HomeMy Public PortalAbout21-9905 Rejecting All Binds in Connection with 18-0907100 Lawn Maintenance ServicesSponsored by: City Manager
RESOLUTION NO. 21-9905
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, REJECTING ALL BIDS
RECEIVED IN CONNECTION WITH RFP NO. 18-0907100
AND FURTHER AUTHORIZING THE CITY MANAGER TO
RE -ADVERTISE AND ISSUE A REQUEST FOR
PROPOSALS FOR QUALIFIED FIRMS FOR LAWN
MAINTENANCE SERVICES; PROVIDING FOR
INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City of Opa-Locka ("City") issued Request for Proposal
(RFP) 18-0907100 to solicit competitive proposals to provide Lawn Maintenance
Services. One (1) proposal was received; and
WHEREAS, the proposal was received in September 2018, however, due to
the change in management, the proposal was not presented to the City Commission;
and
WHEREAS, the City Manager recommends the City Commission to reject the
one received proposal in attempt to re -advertise the RFP to solicit more firms. The
City Manager believes it is in the best interest of the City to re -advertise the services
to enable the City to get a more competitive process and the best results for the City.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Section 2. AUTHORIZATION
The City Commission of the City of Opa-Locka, Florida hereby rejects all bids
received in connection with RFP No. 18-0907100, in entirety, and authorizes the City
Manager to re -advertise and issue a Request for Proposals for qualified firms to
provide Lawn Maintenance Services.
Section 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing a
corrected copy of same with the City Clerk.
Resolution No. 21-9905
Section 4. EFFECTIVE DATE.
This Resolution shall take effect immediately upon adoption and is subject to the
approval of the Governor or his designee.
PASSED AND ADOPTED this 8th day of September, 2021.
ATTEST:
a Flores, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
Burnadette Norris- !'` - eks, ' .A.
City Attorney
Moved by: Commissioner Bass
Seconded by: Commissioner Davis
VOTE:
5-0
Commissioner Taylor YES
Commissioner Bass YES
Commissioner Davis YES
Vice -Mayor Williams YES
Mayor Pigatt YES
2
Mayor
g
Matthew A. i att
City of Opa-Locka
Agenda Cover Memo
City
Manager:
John E. Pate
CM Signature:
-�.�
Commission
Meeting
Date:
09.09.2021
Item Type:
(EnterX in box)
Resolution
Or n c
Other
X
Fiscal
Impact:
(Enter X in box)
Yes
No
Ordinance Reading.
(Enter X in box)
1n Reading
2nd Reading
x
$est.
3,000.00
Public Hearing:
(Enter X in box)
Yes
No
Yes
No
X
x
Funding
Source:
Account# :
(Enter Fund & Dept)
Ex:
Advertising Requirement:
(Enter X in box)
Yes
No
x
Contract/P.O.
Required:
(EnterX in box)
Yes
No
RFP/RFQ/Bid#:
x
Strategic
Plan Related
(EnterX in box)
Yes
No
Strategic Plan Priority
Enhance Organizational
Bus. & Economic Dev
Public Safety
Quality of Education
Qual. of Life & City Image
Communcation
Area:
m
Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
item will address)
X
MI
m
IIIII
•
MI
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
A resolution authorizing the City Manager to reject all proposals received in connection with RFP No. 18-
0907100 and re -advertise for qualified firms.
Staff Summary:
The City Commission issued a Request for Proposal to solicit competitive proposals to provide Lawn
Maintenance Services. One (1) proposal was received, however a request is being made to reject the proposal
in attempt to re -advertise to solicit more firms. Staff think it is in the best interest of the City to re -advertise
the services to enable us to get a more competitive process and get the best for the City. The item was received
in September 2018, however due to the change in management the item was not presented to the City
Commission. I am requesting to reject the proposer and move forward with the RFP process.
Financial Impact
The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $3,000.
Proposed Action:
Staff recommends the approval of this request to re -issue the RFP to seek quotes for qualified firms.
Attachment:
Bid Certification
Copy of proposal received
RFP
Joanna Flores, CMC
City Clerk
TO:
Cc:
FROM:
DATE:
SUBJ: Request for Proposals — RFP No. 18-0907100 - Lawn Maintenance
Services
MEMORANDUM
Mayor Myra L. Taylor
Vice Mayor Joseph L. Kelley
Commissioner Timothy Holmes
Commissioner Matthew A. Pigatt
Commissioner John Riley
wall Daughtrey. Acting City Manager
cent T. BrRwn, City Attorney
C y Clerk
es
Tele: (305) 953-2800
Fax: (305) 953-2834
Email: jflores@opalockafl.gov
September 12, 2018
Attached hereto you will find a copy of Request for Proposals document and certification
for the City of Opa-locka Request for Proposals RFP No. 18-0907100 — Lawn
Maintenance Services. In an effort to save on costs associated with duplication, the
original bids are available for review in the City Clerk's Office upon request, but only
after a recommendation is released by the City Manager.
If you have any questions, please let me know.
END OF MEMORANDUM
CITY OF OPA-LOCKA
CERTIFICATION
REQUEST FOR PROPOSALS
LAWN MAINTENANCE SERVICES
RFP NO. 18-0907100
I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that according
to the provisions of Sec. 2-320.1 of the City's Code of Ordinances, sealed proposal(s) were
opened at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at
11:56 a.m. this 10`h day of September, 2018.
PROPOSAL(S) RECEIVED
NAME/ADDRESS
My Lawn Service, Inc.
17820 S.W. 174th Street
Miami, FL 33187
Contact: Marina Ojeda, President
Tele: 786-282-2665
Email: marina46@bellsouth.net
LUMP SUM PRICE
$154,552.00
I further certify that sealed proposal(s) were submitted and properly opened in the presence of the
following:
13 herine Bulloc Assistant itY Clerk
Sherine
City of Opa-locka
Sha'mecca Lawson, Executive Secretary
City of Opa-locka
N wa Daughtr y Acting
City of Opa-locka
Airia Austin, Public Works Director
City of Opa-locka
oanna Flores, CMC
City Clerk
1
CITY OF OPA LOCKA
REQUEST FOR PROPOSALS
RFP NO: 18-0907100
Maintenance of Citywide Alleys
Maintenance of NW 27th and 22nd Avenues
Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman
Street, and 441 Opa-locka Boulevard
Tree Trimming Services
Sealed Proposals for Lawn Maintenance Services will be received by the City of Opa-locka at
the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Friday,
September 7, 2018 by 1:00 p.m, Any RFP Package received after the designated closing time
will be returned unopened.
An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on
CD in PDF format shall be submitted in sealed envelopes/packages addressed to the City
Clerk, City of Opa-locka, Florida, and marked REP for Lawn Maintenance Services.
Proposers desiring information for use in preparing proposals may obtain a set of such
documents from the City Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-locka, Florida
33054, or copies of the RFP No. 18-0907100 may also be obtained by visiting the City's
website at www.opalockafl.gov.
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the
contract to that proposer whose proposal best complies with the RFP NO: 18-0907100
requirements. Proposers may not withdraw their proposal for a period of ninety (90) days
from the date set for the opening thereof.
A pre -bid meeting will be held on Wednesday, August 15, 2018 at 10:00 a.m. at the
Municipal Complex, 780 Fisherman Street, Ste. 335, Opa-locka, FL 33054.
City Clerk
Joanna Flores, CMC
City of Opa-locka
RFP NO: 18-0907100
REQUEST FOR PROPOSAL (RFP)
MAINTENANCE OF CITYWIDE ALLEYS
MAINTENANCE OF NW 27TH AND 22ND AVENUES
MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE,
664 FISHERMAN STREET, AND 441 OPA-LOCKA BOULEVARD
TREE TRIMMING SERVICES
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA-LOCKA, FLORIDA 33054
1.1 SCOPE OF SERVICES
The City of Opa-locka is requesting cost proposals for the maintenance of City Alleys,
Medians and Parking Lots. Contractor will cut twice a month during rainy season and once
a month during dry season. The successful bidder shall furnish all labor, materials,
machinery, equipment and ancillary services to fulfill the requirement of these
specifications for the maintenance program.
City Alley Project Location:
• List of Alleys are included as Exhibit "A"
City Median Project Location:
• NW 22^d Avenue Median - NW 22^d Avenue from 151st Street to NW 135th Street
• NW 27th Avenue Median - NW 27th Avenue from 151st Street to NW 127th Street
• Sharazad Boulevard Median - Sharazad Boulevard from NW 27th Avenue to Ali -Baba
Avenue (Veteran's Way)
• President Barack Obama Avenue (Perviz Avenue) - President Barack Obama Avenue
from NW 151st Street to Sharazad Boulevard
• Drainage Pond - NW 27th Avenue SR -9 and Burlington Street (Cut/maintain trees
and grass)
3 Parking Lots Project Location:
• 700-750 Ali -Baba Avenue
• 664 Fisherman Street
• 441 Opa-locka Boulevard
Tree Trimming Location:
• Citywide as directed by Public Works, to maintain proper line of sight as per Miami -
Dade County Tree Ordinance.
All work shall be performed in accordance with the Occupational Safety & health Act
(O.S.H.A.) and its amendments, and all Department of Transportation (D.O.T.) safety
standards, including but not limited to safety glasses, safety vest, traffic notification,
placement of traffic cones, and all pertinent landscape standards. The awarded Bidder will
be require to have an Maintenance of Traffic (M.O.T.) certified person onsite at any time
workers are physically parked, standing or working in the roadways with City limits.
Page 13
requirements of the REP in addition to what is contained in the written RFP document
1.5. ADDENDUM
The City may record its response to inquiries and any supplemental instructions in the
form of written addenda. The CITY may mail written addenda up to three (3) calendar
days before the date fixed for receiving the proposals. Proposers shall contact the City to
ascertain whether any addenda have been issued. Failure to do so could result in an
unresponsive proposal. Any oral explanation given before the RFP opening will not be
binding.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities
or inconsistencies should be brought to the attention of the City through written
communication prior to the opening of the proposals.
1.6. CONTRACT AWARAs
The City anticipates entering into an Agreement with the Proposer who submits the
proposal judged by the City to be most advantageous.
The Proposer understands that this RFP does not constitute an offer or an Agreement with
the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until
proposals are reviewed, accepted by appointed staff, the best proposal has been identified,
approved by the appropriate level of authority within the City and executed by all parties.
The City anticipates that the final Agreement will be in substantial conformance with this
sample Agreement; nevertheless, Proposers are advised that any Agreement may result
from the REP may deviate from the Sample Agreement.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit
and re -advertise for other proposals,
1.6. CONTIRACTUALAG$EEMENT
This RFP and Contractor proposal shall be included and incorporated in the final award.
The order of contractual precedence will be the Contract or Agreement document, original
Terms and Conditions, and Proposer response. Any and all legal action necessary to
enforce the award will be held in Miami -Dade County and the contractual obligations will
be interpreted according to the laws of Florida. Any additional contract or agreement
Page 15
forms, Proposer attests that they have not been placed on the "Convicted Vendor List".
1.11. CODE OF ETHICS
If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-
locka or the State of Florida with respect to this proposal, such Proposer may be
disqualified from performing the work described in this proposal or from furnishing the
goods or services for which the proposal Is submitted and shall be further disqualified from
submitting any future proposals for work, goods or services for the City of Opa-locka.
1,12. CONE OF SILENCE
Proposers are hereby advised that this RFP is subject to the "Cone of Silence", in
accordance with Ordinance 98-106. From the time of advertising until the City Manager
issues a recommendation, there is a prohibition on communication with the City's
professional staff The ordinance does not apply to oral communications at pre -proposal
conference, public presentations made to the City Commissioners during any duly notices
public meeting, or communications in writing at any time with any city employee, official,
or member of the City Commissioners unless specifically prohibited herein. A copy of all
written communications must be filed with the City Clerk, at the address as listed in Section
1.4 herein. Among other penalties, violation of these provisions by any particular bidder
shall render any Bid ward to said bidder voidable.
1.13. PERMITS AND TES
The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices
necessary and incidental to the due and lawful prosecution of the work.
1.14. PROTESTS
Protests of the plans, specifications, and other requirements of the request for proposal
and bids must be received in writing by the City Clerk's Office at least ten (10) working
days prior to the scheduled bid opening. A detailed explanation of the reason for the
protest must be included. Protests of the award or intended award of the bid or contract
must be in writing and received in the City Clerk's Office within seven (7) working days of
the notice of award. A detailed explanation of the protest must be included.
1.15. INSURANC
The awarded Proposer(s) shall maintain insurance coverage reflecting at least the
minimum amounts and conditions specified herein as set forth below. In the event the
Page 17
continue until it is finally adjudicated and any and all actions against the indemnified
parties for such matter which are indemnified hereunder are fully and finally barred by
applicable laws.
1.19. RISK OF LOSS. DESTRUCTION. OR DAMAGE
The City will not be responsible for any theft, destruction of, or damage to equipment from
any cause, with the exception of negligence or willful acts by an employee(s) or agent(s) of
the City.
1.20. NON -COLLUSION AFFIDAVIT
The vendor, in accordance with Miami -Dade County requirements, must sign an affidavit of
non -collusion which has been attached hereto. This document must be signed and returned
with the bid response.
1.21. TERMINATION FOR CQNVENIENCE
A contract may be terminated in whole or in part by the City at any time and for any reason
in accordance with this dause whenever the City shall determine that such termination is
in the best interest of the City. Any such termination shall be effected by the delivery to the
contractor at least five (5) working days before the effective date of a Notice of Termination
specifying the extent to which performance shall be terminated and the date upon which
termination becomes effective. An equitable adjustment in the contract price shall be made
for the completed service, but no amount shall be allowed for anticipated profit on
unperformed services.
1.22. PROPOSAL SCHEDULE
The following Schedule of Key Events and Dates represents the City's best estimate of the
schedule that shall be followed.
The City reserve the right, at its sole discretion, to adjust this schedule as it deems
necessary. The City will make a good faith effort to notify potential vendors of adjustments
to the Schedule; however, ultimate responsibility for obtaining notice of changes in the
Schedule of Key Events lies with the potential vendors.
KEY DATES
RFP Release date
Sunday, August 5, 2018
Pre -Bid Meeting
Wednesday, August 15, 2018 @ 10:00 a.m.
Proposal Submission Date & Time
Friday, September 7, 2018 @ 1:00 p.m.
Page 19
CITY reserves the right to reject a proposal, regardless of price and conditions, where the
proposed terms and/or conditions are deemed unacceptable to CITY. This Request for
Proposals does not commit CITY to award a contract, to pay for any costs incurred in
preparation of a proposal, nor contract for services.
1.27. PROPOSAL SUBMISSION FORM AND CONTENTS
In order to maintain comparability and enhance the review process, proposals shall be
organized in the manner specified below and include all information required herein. The
proposal must name all persons or entities interested in the proposal as principals. The
proposal must declare that it is made without collusion with any other person or entity
submitting a proposal pursuant to this FtFP.
1.28. QUALIFICATIONS
It is required that all Bidders enclose with their sealed bids the following information:
• A detailed description of the firm including address, telephone number License
Classification with number and date of expiration, applicable License status, and
banking and credit references.
• Briefly describe the educational background and professional experience in a
resume format of the firm owners, supervisors and key employees.
• List similar contracts for landscape maintenance now held by your firm and other
similar contracts, if any formerly held. List at least one person for each such
contract whom may be contacted by us who is knowledgeable about your work. List
telephone numbers for these individuals.
• This contract will be awarded only to responsible Contractors qualified by
experience to do the work specified herein. The Bidder shall submit, with his bid,
satisfactory evidence of his experience in like work and that he is fully prepared
with the necessary organization, capital, equipment and machinery to complete the
work to the satisfaction of the Owner.
Those parties deemed to be qualified to service this contract shall be judged on their past
performance and present ability to provide all labor, materials, and equipment to
successfully fulfill the provisions of this contract.
1.29. COMPANY OJIALIFICATIQNS
• Company shall have been In continuous service and incorporated in the State of
Florida for a minimum of three (3) years.
Page I 11
a) GRASS MOWING
Mowing wet grass shall be avoided whenever possible. Mower blades must be kept
sharp so that the cut grass edge is clean and not ragged. Mowing patterns shall be changed
frequently to avoid wear. Any grass clippings or other plant debris remaining on the
grass surface after 24 hours shall be removed. Clippings, mulch or other plant debris
must be prevented from entering into the street or onto a pedestrian pathway, ponds,
lakes, water features, or drains. In the event that this occurs, the materials shall be
removed immediately.
b) LI1TER CONTROL
The vendor shall retrieve and dispose of all litter and debris as necessary. This shall
include clearing all areas prior to mowing, and monitoring of the grounds on an ongoing
daily basis. This includes glass, rocks, dead foliage, metal, branches, palm fronds or
other debris subject to becoming a projectile if engaged by a mower. Contractor will be
responsible for hauling and disposal of collected debris. Final must be submitted with
monthly invoices.
c) ST. AUGUSTINE GRASS
Mow only with a rotary mower a minimum of once per week during the growing season of
mid April through the end of October for a total of 43 cuts per year or as scheduled by the
City's/Divisions representative. The cutting height shall be a minimum of 3 %' to a
maximum of 4" above the soil.
d) BAHIA GRASS
Mow only with a rotary mower of a minimum of once per week during the growing season
of mid April through the end of October for a total of 36 cuts per year or as scheduled by
the City's/Divisions representative. The cutting height shall be a minimum of 3 %" to a
maximum of 4" above the soil.
e) EDGING AND CLEAN-UP
The vendor shall trim and properly edge all shrub and flower beds as well as tree rings,
curbs, walks, lighting, concrete or paver medians and all other obstacles in the landscape
and remove and dispose of clippings. Paved areas (hard edges) shall be edged every
mowing with respect to the grass type adjacent to the edging. Remove all errant vegetation
in expansion joints, cracks or crevices in any portion of concrete areas. Edging of beds and
tree rings (soft edging) shall be executed every mowing with respect to the grass type
Page 13
" M u l t i p l e l e a d e r i f t h e t r e e n o r m a l l y h a s a s i n g l e s t e m .
" N u i s a n c e g r o w t h t h a t i n t e r f e r e s w i t h t h e v i e w , t r a f f i c , s i g n a g e ,
w a l k s o r l i g h t i n g . N u i s a n c e g r o w t h i n c l u d e s t h e r e m o v a l o f a l l
d a n g e r o u s t h o r n s , s p i k e s o r a p p e n d a g e s w h i c h s h o w p o t e n t i a l
c o n f l i c t w i t h p e o p l e .
" S h a p e t h e t o p o f s m a l l t r e e s a s n e e d e d . A l l b r a n c h e s , d e a d w o o d a n d
c u t t i n g s s h a l l b e r e m o v e d f r o m t h e j o b s i t e a t t h e t i m e o f p r u n i n g a n d
d i s p o s e d o f i n a n a c c e p t a b l e m a n n e r . A l l l a w n a n d s h r u b a r e a s
d a m a g e d b y p r u n i n g e q u i p m e n t s h a l l b e r e s t o r e d a t t h e v e n d o r '