Loading...
HomeMy Public PortalAbout11-8193 Hurricane Irrigations Systems Sponsored by: City Manager Resolution No. 11-8193 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH HURRICANE IRRIGATIONS SYSTEMS, INC. FOR LANDSCAPING AND IRRIGATION IMPROVEMENTS AT INGRAM PARK, IN AN AMOUNT NOT TO EXCEED THIRTY TWO THOUSAND THREE HUNDRED AND EIGHTY FOUR DOLLARS AND SIXTY CENTS ($32,384.60), 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) for lakefront improvements at Ingram Park; and WHEREAS, part of the improvements to the lakefront area will include Landscaping and Irrigation to improve aesthetics of the lakefront, which is currently used for fishing and other recreational activities; and WHEREAS, the City issued RFP No. 10-0410100 to solicit proposals for this work, and WHEREAS, only one proposal was received, from Hurricane Irrigation Systems, Inc., which has been negotiated down to Thirty Two Thousand Three Hundred Eighty Four Dollars and Sixty Cents ($32,384.60); and WHEREAS, based on industry standard rates, the estimated cost for the landscaping and irrigation work included in the scope of work totals Forty Two Thousand Six Hundred Sixty Dollars (US$42,660.00); Resolution No. 11-8193 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. Section 2. The City Commission of the City of Opa-locka hereby determines that Hurricane Irrigation Systems, Inc. has submitted a favorably comparative price representing a significant cost savings for the City, and the City Manager is therefore authorized to enter into a contract with Hurricane Irrigation Systems, Inc. in substantially the form attached hereto. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 23`d AY OF Febr v,2011. J-- -/{()/ MYRA AYLOR M YOR Atteatits Deborah S. Irby City Clerk Approved as to .rm and legal suffic. cy: I 1 1/ilk ' . 1 it Jose 4 S.r.w, ler Cit r ttorn y Moved by: COMMISSIONER HOLM Seconded by: VICE MAYOR JOHNSO Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Miller: NOT PRESENT Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 4056291 vl Oq.LOC4Q.... o: .j<o $ �� s /c, .<4.'' OAn OR? Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus �missioner Gail Miller FROM: arance ratters° , ity anager DATE: February 14,2011 RE: Ingram Park Lakefront Improvements - Landscaping and Irrigation 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 HURRICANE IRRIGATION SYSTEMS INC. FOR LANDSCAPING AND IRRIGATION IMPROVEMENTS AT INGRAM PARK IN AN AMOUNT NOT TO EXCEED THIRTY TWO THOUSAND THREE HUNDRED AND EIGHTY FOUR DOLLARS AND SIXTY CENTS ($32,384.60) 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. This project is divided into four contracts one of which is the Landscaping and Irrigation. The improvements will improve the aesthetics of the lakefront. Financial Impact: The City of Opa-locka received grant funds from the Florida Recreational Development Assistant Program (FRDAP). The vendor recommended price is within industry standards and represents a cost savings for the City payable from account#44-541815. Implementation Timeline: The final completion date to expend the funds under this grant is April 15, 2011. The landscaping portion of this project is a major component of the entire project. The proposed time line for the project is as follows: Irrigation and Landscaping: March 1 —April 15 Fencing: March 7—March 25 Pavilion Repair: March 7—April 8 Parking Lot Upgrade: April 4—April 15 Legislative History: None Recommendation(s): Staff recommends. Analysis: Requests for Proposals were issued for landscaping and Irrigation Services at Ingram Park Lakefront in October 2010. Only one proposal was received from Hurricane Irrigation Systems Inc. in the amount of$36, 870.00. As of February 11, 2011, Hurricane Irrigation has submitted a revised quote in the amount of $32,384.60. Based on industry rates the estimated cost for the landscaping and irrigation work included in the scope of works, totals $42,660. (See attached PWD estimate). This represents a significant cost saving for the City. This project is funded by the Florida Recreational Development Assistant Program(FRDAP) and has a completion date of April 30, 2011 for all funds to be expended. In consideration of this favorably comparative price and the time constraints to project completion, staff recommends that Hurricane Irrigation be considered for performing the work on this project. Attachments: 1) RFP 10-0410100 2)Bid Proposal 3)Hurricane Irrigation System Quote 4) Schedule of Costs PREPARED BY: Judeen Johnson,Project/Utilities Engineer END OF MEMORANDUM va r.ncao o `a • u 1: �Ffr:'eM1'le. MEMORANDUM TO: Dr. hrektel t nit,Public Works Director FROM: Judeen Johnson.Ptojeet ttiuics 1in inect , t. DATE: February 14.2011 SU R.IECT: REP 10-0410190 Landscaping and Irrigation System at Ingram Park Lake front Requests for Proposals were issued for l.urdscapii g and Irrigation Services at Ingram Park Lakefront in October 2010.Only one proposal was received from Hurricane irrigation Systems Inc.in the amount of 436,s0 Oil. As of l ebniary 11.20I I,Ilumeane hngation has.ubmitted a revnvd quote in the amount of S32,384_60 Based on industry rates the estimated cost for the landscaping and irrigation work included in the scope of works,totals 542.660.(See attached PW1)estimate).This represents a significant cost saving tier the City.This project is funded by the Florida Recreational Development Assistant Program(FR DAP)and has a completion date of April X5.2_01 1 for all funds to be expended. In consideration of this favorably comparative price and the torte constraints to project completion,staff recommends that I lurrcane Irrigation be considered for performing the work on this protect. 110 0 CITY OF OPA-LOCKA • CERTIFICATION OF PROPOSALS RECEIVE') REQUEST FOR PROPOSALS(REP)NO.10-0410100 LANDSCAPING AND IRRIGATION SYSTEM AT INGRAM PARK LAKEFRONT I, Deborah S. Irby, City Clerk of the City of Opa-locka, Florida, do hereby certify that according to the provisions of See.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-locks, Florida,at 1:30 p.m.this 4"day of October,2010. PROPOSAL(S)RECEIVED Name of Company Total Iturticane Irrigation Systems,Inc. $36,870.00 5111 NW 159 Street,Bay A Miami Gardens,FL 33014 Contact:William McDonald,President Tele:(305)624-8132 Fax. (305)624-8134 Email:humcameinvifg'bellsoslit)rCI 1 further certifx that sealed proposals submitted were properly opened in my presence and also the following: (160\.041,„, Are' •A■ CITY CLERK 11111=>312411 VIIIMINII611r►uy11a■■r1331MX„ cOc IMIltittlatelr►;.rs / 1 HURRICANE IRRIGATION SYSTEMS INC. /t".71 5111 NW 159 ST UNIT A �--� MIAMI GARDENS,FL 33014 PHONE tt: 305 624-8132 FAXtt: 305 624-8134 2108111 Aft: Rose Mckay Procurement Officer 780 Fisherman Opa Locka,Florida 33054 ?roect: Ingram Park water Front. After reviewing our quote for above project,we have lowered it to $32,384.6Q__ William Mcdonald President Hurricane Irrigation system Inc -,00,1•, 111111141111110113111111'4111111111i...4111.11014111111111181/311111,4r4i6Ti111111111011.0101:4:110,:011011r,t,.. _ .41111111111111111111111111111111151111118BM Anisseis fv.Propowl /Wean.1,;4110 Moen Palk talief ran: 1 N (rill $ ... : • c..;tiv. • ...;-..1-c. CITY OF OVA LOCKA INGRAM PARK LANDSCAPING PROJECT SCHEDULE OF COSTS Ni,. Item Description ['nil I nit Qn:nint% I,n1.11 ('.,t I Tree Trimming EA. ' 300.00 2.0 600.00 Sod SQl. r 30 1 11,1.82 13.464.60 . —4. 3 ' Tree Transplant LA. 1200, 00 ; 2.0 2,4110.00 . ) 4 1 Queen Paint LA. 1 40C 00 10.0 4,000.00 . . New Tree.. LA 16000 120 , . ' 1 920 00 I , . 6 Irrigation , 1 s 1.0 I 10,000.00 — -1 Total '32,384.60 , i 0 0 Request for Proposal Ingram Park Lakefront City of Opa-locka Qp,-L.00s O '4, lc v.-, O p .1 I. 7) 0 - hhil IN 1 Pil 04 0 '4‘ if 116 pair". Air 00 RA sv 0 _ RFP No 10-0410100 REQUEST FOR PROPOSAL LANDSCAPING AND IRRIGATION SYSTEM AT INGRAM PARK LAKEFRONT CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054 Request for Proposal Ingram Park Lakefront Ocka CITY OF OPA-LOCKA * g Advertisement for Request for Proposals V-_-_,:_-- RFP NO: _10-0410100 LANDSCAPING & IRRIGATION SYSTEM AT INGRAM PARK LAKEFRONT Proposals for LANDSCAPE & IRRIGATION SYSTEM 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, Monday, October 4, 2010, 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 LANDSCAPE & IRRIGATION SYSTEM AT INGRAM PARK LAKEFRONT to the City of Opa-Locka. 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 LANDSCAPE & IRRIGATION SYSTEM 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: 1 0-041 01 00 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- 0410100 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 Dated: Published: 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 LANDSCAPE & IRRIGATION SYSTEM AT INGRAM PARK LAKEFRONT. 1-2. Proposal Submission and Withdrawal: The City must receive all proposals in a sealed envelope by Monday, October 4, 2010 at 1:00 PM. The proposals shall be submitted at the following address: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 41h Floor Opa-Locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO.— 10-0410100. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand-delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa- Locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 953-2800 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 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. 10-0410100 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 10-0410100. or give information as to the requirements of the RFP NO. in addition to what is contained in the written RFP NO. 10-0410100 document. Request for Proposal Ingram Park Lakefront 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 10-0410100. 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. 10-0410100 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. 10-0410100 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 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. NOW Request for Proposal Ingram Park Lakefront 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- 0410100 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. 10-0410100 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. 10-0410100 proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". Request for Proposal Ingram Park Lakefront 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. a 0 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 Landscaping and Irrigation at the Ingram Park Waterfront in the City of Opa-locka. The selected vendor will provide all, delivery, installation and other services for this project as further described below. GENERAL PROJECT DESCRIPTION: The City intends to landscape approximately one acre of green area at the park waterfront. Mainly this will include irrigation, placement of sod, tree removal and replacement, trimming and supply and planting of new trees. The selected vendor will work closely with other specialty contractors general contractor to co-ordinate activities for a timely completion. SCOPE OF WORK: Sodding The existing site will be stripped of the existing cover to remove all existing weeds and other unwanted vegetation. On completion of the irrigation system the selected vendor will treat the ground cover for weeds and unwanted vegetative growth and install Bahia sod. Installation of the sod will include importation of any required top soil and final grading if necessary, to achieve a level fertile surface. New fill added specifically as top soil shall be sandy and augmented as needed with fertilizer and other required additives. All sod delivered shall be mature with well established root system and shall be free of mutation and contamination. Special care must be taken to redefine the base of the bank at the water edge and prevent contamination of the lake. Due care must be taken to adhere to the best stormwater practices and avoid contamination of the lake. Tree Removal: The removal, transportation and re-planting of two existing oak trees from Ingram Park to Park at James Street and Washington Avenue. The replanted trees must be prepped for transplanting to ensure survival at new location. On removal of trees, site must be restored to match existing surrounding grade. Vendor is responsible for securing all licenses associated with transportation of the trees. Replacement of Queen Palms: Removal and disposal of 10 palm trees and replaced with Queen Palm trees as specified below. New palm trees shall have the following specifications : 20ft. to 24 ft. Overall Height 10 ft. Clear Trunk 10in. - 12in. Caliper 12ft. to 14 ft. Diameter Crown Request for Proposal Ingram Park Lakefront Tree Trimming Trim trees to remove unwanted vegetative growth and excessive overhanging branches. Trees should be pruned as required to create the appropriate tree spread and encourage new growth. The selected vendor must have the appropriate license for tree trimming. Vendor is responsible for disposal of all trimmed vegetation. Irrigation Provide new irrigation system to water the proposed renovated sod area. These new zones will be connected to the existing main irrigation at Ingram Park. An existing 3 "pipe stub with wires leading to the existing controller panel is already available for the extension. The contractor shall also coordinate with the existing manfucturer of the controller system what expansion module may be required for these extra irrigation zones at the waterfront. .Additionally,the irrigation system shall comply with all applicable codes and standards. Backflow preventor, isolation valves, filters, valve boxes, sleeves sprinkler heads and all other appurtenances shall all be selected for the existing field configuration in order to maximize performance and longevity of the system. New Trees Supply and install twelve (12) new cassias at locations to be determined on site. The trees are to be mature trees approximately 12 — 15 feet. WARRANTY: The vendor provides a warranty for all material provided under this agreement for a period up to six months after installation of irrigation system and sod and 12 months after installation of trees. 2-2 VENDOR'S QUALIFICATIONS, EXPERIENCE & REFERENCES: All Vendors submitting a proposal must have at least 5 years prior experience with asphalt work. 2-3 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. 2-4 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. 0 Request for Proposal Ingram Park Lakefront Vendor's Qualifications Provide brief one-page description of company's experience and qualifications. Prior Experience Surface Improvements Provide a project list illustrating relevant experience with similar type asphalt work. 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. An executed copy of the sheet labeled "Schedule of Costs shall be included with the proposal. 2-5 .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 ) EXPERIENCE The City will consider the proponent's past experience in undertaking similar construction projects in type, scope, and budget and complexity 20 pts (b) SCHEDULE The City will consider the Proponent's proposed project timeline inclusive of mobilization, construction schedule, milestones, closeout and completion 15pts (c) 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 The City will consider the proponent's complete submittal and all other relevant information to conduct the evaluation mentioned herein. For all requests for clarification please contact Mrs. Rose McKay at (305) 953- 2868 Request for Proposal Ingram Park Lakefront Ini X∎ ao o a/ CITY OF OPA LOCKA INGRAM PARK LANDSCAPING PROJECT SCHEDULE OF COSTS Item Description Unit Unit Rate Quantity "Total (5) Seal Coat SQFT 27,656 Asphalt walkway(5') SQFT 3330 Striping LF. Wheel Stops Ea. 2 Signs Ea. 2 TOTAL C 0 Request for Proposal Ingram Park Lakefront S 4's*4.9k 7 1 l aT k% t �y9 ti bCh J A �n p�l,r::'‘,.i.'c .v 3 lX�, � r. a tt ,,a c :Gf as b� : yf R;. .,`'r1!• 6 ryt x�4xitk s E yS "R� W,( +F i. ,. EXISTING WALKWAYS INGRAM PARK LAKEFRONT Request for Proposal Ingram Park Lakefront 4 y\ 3.i Ao s RFP NO. 10-0410100 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 CITY OF OPA-LOCKA pock ` , CERTIFICATION REGARDING DEBARMENT, SUSPENSION ff,w PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY �M1 1. The 'roposer 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 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. Request for Proposal Ingram Park Lakefront 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 0 Request for Proposal Ingram Park Lakefront CITY OF OPA-LOCKA tock y°PP � DRUG-FREE WORKPLACE CERTIFICATION FORM O lO�t 9, °s,' Vo�pow ao/ 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 o O 0 co co cc co N N Ni d' in- in- 0 O O O O in 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LD 0 0 0 ri 0 0 0 0 0 ct 0 0 O 0 0 0 0 0 0 0 0 0 d O m 0 0 0 00 4, N O O O O ul O O u 0 0 0 0 0 0 0 0 O G. in d ,-.4 0 o N. C o0 O O O O m 0 0 N co O e-1 0 0 0 0 I.r1 0 tD N N al N 0 CO O O LD In dt O 00 co d. m O O LD l0 N In O N 0 u1 O d' co O d' O 00 M c-I Ol m 00 l N ,-± CYl N O N Lf) O d c-1 Lf) E ri ,-I i-I 0 Q ri in i✓- V) t/} t/} tn. ih 1 VT th t/} to t� t/). -CO- t/} 0 0 0 0 o v1 0 0 0 0 0 0 0 o Ol o Lb 0 0 0 N 0 0 0 0 0 00 0 0 0 0 0 0 0 0 m In c-t LI) 0 0 . . Ni . . . . uo °i° oo °0 ° 0 "' OO °O N 0 00 00 00 N o o Cr 000 4,,, lD In m 0 CO N N m m lD In N 0 E of m r-i D ri w t/} to t/i t/} t/} to 1/1- t/- t/- to to t/? in- t/� in- t/- t/-I— N o LD co▪ 0 of i� d' ! e-1 ri IP 00 N rN-I cN-I c-1 00 O� N LD N c-I Li.) N d' d' N I— z 0 cc LL w 4 cc Q o_ N 2 00 V1 O Q °°v LOU)00 CC 4 r-I z 4- as u N C C v I.ri t6 c �* W 00 0 C a C o 15 on a 0 N o on n o C 3 m - c d, v a = m . ° __ `° o o aco co N c +, .17..0 m > +� E U 3 _ CO a _ .0 7 0 �r co c0 J-+ H 0 O 3 b0 — C Q E + in CO N 4-,, (0 c L •0 N 0 -0 ` O vl aL, O 0_ C IZ '� mC - a0, a 0 ° CC co v, Q m +, a J ° Y 0, U J J N f6 N (6 7 c c - v G) 0 u 0) v cv Co 00 0 a m 3 Q v Q m — r-1 O_ , O to f6 f, + cc C v, as .i Y Q N N bo c as c o ai rib o,, v .as a� CO c ° cu v E ° E N 3 .°IR'OA C7 m I- Z w in Q c c •� io a c } fa O C0 L U eta a0 = _ - s3 F- _ - -F3- +� - o c c +`° ° c o_ + C +`3 3 v ° +° t ° v `—° C ro O 3 > N an an O N N Vf Co an N of in N u, fl' In '� C N N C C C U N In I— - Z H H c Q cn a 'u.. r-I N m d' u1 LD N 00 O1 0 r-i N CO d' In LD N CO 01 0 s-I N CO d' U) r-I ri ri ci r-I ,-I c-i 1-1 e-I r-I N N N N N N