORE, in consideration of the mutual desires of the parties hereto, the following modifications are madeto the aforementioned Agreement: 1.11. Coordination with Miami-Dade County Public Schools:Dueto potential Safetv, operational and bus transportation impacts. the Citv shall coordinate with Miami-Dade Countv Public Schools staff to implement maintenance of traffic measures. 2.1 Fundino Amount. Reimbursement of Project Costs: The Project is currently estimated to cost $5/g+$"+ $9,865.100 (this amount includes 10% contingency for design and construction). The County agrees to provide funds up to $3p1-1r000 $5.011.000 for eligible costs, as defined herein, incurred by the City for the right-of- way acquisition and construction of the Project. The County shall disburse to the City funds for the Project in the manner set forth in this Section--for-lhe construction of the aporoach on OaOe go renecteO in fxniOl The County shall incur no liability for any costs in excess of said funding amount unless there has been a duly authorized increase approved by the Board of County Commissioners. 56 Funding Amount 2.2 Countv Pavments of Proiect Costs: The County funds provided for eligible costs as defined herein, incurred for the right-of-way acquisition and construction of the Project are specified below: Funding Source FundinoAmount $ 3,011.000 $ 2,000,000 FundingSource Road lmpact Fee District 8 Road lmpact Fee District 8 County FiscalYear o Of Gommitment Countv FiscalYearof Commitment 2010-2011 2016-2017 13. PROJECT SIGNAGE: The Countv shall furnish and install a Proiect siqn in each direction of traffic indicatino that this Proiect is beino funded bv Road lmpact Fees. in coordination with the Citv. in proximitv to the starUend of the Proiect limits. Should Maintenance of Traffic (MOT) sionaoe be required as part of the work. the Proiect sion shall be placed an appropriate distance before the MOT siqnaqe ranqe. The Proiect sions shall remain in place for the duration of the work or as directed bv the Proiect enqineer. ln all other respects, except as herein amended, the original Agreement shall remain unchanged and in full force and effect. 57 lN WITNESS WHEREOF, the parties hereto set their hands and official sealsthe day andyear first above written. ATTEST: HARVEY RUBIN CLERK OF THE BOARD BY: Deputy Clerk Approved by County Attorney As to form and legal sufficiency County Attorney ATTEST: BY: Rafael E. Granado City Clerk (Affix City Seal) Approved by the City Attorney As to form and legal sufficiency City Attorney RaulAguila MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS BY: County Mayor or County Mayor's Designee CITY OF MIAMI BEACH, a municipal Corporation of the State of Florida BY: Philip Levine Mayor APPROVED AS TO FORM & LANGUAGE CityAttorney z^LL'll - Dote lnY l, 58 WEST AVENUE BRIDGE FUNDING Source Amount Proqram Year Exoenditure vear Planning Federal Funds PTP Funds RIF Funds Other City Funds Total Planning $ 698,000.00 $ 50,000.00 $ $ $ 748,000.00 Design Federal Funds PTP Funds RIF Funds Other City Funds Total Design $ $ $ $ $ 400,000.00 400,000.00 ROW Construction Federal Funds PTP Funds RIF Funds Other City Funds Total ROW $ $ $ $ 262,720.00 1,372,280.00 1,635,000.00 Construction Federal Funds PTP Funds RIF Funds Other City Funds Total Gonstruction $ $ '1,638,720.00 $ 2,323,280.00 $ 3,962,000.00 rOTAL WEST AVE BRIDGE $ 6.745.000.00 DADE BOULEVARD Source Amount )rooram Year Expenditure year Planning Federal Funds PTP Funds RIF Funds Other City Funds Total Planning $ Design Federal Funds PTP Funds RIF Funds Other City Funds Total Design $ $ $ 200,000.00 $ 200,000.00 ROW Construction Federal Funds PTP Funds RIF Funds Other City Funds Total ROW $ $ Construction Federal Funds PTP Funds RIF Funds Other City Funds Total Construction $ $ $ $ 2,000,000.00 920,100.00 2,920,100.00 TOTAL DADE BLVD $ 3,120,100.00 D TOTAL WEST AVE BRIDGE AND DADE BLVD I 100.00 59 PROBABLE CONSTRUCTION COST FOR DADE BOULEVARD HARMONIZATION VENETIAN CAUSEWAY TO BAY ROAD DESCRIPTlON UNIT UNIT PRICE AMOUNTITIUAN I MOBILIZATION AND DEMOBILIZATION LS 1 276.000 s 276.000.00 MAINTENANCE OF TRAFFIC LS 1 276.000 $ 276.000.00 REMOVAL OF EXISTING PAVEMENT SY 7067 $ 20.00 s 141.340.00 BORROW EXC (truck measurement)CY 416($ 20.00 $ 83.200.00 GEOSYNTHETIC REINF OVER SOFT SOIL SY 505€$ 8.00 $ 40.448.00 TYPE B STABILIZATION (12")SY 505€$ 5.00 $ 25,280.00 OPTIONAL BASE SY 5056 $ 28.00 $ 141,568.00 ASPHALT CONC. TYPE S-I TN 5't4 $ 212.00 $ 108,968.00 ASPHALT CONC. TYPE S-III (1 TN 278 s 212.OO $ 58,936.00 CONCRETE CLASS I (GRAVIry WALL)CY 234 $ 580.00 $ 135,720.00 SEAWALL LF s0c $ 1 .1 00.00 $ 550,000.00 INLETS (CURB.TYPE P4.<1 O')EA e $ 5.530.00 $ 33,180.00 CONC PIPE(CL III.24"SS)LF 30c $ 50.00 $ 15,000.00 PIPE HANDRAIL (ALUMINUM)LF 1 80C s 5000 $ 90,000.00 CONC CURB & GUTTER (ryPE F)LF 't80c $ 25.00 $ 45,000.00 CONC BARRIER WALL MEDIAN LF 15C $ 160 00 $ 24,000.00 CONCRETE SIDEWALK 4''SY 1482 $ 40.00 $ 59 280 00 SOD SY A7e $ 5.00 $ 7.390.00 CONDUIT UNDERGROUND (FURNISH)LF 1 00c $ 8.00 $ 8.000.00 PULL BOX EA I $ 720.00 $ 8.640.00 ELECTRICAL POWER SERVICE w/o meter AS 2 $ 10,000.00 $ 20,000.00 ELECTRICAL SERVICE WIRE LF 500c $ 3.00 $ 15,000.00 MAST ARM COMB A4-P4 SINGLE w/found EA 4 $ 37.050.00 $ 148.200.00 SIGNAL 12'STD. (3 SECT.. 1-WAY)AS 14 $ 950.00 s 13.300.00 PEDESTRIAN SIGNAL (2-WAY) (INST)AS 4 $ 1.560.00 $ 6.240.00 PEDESTRIAN DETECTOR (oole mounted)EA 2 $ 't30.00 $ 260.00 CONTROLLER SOLID ST. (ACTIVATED)AS 2 $ 30.550.00 $ 61.'t00.00 sub-TOTAL $ 2.392.050.00 10% continoencv $ 239.000.00 HARMONIZAT]ON ALLOWANCE $ 50.000.00 cEr 10%$ 239.000.00 total oroiect $ 2.920,100.00 116 Engineels estimate DADE CAUSEWAY TO BAY.xls bid D-2a 60 PROBABLE CONSTRUCTION COST FOR WEST AVENUE BRIDGE SUMMARY /VEST AVENUE (BRIDGE)$ 1.766.000.00 ilI/EST AVENUE (ROAD)$ 824,000.00 DADE BLVD (WEST AVE BRIDGE APPROACH)$ 1 .016.000.00 fUEST AVENUE AND DADE BOULEVARD SIGNAL $ 356,000.00 rOTAL $ 3,962,000.00 Assumptions: 1) prices are based on FDOT 2013 adjusted 30% for escalation due to work in Maimi Beach & projected mid 2016 2) 10Yo contingency and 10% CEI 21312016 SUMMARY.xIS bid D-2a 61 PROBABLE CONSTRUCTION COST FOR WEST AVENUE (BR!DGE) DESCRIPTION UNIT AUANTITY UNIT PRICE AMOUNT MOBILIZATION LS 1 168.300 $ '168.300.00 MAINTENANCE OF TRAFFIC LS 1 168,300 $ 168,300.00 BRIDGE CONC DECK SIMPLE SPAN SF 6800 $160.00 $ 1,088,000.00 PIPE HANDRAIL (ALUMINUM)LF 120 $50.00 $ 6,000.00 CONC CURB & GUTTER ffYPE F)LF 120 $25.00 $ 3,000.00 CONC BARRIER WALL MEDIAN LF 120 $ 160.00 $ 19,200.00 CONCRETE SIDEWALK 4"SY 144 $40.00 $ 5,760.00 SUb-TOTAL $ 'l,458,560.00 10% continoencv $ 146,000.00 total construction $ 1.605.000.00 cEr 10%$ 161,000.00 total proiect $ 1.766.000.00 )16 Engineefs estimate BRlDGE.xls bid D-2a 62 PROBABLE CONSTRUCTION COST FOR WEST AVENUE (ROAD) 17TH STREET TO 18TH STREET (EXCLUDES DADE BLVD INTERSECTION) DESCRIPTION UNIT QUANTIT\UNIT PRICE AMOUNT MOBILIZATION LS 78.600 $ 78.600.00 MAINTENANCE OF TRAFFIC LS 78.600 s 78.600.00 REMOVAL OF EXISTING PAVEMENT SY 405€$ 20.00 $ 81.120.00 BORROW EXC (truck measurement)CY 1 850 $ 20.00 $ 37,000.00 3EOSYNTHETIC REINF OVER SOFT SOII SY 3667 $ 8.00 $ 29.336.00 TYPE B STABILIZATION (12")SY 3667 $ 5.00 $ 18,335.00 OPTIONAL BASE SY 3667 $ 28.00 $ 102,676.00 CSPHALT CONC. TYPE S.I TN 202 $ 212.00 $ 42.824.00 CSPHALT CONC. ryPE S-III (1')TN 202 $ 212.00 $ 42.824.00 NLETS (CURB.ryPE P4.<1 O')EA 4 $ 5,530.00 $ 22,120.00 coNc PtPE(CL ilt.24"SS)LF 200 $ 50.00 $ 10,000.00 PIPE HANDRAIL (ALUMINUM)LF 60c $ 50.00 $ 30.000.00 CONC CURB & GUTTER IYPE F)LF 120C $ 25.00 s 30.000.00 ]ONC BARRIER WALL MEDIAN LF 150 $ 160.00 $ 24.000.00 ]ONCRETE SIDEWALK 4''SY 673 $ 40.00 $ 26.920.00 SOD SY 667 $ 5.00 $ 3.335.00 LIGHT POLE COMPLETE EA 4 $ 5.850.00 $ 23,400.00 rub-TOTAL $ 681.090.00 10% continqencv $ 68.000.00 lotal construction $ 749.000.00 El 10o/o $ 75.000.00 lotal oroiect $ 824,000.00 116 Engineer's estimate WEST.xls bid D-2a 63 PROBABLE CONSTRUCTION COST FOR DADE BOULEVARD EAST AND WEST OF WEST AVENUE BRIDGE DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT MOBILIZATION LS 1 96.900 $ 96.900.00 VIAINTENANCE OF TRAFFIC LS 1 96.900 $ 96.900.00 REMOVAL OF EXISTING PAVEMENT SY 4056 $ 20.00 $ 81.120.00 BORROW EXC (truck measurement)CY 1724 $ 20.00 $ 34.400.00 3EOSYNTHETIC REINF OVER SOFT SOIt SY 3056 $ 8.00 $ 24.448.00 ryPE B STABILIZATION (12")SY 3056 $ 5.00 $ 15,280.00 SPTIONAL BASE SY 30s6 $ 28.00 $ 8s,568.00 CSPHALT CONC. TYPE S-I TN 336 $ 212.00 $ 71,232.00 ASPHALT CONC. ryPE S-III (1')TN 168 $ 212.00 $ 35 616.00 SONCRETE CLASS I (GMVITYWALL)CY 130 $ 580.00 $ 75,400.00 INLETS (CURB.TYPE P4.<1 O')EA 6 $ 5,530.00 $ 33,180.00 coNc PtPE(CL ilr.24"SS)LF 200 $50.00 $ 10.000.00 PIPE HANDRAIL (ALUMINUM)LF 1 00c s 50.00 $ 50.000.00 CONC CURB & GUTTER (TYPE F)LF 1 00c $25.00 $ 25.000.00 CONC BARRIER WALL MEDIAN LF 15C $ 160.00 $ 24.000.00 ]ONCRETE SIDEWALK 4''SY 78e s 40.00 $ 3'1.440.00 SOD SY 55€$ 5.00 $ 2.780.00 _IGHT POLE COMPLETE EA €$ 5,850.00 $ 46,800.00 rub-TOTAL $ 840.064.00 l0% continoencv $ 84,000.00 lotal construction $ 924,000.00 Et 10%$ 92,000.00 total oroiect $ 1 .016.000.00 316 Engineer's estimate DADE.xls bid D-2a 64 PROBABLE CONSTRUCTION COST FOR WEST AVENUE/DADE BLVD SIGNAL DESCRIPTION UNIT UNIT PRICE AMOUNTUUAN I VIOBILIZATION LS 1 34,050 $ 34,050.00 VIAINTENANCE OF TRAFFIC LS 1 34,050 $ 34,050.00 ]ONDUIT UNDERGROUND (FURNISH)LF 50c $ 8.00 $ 4,000.00 )ULL BOX EA 11 s 720.00 $ 7.920.00 =LECTRICAL POWER SERVICE w/o meter AS $ 10.000.00 $ 10.000.00 =LECTRICAL SERVICE WIRE LF 300c $ 3.00 s 9,000.00 VIAST ARM COMB A4-P4 SINGLE w/found EA 4 s 37.050.00 $ 148.200.00 SIGNAL 12'' STD. (3 SECT.. 1-WA AS €$ 950.00 $ 7,600.00 ]EDESTRIAN SIGNAL (2-WAT (INST)AS €$ 1.560.00 $ 9,360.00 )EDESTRIAN DETECTOR (oole mounted)EA $ 130.00 $ 260.00 3ONTROLLER SOLID ST, (ACTIVATED)AS $ 30.550.00 $ 30,550.00 sub-TOTAL $ 294.990.00 10% continqencv $ 29.000.00 lotal construction $ 324.000.00 cEr 10%$ 32.000.00 lotal oroiect $ 356.000.00 116 Engineer's estimate SGNAL.xls bid D-2a 65 THIS PAGE INTENTIONALLY LEFT BLANK 66