Summary of Specifications:
Sealed bids will be received by the City of Miami Beach Procurement Division, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 15th day of February 2012, for Request for Qualifications No. 24-11/12.
The City of Miami Beach is required to have current boundary and topographical surveys for the projects in the Capital Improvement Program as well as right-of-way improvement projects for Public Works Department. The ability to have a rotating list of Surveyors available to update, and prepare boundary and/or topographical surveys for Capital Improvement Projects(CIP) and Public Works would enable the City to plan projects in an expedited manner.
It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as-needed basis. This contract shall remain in effect for three (3) years from the date of contract execution by the Mayor and City Clerk and two (2), one (1) year renewal options at the sole discretion of the City Manager.
All survey work prepared for the City or through the City's Consultants shall comply with the Minimum Technical Standards for Land Surveys in the State of Florida for work in commercial/high risk areas and any applicable state laws, regulations or other requirements. All field data is to be collected in digital form (GPS, Total Station, etc.) and reference recorded in field books. The digital data shall be post processed and delivered to the City as specified herein.
All surveying work shall be conducted under the supervision of a Professional Surveyor and Mapper licensed in the State of Florida. The surveyor or his designee shall furnish and maintain, at his own expense, stakes and other such material, including qualified helpers during field survey activities.
SCOPE OF SERVICES
• Preliminary Engineering Surveys: This type of work shall include establishing benchmarks, horizontal control utilizing existing right-of-way, locating all improvements and culture, measuring distances and angles, measuring elevations of existing improvements, and all other required by City of Miami Beach Public Works Department for Engineering surveys. Miscellaneous office calculations from field work may be required. All field work shall be kept in a City of Miami Beach field book using standard note keeping techniques, supplemented with digital data including data collector files, and .DXF or .DWG format drawings.
• Boundary/Right-Of-Way Surveys/Legal Descriptions: This work shall include locating all required public land corners, street monumentation, property corners, and gathering of parcel evidence as required to determine the existing land lines and/or right-of-way lines. Once the location of the actual boundary or right-of-way lines has been determined, monuments as required by the Rules and Regulations of the State Board of Professional Regulation, or Florida Statutes 472, shall be set by the Consultant at all angle points, points of curvature, block corners, property corners, etc. In addition to monumenting the actual right-of-way lines, a monument line or centerline, whichever the case may be, shall also be fully monumented. A Record of Survey shall be prepared in accordance with all applicable City, County and State regulations and Statutes, showing the results of the survey. Preparation of legal descriptions for acquisition or disposal of City property shall be accomplished to all State and local standards and approved by the City Surveyor.
• Legal Descriptions: The Consultant shall perform any and all Survey work that may be required to prepare a legal description to be used for any purpose. Any survey work performed for this function shall be in compliance with the conditions set forth in this contract.
• Additional Survey Services: The Consultant shall provide additional survey services such as, but not limited to, engineering, right-of-way, specific purpose surveys, topographical surveys, general land and aerial photography surveying services, mean high water line, submerged/filled lands, GPS (Global Positioning System) and GPR (Ground Penetration Radar) surveys, survey vertical control and elevations referenced to the North American Vertical Datum of 1988 (NAVD 1988), survey horizontal control and points referenced to Florida State Plane Coordinates North American Datum 1983/1990 (NAD 83/90), and elevation certificates in conjunction with City’s Capital Improvement Projects program and Public Works Department.
Minimum Requirements
For purposes of compliance with this minimum experience requirement, the term “Proposer” is hereby defined to mean the firm and/or business entity which is submitting a proposal pursuant to this RFQ. Accordingly, the firm and/or business entity must meet the minimum requirements listed below in order to be deemed responsive. Non-responsive bids will be disqualified from consideration.
Interested Firms shall address the following items in the RFQ response:
1. Team’s Experience • Indicate the firm’s number of years of experience in providing Topographical Surveying and Mapping Services for diversified projects for public agencies as well as private clients.. • List all successfully completed projects comparable in design, scope, size and complexity, undertaken in the past five (5) years. Describe the scope of each project in physical terms and by cost, describe the respondent’s responsibilities, and provide the name and contact telephone number of an individual in a position of responsibility who can attest to respondent’s activities in relation to the project. An SF254 can suffice this request. • List the firm’s successfully completed projects comparable in design, scope, size and complexity, undertaken in the past five (5) years; • Provide the name(s) of the person, within your organization who was most actively concerned with managing each project; • List and describe all legal claims against any member of the team alleging errors and/or omissions, or any breach of professional ethics, including those settled out of court, during in the past five (5) years.
2. Project Manager’s Experience: Provide a comprehensive summary of the experience and qualifications of the individual who will be selected to serve as the Project Manager. This individual must have a minimum of five (5) years experience in the preparation and coordination of Surveys to include but not limited to, engineering, right-of-way, specific purpose surveys, topographical surveys, general land and aerial photography surveying services, mean high water line, submerged/filled lands, GPS (Global Positioning System) and GPR (Ground Penetration Radar) surveys, and elevation certificates and should have served as Project Manager on a minimum of five previous surveying projects for private and public agencies.
3. Previous Similar Projects: Provide a list of a minimum of ten (10) projects which demonstrates the Team’s experience in providing the services outlined in this RFQ. Must provide the following information for each sample project.
• Client name, address, phone number, email • Consultant name, address, phone number, fax and/or e-Mail address • Description of the scope of the work • Role of the firm and the responsibilities • Month and Year the project was started and completed • Total cost and/or fees paid to your firm • Total cost of the construction, estimated and actual
4. Qualifications of Project Team: Provide a list of the personnel to be used on this project and their qualifications. A resume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project.
Sealed qualifications will be received until 3:00 p.m. on February 15, 2012, at the following address:
City of Miami Beach Procurement Division - Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139
Any response received after 3:00 p.m. on February 15, 2012, will be returned to the consultant unopened. The responsibility for submitting qualifications before the stated time and date is solely the responsibility of the consultant. The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence.
A pre-qualifications meeting is scheduled for January 18, 2012, at 2 p.m. at the following address:
City of Miami Beach City Manager’s Large Conference Room 1701 Meridian Avenue Miami Beach, FL 33139
Attendance (in person or via telephone) to this Pre-Qualifications submission meeting is encouraged and recommended as a source of information but is not mandatory
Proposers who are interested in participating via telephone please send an e-mail to theocarrasco@miamibeachfl.gov expressing your intent to participate via telephone at least one business day in advance of the meeting and must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-877-953-3061 (Toll-free North America) (2) Enter the MEETING NUMBER: 8982915# (note that the number is followed by the pound (#) key).
The City of Miami Beach utilizes BidNet for automatic notification of bid opportunities and document fulfillment. This system allows vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Internet access, please call the BidNet support group at 800-677-1997 extension # 214.
The City of Miami Beach provides bid information online at http://web.miamibeachfl.gov/procurement.
THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO ACCEPT ANY PROPOSAL DEEMED TO BE IN THE BEST INTEREST OF THE CITY OF MIAMI BEACH, OR WAIVE ANY INFORMALITY IN ANY PROPOSAL. THE CITY OF MIAMI BEACH MAY ALSO REJECT ANY AND ALL PROPOSALS.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510.
• Cone of Silence – Ordinance No. 2002-3378 • Code of Business Ethics – Resolution No. 2000-23879 • Debarment Proceedings – Ordinance No. 2000-3234 • Protest Procedures – Ordinance No. 2002-3344 • Lobbyist Registration and Disclosure of Fees – Ordinance No. 2002-3363 • Campaign Contributions by Vendors – Ordinance No. 2003-3389 • Local Preference for Miami Beach-Based Vendors – Ordinance No. 2011-3747 • Preference for Florida Small Businesses Owned and Controlled by Veterans and to State Certified Service-Disabled Veteran Business Enterprises – Ordinance No. 2011-3748
Sincerely, Gus Lopez, CPPO Procurement Director