HomeMy Public PortalAbout11-8191 Williams Paving Sponsored by: City Manager
Resolution No. 11-8191
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY
MANAGER TO ENTER INTO AN AGREEMENT WITH
WILLIAMS PAVING CO. INC. FOR PAVILION RENOVATION
AND MISCELLANEOUS CONSTRUCTION AT INGRAM PARK,
IN AN AMOUNT NOT TO EXCEED SEVENTEEN THOUSAND
EIGHT HUNDRED DOLLARS ($17,800.00), PAYABLE FROM
ACCOUNT 44-541815; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Opa-locka received grant funds from the Florida
Recreational Development Assistant Program (FRDAP) in the amount of One Hundred One
Thousand Seven Hundred and Eight Dollars ($101,708), for lakefront improvements at
Ingram Park; and
WHEREAS, part of the improvement to the lake area will include repair to the
existing pavilion, erection of a new pavilion and other miscellaneous construction, which will
enhance the area and at the same time create an educational awareness of the aquatic life of
the area; and
WHEREAS, competitive bids were submitted through RFP No. 10-1707130-02; and
WHEREAS, Williams Paving Co. Inc., is deemed by staff to be the most responsive
bidder based on evaluations of the submissions.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Resolution No. 11-8191
Section 2. The City Commission of the City of Opa-locka determines that Williams
Paving Co. Inc. is deemed to be most responsive bidder based on the evaluation of competitive bids
submitted, and the City Manager is hereby authorized to enter into a contract with Williams Paving
Co. Inc. in substantially the form attached hereto.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS 23`d DAY OF Eebruitry,2011.
Lb 4 2MYR1FAYLOR
MAYOR
est t..
Deborah . Irby
City Cler
ApOtLL ved as t f for :n. egal ,iency:
Jo •,,h •.iieler
C. Attor ey
Moved by: COMMISSIONER HOL ES
Seconded by: VICE MAYOR JOHNSON
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Miller: NOT PRESENT
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
O0,tock4 ..
0., ,•.�0
a \1:.
a °N
✓
Memorandum
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner imothy Holmes
Commissioner ose Tydus
mmissioner ail Miller
FROM: arance a t Sir,City anager
DATE: February 10,2011
RE: Ingram Park Lakefront Improvements-Pavilion Renovations
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,
FLORIDA REQUESTING APPROVAL FOR THE CITY MANAGER TO ENTER
INTO AN AGREEMENT WITH WILLIAMS PAVING CO. INC. FOR PAVILLION
RENOVATION AND MISCELLANEOUS CONSTRUCTION AT INGRAM PARK IN
THE AMOUNT NOT TO EXCEED SEVENTEEN THOUSAND, EIGHT HUNDRED
DOLLARS($17,800.00)PAYABLE FROM ACCOUNT 44-541815.
Description: The City of Opa-locka received funds for lakefront improvements at Ingram Park. The lakefront
is utilized for fishing and other recreational activity. The existing infrastructure is however limited and in need
of upgrade. The improvements include repair to the existing pavilion, erection of a new pavilion and other
miscellaneous construction. The improvements will enhance the area at the same time creating an educational
awareness for the aquatic life of the area.
Financial Impact:The City of Opa-locka received grant funds from the Horida Recreational Development
Assistant Program(FRDAP)in the amount of one hundred and one thousand, seven hundred and eight dollars
($101,708)payable from account 44-541815. The construction repairs are part of the overall scope for
improvements to the lakefront.
Implementation Timeline: The final completion date to expend the funds under this grant is April 15, 2011.
Legislative History: None
Recommendation(s): Staff recommends Williams Paving Co. Inc. based on evaluation of competitive bids
submitted through RFP No. 10-1707130-02.
Analysis: Williams Paving Co. Inc was deemed to be the most responsive bidder selected from a panel of four
evaluators.
Attachments: 1)RFP No. 10-1707130-02 2)Evaluation Summary 3)Agreement
PREPARED BY: Judeen Johnson,Project/Utilities Engineer
END OF MEMORANDUM
r 0 tworida,
DATE: October 22, 2010
TO: Dr. Ezekiel Orji, Finance Director/Assistant City Manager
FR: Rose A. McKay, Purchasing Officer
RE: RFP's FOR INGRAM PARK LAKEFRONT
Dr. Orji:
The Evaluation Committee for Ingram Park Lakefront makes the following recommendations for the
most responsive vendors for completion of this project.
PARKING LOT RFP NO: 10-1709130-01
Four(4)vendors submitted proposals. Magna Construction; Florida Blacktop, Inc; JVA
Engineering and Williams Paving. Florida Blacktop was disqualified as non-responsive.
After the Evaluation Committees review,JVA Engineering was selected as the most responsive
vendor.
PAVILION RENOVATIONS RFP NO: 10-1709130-02
Two(2)vendors submitted proposals. Williams Paving Co., Florida Construction. Florida
Construction was disqualified as non-responsive.
After the Evaluation Committees review,Williams Paving was selected as the most responsive
vendor.
FENCE RFP NO: 10-1709130-03
Four(4)vendors submitted proposals. Gomez&Son Fence; Florida Construction;Williams
Paving; Fleming Executive Group. Florida Construction, Inc.was disqualified as non-responsive.
After the Evaluation Committees review,Williams Paving was selected as the most responsive
vendor.
If you have any questions, please let me know.
Submitted by: Rose A. McKay, Purchasing Officer
EVALUATION SUMMARY TALLY
PAVILLION RENOVATIONS AT INGRAM PARK LAKEFRONT
RFP NO: 10-1709130-02
WILLIAMS FLORIDA
PRICE -65 PTS
CHARMAINE 65 31
JUDEEN 65 31
FERNAND 65 31
HOWARD 65 31
TOTAL 260 124
EXPERIENCE-20 PTS
CHARMAINE 18 0
JUDEEN 10 0
FERNAND 20 10
HOWARD 10 0
TOTAL 58 10
SCHEDULE- 15 PTS
CHARMAINE 0 0
JUDEEN 0 0
FERNAND 0 0
HOWARD 0 0
TOTAL 0 0
GRAND TOTAL 318 134
0
OVp.I ''44
aj �9
Ip
1CO4^ons�“'.i,
This is an agreement dated the day of 2011 between:
Williams Paving Co., Inc. an organization authorized to do business in the state of Florida,hereinafter referred to as
"Contractor"and The City of Opa-Locka,a municipal corporation,hereinafter referred to as the"City".
The CONTRACTOR and the CITY agree as follows:
1. Scope of Work—The CONTRACTOR shall furnish all of the materials and labor necessary to perform all
of the work shown and describe in the specifications in the document RFP No. 10-1709130-02 for Request
for Proposal for Pavilion Renovation and Miscellaneous Construction at Ingram Park Lakefront. A copy of
the RFP is attached as Exhibit A.
2. The CITY herby agrees to pay CONTRACTOR for the faithful performance of this agreement per the
proposal amount given of$17,800.00.
3. The estimate is put forth in good faith as we understand the specifications provided to us as the work to be
performed. Only those items specifically stated in our estimate are included at the prices quoted in the estimate.
Any additional work requested is subject to a written work order approved by owner and/or owner's
representation.
4. The CONTRACTOR agrees to satisfactorily perform and complete all work within 30 days of issuance of a
Notice to Proceed by the City.
5. Any plans,permits,engineering,testing or bonds specifically stated in original specifications are included.
6. Changes to the scope of work or specifications will be per time and material charges and/or unit prices in addition
to this estimate.All changes to the scope of work or specifications must be in writing and approved by the City.
7. PAYMENT TERMS: Net 30 days,CONTRACTOR will add a late charge of 1.5%per month on past due
account balances.
8. CONTRACTOR agrees to hold all insurance and license requirements as outlined in the document entitled
"City of Opa-Locka RFP No 10-1709130-02—Request for proposal for Pavilion Renovation and
Miscellaneous Construction at Ingram Park Lakefront in Sections 1-12 and 1-13.
CONTRACTOR CITY
Williams Paving Co.,Inc. City of Opa-Locka
11300 NW South River Drive 780 Fisherman St.
Medley,Fl 33178 Opa-Locka,FL 33054
Signature Signature
Print Name Print Name
Date Date
Request for Proposal
Ingram Park Lakefront
City of Opa-locka
ii?A.,..L 0 ek ,
O '4
O p
Ilh
MR 0
•
t`
ti
44?' OP
A 0 R All
RFP No. 10-1709130-02
REQUEST FOR PROPOSAL
PAVILLION RENOVATION AND MISCEALLANEOUS CONSTRUCTION
AT INGRAM PARK LAKEFRONT
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054
Request for Proposal
Ingram Park Lakefront
C Qt'#r4 O CITY OF OPA-LOCKA
I� �0�. Advertisement for Request for Proposals
,. •;
g �RA
— RFP NO: 10-1709130-02
PAVILLION RENOVATION AND MISCEALLANEOUS CONSTRUCTION
AT INGRAM PARK LAKEFRONT
Proposals for PAVILLION RENOVATION AND MISCEALLANEOUS CONSTRUCTION
AT INGRAM PARK LAKEFRONT will be received by the City of Opa-Locka at the Office
of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054, FRIDAY,
SEPTEMBER 17, 2010 by 1:30 p.m. Any proposals received after the designated
closing time will be returned unopened.
The purpose of this Request for Proposals is to seek assistance of a qualified
professional contractor to provide PAVILLION RENOVATION AND MISCEALLANEOUS
CONSTRUCTION AT INGRAM PARK LAKEFRONT to the City of Opa-Locka.
A Pre-Bid meeting will be held AT INGRAM PARK LAKEFRONT on THURSDAY,
SEPTEMBER 9, 2010 at 10:00 a.m.
An original and five (5) copies a total of six (6) copies of the proposal shall be submitted
in sealed envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-
Locka, Florida, and marked PAVILLION RENOVATION AND MISCEALLANEOUS
CONSTRUCTION AT INGRAM PARK LAKEFRONT. Proposers desiring information
for use in preparing proposals may obtain a set of such documents from the Clerk's
Office, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054, Telephone (305)
953-2800 or copies of the RFP NO: 10-1709130-02 requirements may also be
obtained by visiting the City's website at www.opalockafl.gov, (click "RFQ
/PROPOSALS"located on the right hand side of the screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the
contract to that proposer whose proposal best complies with the RFP NO. 10-
1709130-02 requirements. Proposers may not withdraw their proposal for a period of
ninety (90) days from the date set for the opening thereof.
Deborah S. Irby
City Clerk
Request for Proposal
Ingram Park Lakefront
1-1. Introduction: The City of Opa-Locka is requesting proposals from qualified
contractors to provide for the City of Opa Locka's PAVILLION RENOVATION AND
MISCEALLANEOUS CONSTRUCTION AT INGRAM PARK LAKEFRONT.
1-2. Proposal Submission and Withdrawal: The City must receive all proposals in
a sealed envelope by FRIDAY, SEPTEMBER 17, 2010 by 1:30 p.m. The proposals
shall be submitted at the following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-Locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as
follows: RFP NO. 10-1709130-02This package shall also include the Proposer's
return address. Proposers may withdraw their proposals by notifying the City in writing
at any time prior to the deadline for proposal submittal. After the deadline, the proposal
will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals
become a record of the CITY and will not be returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand-delivered
proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-
Locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone
confirmation of timely receipt of the proposal may be made by calling (305) 953-2800
before proposal closing time. Any proposal received after the established deadline will
not be considered and will be returned unopened to the Proposer(s).
1-3. Number of Copies: Proposers shall submit an original and five (5) copies
total of six (6) copies of the proposal in a sealed, opaque package marked as noted
above. The Proposer will be responsible for timely delivery, whether by personal
delivery, US Mail or any other delivery medium.
1-4. Development Costs: Neither the City nor its representatives shall be liable for
any expenses incurred in connection with preparation of a response to this Request for
Qualifications. Proposers should prepare their proposals simply and economically,
providing a straightforward and concise description of the Proposer's ability to meet the
requirements of the RFP.
1-5. Inquiries: Interested Proposers may contact the City's Purchasing Officer
regarding questions about the proposal by telephone at (305) 953-2868 x1307 or by
facsimile at (305) 953-2900. The City Clerk will receive written requests for clarification
concerning the meaning or interpretations of the RFP, until eight (8) days prior to the
submittal date. City personnel are authorized only to direct the attention of prospective
Proposers to various portions of the RFP NO. 10-1709130-02 so that they may read
and interpret such for themselves. No employee of the City is authorized to interpret
any portion of this RFP NO 10-1709130-02. or give information as to the
requirements of the RFP NO. in addition to what is contained in the written RFP NO.
Request for Proposal
Ingram Park Lakefront
10-1709130-02 document.
1-6. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to
seven (7) calendar days before the date fixed for receiving the proposals. Proposers
shall contact the City to ascertain whether any addenda have been issued. Failure to
do so could result in an unresponsive proposal. Any oral explanation given before the
RFP NO 10-1709130-02. opening will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any
ambiguities or inconsistencies should be brought to the attention of the City's
Purchasing Agent through written communication prior to the opening of the proposals.
1-7. Contract Awards: The City anticipates entering into an Agreement with the
Proposer who submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP NO. 10-1709130-02 does not constitute an
offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to
exist and is not binding until proposals are reviewed, accepted by appointed staff, the
best proposal has been identified, approved by the appropriate level of authority within
the City and executed by all parties.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit
and re-advertise for other proposals.
1-8. Contractual Agreement: This RFP NO. 10-1709130-02 shall be included and
incorporated in the final award. The order of contractual precedence will be the
Contract or Agreement document, original Terms and Conditions, and Proposer
response. Any and all legal action necessary to enforce the award will be held in
Miami-Dade County and the contractual obligations will be interpreted according to the
laws of Florida. Any additional contract or agreement requested for consideration
by the Proposer must be attached and enclosed as part of the proposal.
1-9. Selection Process: The proposals will be evaluated and assigned points. The
contractor with the highest number of points will be ranked first; however, nothing herein
will prevent the City from assigning work to any contractor deemed responsive and
responsible.
The City reserves the right to further negotiate any proposal, with the highest rated
Proposer. If an agreement cannot be reached with the highest rated Proposer, the City
reserves the right to negotiate and recommend award to the next highest Proposer or
subsequent Proposers until an agreement is reached.
1-10. Public Records: Upon award recommendation or ten (10) days after opening,
whichever occurs first, proposals become "public records" and shall be subject to public
disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the
exemptions to disclosure provided by law in the response to the RFP, and must identify
Request for Proposal
Ingram Park Lakefront
the data or other materials to be protected, and must state the reasons why such
exclusion from public disclosure is necessary. Document files may be examined, during
normal working hours.
1-11. News Releases: The Proposer shall obtain the prior approval of the City
Manager's Office of all news releases or other publicity pertaining to this RFP NO. 10-
1709130-02 or the service, study or project to which it relates.
1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage
reflecting at least the minimum amounts and conditions specified herein. In the event
the Proposer is a governmental entity or a self-insured organization, different insurance
requirements may apply. Misrepresentation of any material fact, whether intentional or
not, regarding the Proposers' insurance coverage, policies or capabilities may be
grounds for rejection of the proposal and rescission of any ensuing Agreement.
1. Evidence of General Liability coverage with limits not less than $1,000,000
per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy
Period);
2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy
Period);
3. Evidence of Workers' Compensation coverage with statutory limits and
Employer's Liability coverage with limits not less than $100,000 (Including
Policy Number and Policy Period);
4.The City listed as an additional insured (this may be specifically limited to the
specific job(s) the contractor will be performing);
5. Minimum 30-day written notice of cancellation.
1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and
certified in the State of Florida at the time of RFP NO. 10-1709130-02 submittal.
The proposal of any Proposer who is not fully licensed and certified shall be rejected.
1-14. Public Entity Crimes: Award will not be made to any person or affiliate
identified on the Department of Management Services' "Convicted Vendor List". This
list is defined as consisting of persons and affiliates who are disqualified from public
contracting and purchasing process because they have been found guilty of a public
entity crime. No public entity shall award any contract to, or transact any business in
excess of the threshold amount provided in Section 287.017 Florida Statutes for
Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor
List" for a period of thirty-six (36) months from the date that person or affiliate was
placed on the "Convicted Vendor List" unless that person or affiliate has been removed
from the list. By signing and submitting the RFP NO. 10-1709130-02 proposal
Request for Proposal
Ingram Park Lakefront
forms, Proposer attests that they have not been placed on the "Convicted Vendor List".
1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code
of ethics of the City of Opa-Locka or the State of Florida with respect to this proposal,
such Proposer may be disqualified from performing the work described in this proposal
or from furnishing the goods or services for which the proposal is submitted and shall be
further disqualified from submitting any future proposals for work, goods or services for
the City of Opa-Locka.
1-16. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free
Work Place (DFW) programs. Whenever two or more proposals which are equal with
respect to price, quality, and service are received by the City for the procurement of
commodities or contractual services, a proposal received from a business that
completes the attached DFW form certifying that it is a DFW shall be given preference
in the award process.
1-17. Permits and Taxes: 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.
1-18. Protests: Protests of the specifications and other requirements of the
Request for Proposals must be received in writing by the City Clerk's Office at lease 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.
1-19. Termination for Convenience: A contract may be terminated in whole or in part
by the City at any time and for any reason in accordance with this clause 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 (if applicable) for
the completed service, but no amount shall be allowed for anticipated profit on
unperformed services.
Request for Proposal
Ingram Park Lakefront
2-1. NATURE OF SERVICES REQUIRED
INTRODUCTION:
The City of Opa-locka is soliciting proposals from qualified companies to provide
quotations for repair to an existing pavilion and miscellaneous construction at Ingram
Park Waterfont in the City of Opa-locka. The selected vendor will provide all,
delivery, installation and other services for this project as further described below.
2-2. GENERAL PROJECT DESCRIPTION:
The City intends to repair the existing pavilion and construct a new slab for a gazebo
type structure on the south peninsula at Ingram Park. The existing structure is a steel
frame support on a concrete base slab structure with a timber and asphalt roof
assembly. The building is just over 500 square feet.
SCOPE OF WORK:
Pavilion Repair
The structure is to be cleaned, and stripped of all damaged components including the
wooden framed posts enclosure. The supporting steel columns will be encased with
3/4" thick P.T. wooden cladding and final finish of paint. Concrete floor will be cleaned
and finished with two applications of owner selected floor finish paint. Roof to be
cleaned and timber components repainted. All cracks in concrete base and adjacent
concrete walkway to be sealed.
New Pavillion (Gazebo)
A new pre-engineering metal pavilion will be installed at the southern peninsula as
indicated on the conceptual site plan. The foundation and erection work will be by a
specialty contractor under a separate permit. However, a 6" concrete slab with
6x6#10 woven wire mesh on well compacted soil ( minimum 4" limerock base
compacted to 95% maximum of a modified proctor density test) shall be installed as
shown on attached drawings. Concrete finish and color to per owner.
2-3. VENDOR'S QUALIFICATIONS, EXPERIENCE & REFERENCES:
All Vendors submitting a proposal must have at least 5 years prior experience
with general construction and building.
2-4. PRE-PROPOSAL MEETING:
All vendors submitting a proposal for this project are encouraged to meet with
designated representatives of City of Opa-locka to discuss the intended scope
project and visit the site.
Request for Proposal
Ingram Park Lakefront
2-5. PERMITTING
The selected vendor shall be responsible for obtaining all required permits for
this project. Permit fees paid will be reimbursed by City of Opa-locka.
2-6. GENERAL PROPOSAL REQUIREMENTS:
In addition to including the information listed above, submitted proposals
should generally follow the format outlined below:
Introduction Letter
Identify the contact person for this RFP with mailing address, phone and fax
numbers.
Vendor's Qualifications
Provide brief one-page description of company's experience and
qualifications.
Prior Experience Building
Provide a project list illustrating relevant experience with similar type
construction. Include project name, date, location, and owner contact
information.
Cost Proposal for Services
Provide your company's cost proposal for the scope of services requested.
The total lump sum price should be all inclusive except for permits fees
which will be the responsibility of the City of Opa-locka.
3.1.EVALUATION CRITERIA
The City of Opa-locka will compare and evaluate all Proposals to determine in order
to determine the Proposal which is most advantageous to the City, using the
following criteria:
(a) PRICE PROPOSAL
The City will consider the proponent's price proposal in terms of accuracy,
completeness, value, local market and substantiated industry standards 65 pts
(b) EXPERIENCE
The City will consider the proponent's past experience in undertaking similar construction
projects in type, scope, and budget and complexity 20 pts
(c) SCHEDULE
The City will consider the Proponent's proposed project timeline inclusive of mobilization,
construction schedule, milestones, closeout and completion 15pts
The City will consider the proponent's complete submittal and all other relevant
information to conduct the evaluation mentioned herein.
Request for Proposal
Ingram Park lakefront
For 2868 all requests for clarification please contact Mrs. Rose McKay at (305) 953-
INGRAM PARK PAVILION
��t �"+g{ ?p{ a'§yin
9"k
ro
,wX n 2 2,•<"'fir.«'
':as
i
4
0.71° e. '' *" �++r,_ x " a s rte. °'' ` Y`
as3 zs 'ds'
_. ,q t ' 'k Tom` a* , ".t ' if k t'-'t ay p jµ Y k M e , " " u�^}e F w,h+cy i* Y '
'3wgam
y
K
Request for Proposal
Ingram Park Lakefront
OPO.ockJ
p4/
9
C
RFP NO. 10-1709130-02
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's
Occupational License in the area of their fixed business location. The following information MUST be
completed and submitted with the proposal to be considered:
1. Legal Name and Address:
Name:
Address:
City, State, Zip: Phone/Fax:
2. Check One: Corporation ( ) Partnership () Individual ( )
3. If Corporation, state:
Date of Incorporation: State in which Incorporated:
4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such
authorization:
5. Name and Title of Principal Officers Date Elected:
6. The length of time in business: years
7. The length of time (continuous) in business as a service organization in Florida:
years
8. Provide a list of at least five commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-Locka specification, during the
last twenty-four months.
9. A copy of County and/or Municipal Occupational License(s)
Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-
locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the
Contractors, in the sole opinion of the City of Opa-Locka, can sufficiently and efficiently perform all the
required services in a timely and satisfactory manner as will be required by the subject contract. If there
are any terms and/or conditions that are in conflict, the most stringent requirement shall apply.
Request for Proposal
Ingram Park Lakefront
.pp✓ �Cko, CITY OF OPA-LOCKA
o
CERTIFICATION REGARDING DEBARMENT,SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY
1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer
and/or any of its Principals:
A. Are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency.
B. Have not, within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, state, or local) contract or subcontract; violation of Federal or state
antitrust statutes relating to the submission of offers; or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, tax evasion, or receiving stolen property; and
C. Are not presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in
paragraph 1-B of this provision.
2. The Proposer has not, within a three-year period preceding this offer, had one or
more contracts terminated for default by any City, State or Federal agency.
A. "Principals," for the purposes of this certification, means officers; directors;
owners; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager;
head of a subsidiary, division, or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the
United States and the Making of a False, Fictitious, or Fraudulent Certification
May Render the Maker Subject to Prosecution Under Section 1001, Title 18,
United States Code.
B. The Proposer shall provide immediate written notice to the Contracting Officer
if, at any time prior to contract award, the Proposer learns that its certification
was erroneous when submitted or has become erroneous by reason of changed
circumstances.
C. A certification that any of the items in paragraph (a) of this provision exists will
not necessarily result in withholding of an award under this solicitation. However,
the certification will be considered in connection with a determination of the
Request for Proposal
Ingram Park Lakefront
Proposer's responsibility. Failure of the Proposer to furnish a certification or
provide such additional information as requested by the Contracting Officer may
render the Proposer non-responsive.
D. Nothing contained in the foregoing shall be construed to require establishment
of a system of records in order to render, in good faith, the certification required
by paragraph (a) of this provision. The knowledge and information of a Proposer
is not required to exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
E. The certification in paragraph (a) of this provision is a material representation
of fact upon which reliance was placed when making award. If it is later
determined that the Proposer knowingly rendered an erroneous certification, in
addition to other remedies available to the Government, the Contracting Officer
may terminate the contract resulting from this solicitation for default.
AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS
CONTRACTOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
Request for Proposal
Ingram Park Lakefront
CITY OF OPA-LOCKA
DRUG-FREE WORKPLACE CERTIFICATION FORM
°.
s �.
Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and
service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or
contractual services, a bid/proposal received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process. In
order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession or use of controlled substances is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in number (1).
4. In the statement specified in number (1), notify the employees that as a condition for
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction on or
plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any
controlled substance law of the United States or any singular state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of Section 287.087, Florida Statutes.
This Certification is submitted by the
(Name)
of
(Title/Position) (Company)
who does hereby certify that said Company has implemented a drug-free workplace program,
which meets the requirements of Section 287.087, Florida Statutes, which are identified in
numbers (1) through (6) above.
Date Signature
0
0 0
0 0
O 0
LO LO
LD LO
N N
N 4
N
O O o o O Ln O O O 0 0 0 0 0 0 0 0 O O o co O O o .••L
0 0 0 0 0 V 0 0 0 0 0 0 0 0 0 0 0 O V o Oi O O O a0
. . . . . . . . . . . . .
.• N O O O O Ln O O Lrl 0 0 0 0 0 0 0 0 O cc; Ln ct O O N
C 00 0 0 0 0 M 0 0 N 0 0 .--I 0 0 0 0 Ln O LO N N rn N 0 00
3 O LD Ln 4- O co co 4 (n O O CO LD N Lrl O N O Ln O 4 LD O d'
o 00 M r1 (IC' m 00 .-1 N .--1 rn N O N Lf1 cr 4 ei Ln
E ,-I c-I I.- Q
a -1
0 0 0 0 o in o 0 0 0 0 0 0 0 0l o LD o 0 0
4, 0 0 0 0 0 00 0 0 0 0 0 0 0 0 M
in Ln O O
Ln Ln ci m N O N. O. . O. 0
U O O 0 O O I� 0 0 0 0 cr 0
• LD Ln M 0 00 N N en rYl LD Ln N o
E Oi rn
D .-1
ua Ito tn. if? tn. in- in yrto in -U1- in tn. to1./T
I-
cQ
G N N o co
v) en ^ _ .^-I c-i rN-1 Ln 00 'n N rN-I rN-1 `� W O _ co N ^ r-I
Lin 4 N 4 4- V co
V 4 1 N
Z
0
CC
LL
W
Y
•
CC
Q
CL
N
2 co Ln O
oo LO Ln
Q d- M 00
(.9
Z
w
CD
Ol U a)
N C V
Ln �, 03 C
•-i co
`). a Donn o C 3
L.) _ >.
fl 00 — ro o
to Ln 0 C 3 03 C LO u ±' to Y OS
.0 4J O O Un •� Lp ry C +' Lp O co +�
on CD E .5 gn 3 0 3 o0 ^ . c a E 3 .- 0 oc 0
- LL _ ;° a C C N o 7 C — O ,• D o c a.
CU C - 0- 0 J LO vL _ y a3 T f0 OD 'w Y
on ' 0 a, _ �, E Q m E
U On r0 L C to co n
E a) aJ d
03 r0 `-I L d r6 C O0 (o H N 4Z c Ln (o C .� Y Q ,- a) On ,
To c c o v (Lo v •v r'a v ocn o •- c v v E o E v 3 .° rco
m
Li On C.7 m H Z +' a LLl Ln E Q C 7 .0 03 aJ C +-• U N U
-p 00 On — — — b L _ = N a5 H- CC — MI U (0 ++ —
C C (6 r0 r0 C r0 CO r0 ro r0 l6 L l6
o ++ �+ ++ C Q a-' U' 'p 'p C +, N 4-, aJ ++ Q co Q .0 ro
o 3 3 c c c o a) c c o o L_ c v v c C `^ c v a) (o c
Ln N U Ln Ln H z �- Q N cc a ii
.--1 N en ct Ln LD N CO Ol 0 .--I N co 4- Ln LD N 00 Ol o .--I N o) j Ln
c-I .--I 1-1 .--1 11 ,-1 .-4 .-1 -1 r-1 N N N N N N
i
E
3
i
1
1
(
1