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