Loading...
HomeMy Public PortalAbout11-8239 Gomez and Son Fence Company Sponsored by: City Manager Resolution No. 11-8239 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO RATIFY THE ACTION OF THE CITY MANAGER IN GOMEZ & SON FENCE COMPANY TO CONSTRUCT FENCING AND PILE RAILING AT INGRAM PARK LAKEFRONT IN THE AMOUNT OF NINETEEN THOUSAND SEVEN HUNDRED AND TWENTY-TWO DOLLARS AND TWENTY TWO CENTS($19,722.22),PAYABLE FROM ACCOUNT 44-541811; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the deadline for expending the funds for the lakefront improvements at Ingram Park was April 30, 2011; and WHEREAS, RFP No. 10-1709130-03 was issued and contractor Williams Paving was awarded the contract (Resolution No. 11-8190) in the amount of $17,900, but was not able to complete within the specified time frame; and WHEREAS,the second lowest bidder Gomez &Son Fence Company was contacted and consented to perform the work as per the City's requirements; and WHEREAS,the City Commission of the City of Opa-locka desires to ratify the action of the City Manager in authorizing Gomez & Son Fence Company to complete the fencing and tile railing within the time frame. 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, approves and ratifies the City Manager's action in authorizing Gomez & Son Fence Company to complete Ingram Park Lakefront fencing and pile railing in the amount of$19,722.22, payable from Account No. 44- 541811. Resolution No. 11-8239 Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 8th DAY OF June,2011. YRAdAYLOR MAYOR Attest to: Approved as to form and legal suffi iency: OiL t ! L D '..rah S. by Jo .h'S. eller City Clerk C. , Atto ey Moved by: COMMISSIONER MILLER Seconded by: VICE MAYOR JOHNSON Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES G Aj � 9N/ Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus issiionnerr,, Gail Miller FROM: agiVen' ity Manager DATE: May 13,2011 RE: Ingram Park Lakefront—Fencing and Pile Railing Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA RATIFYING THE ACTION OF THE CITY MANAGER IN AUTHORIZING GOMEZ & SON FENCE COMPANY TO CONSTRUCT FENCING AND PILE RAILING AT INGRAM PARK LAKEFRONT IN THE AMOUNT OF NINETEEN THOUSAND SEVEN HUNDRED AND TWENTY TWO DOLLARS AND TWENTY TWO CENTS($19,722.22)PAYABLE FROM ACCOUNT 44-541811. Description: The City of Opa-locka received grant funds for lakefront improvements at Ingram Park. An RFP No. 10-1709130-03 was issued and Contractor Williams Paving was awarded the contract. Williams paving subsequently informed the City that it was not able to complete the contract within the specified time frame. The second lowest responsive bidder, Gomez & Son Fence Company was contacted and consented to perform the works as per the City requirements. It was necessary to move forward with this contractor given the imminent time frame for completion of April 30,2011 for completion of the project. Financial Impact: The original contract was awarded to Williams Paving in the amount of$17,900. Gomez &Son Fence Company submitted a bid for$20,650.The City negotiated a price with Gomez of$19,400. This represents a slighter higher price than the original bidder by$1,500. Additional permit fees to the City of$322.22 totaled the contract amount to$19,722.22. Implementation Time Line: The fence and pile railing contract is completed. Legislative History: Resolution 11-8190 Recommendation(s): Staff recommended approval. Analysis: The City has followed correct procurement procedure in awarding the contract to the lowest responsive bidder and then deferring to the second lowest bidder. Gomez& Son Fence price was comparable and within industry standards. ATTACHMENT(S): 1. Certification of Proposal 2. Email confirming revised price 3. Resolution 11-8190 4. Photos PREPARED BY: Judeen Johnson olgsvroifi • 4 Tam " by a� k 1 , ti a >� Photo 1. Pile Railing Ofalqk Kr Photo 2.Wooden Fence under construction 0 . 62e2c:146CtRA • ta gpkotaki, DATE- October 22, 2010 Dr. Ezekiel Orli, Finance Director/Assistant City Manager FR Rose A. McKay, Purchasing Officer RE RFP's FOR INGRAM PARK LAKEFRONT Or Orji, The Evaluation Committee for the Ingram Park Lakefront makes the following recommendations for the most responsive venders for completion of this project. PARKING LOT RFP NO. 10.1709130-01 Four (4)venders 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: 10-170913002 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 • CITY OF OPA-LOCKA CERTIFICATION OF PROPOSALS RECEIVED REQUEST FOR PROPOSALS (RFP)NO. 10-1709130-03 FENCING, WOOD PILES AND RAILING AT INGRAM PARK LAKEFRONT L Deborah S.Irby,City Clerk of the City of Opa4ocka,Florida,do hereby certify that according to the provisions of Sec.2-320.1 of the City's Code of Ordinances,sealed proposal(s)were opened at the Ofnce of the City Clerk, 780 Fisherman Street, 4* floor, Opa-locka, Florida, at 1:45 p.m. this If!day of September, 2010. PROPOSAL(S) RECEIVED Name of Company Total Gomez& Son Fence Company $ 10,100.00 10805 NW 22 Street $ 10,550.00-Option 1 Miami, FL 33172 Contact: Caridad Gomez,Owner/President Tele: 305-471-8922 Fax: 305-471-8925 FL Const., Inc. S 18,402(4) 3600 S. State Road 7 (441) S 8,100.00- Option 1 Suite 211 Miramar, FL 33023 Contact: Lennox Charles, President • Tele: 305-249-4601 Cell: 786-285-4319 Fax: 305-654-9851 Website: www,tionqint- ,Tirn Williams Paving Co., Inc. $ 12,900.00 11300 NW South River Drive S 5,000.00 Option 1 Medley, FL 33178 Contact:Alan B.Rodriguez, VP Tele: 305-882-1950 Fax: 305482-1966 Email: arodriauez@volliamspaviri_g.com Fleming Executive Group,Inc. $ 18,300.00 5629 SW 19 Street Option I - No Bid Hollywood* FL 33023 Contact: Keith Fleming, President Tele: 786-295-0639 Fax: 954-374-7276 1'further certify that sealed proposals submitted were properly opened in my presence and also the following: ( Judeen N. Johnson From: egomezfencet gmail.com on behalf of Erick Gomez legomez@gornezfence.conn} Sent: Friday. March 18. 2011 4:00 PM To: wudeen N. Johnson Subject: revised proposal Ingram Park Good Afternoon Ladies. As of this time atter careful review and petitioning better price from our suppliers to meet the demand for sour budget at this project ( Ingrain Park ) We were able divide evenly the costs for construction at S9.700.00 per project. "l Ness are the very lowest prices we could come too. We look forward to serving.: you, in the mean time should you have any questions please feel free to contact me on my mobile at 305,525.22-18. Regards, Frick Gomez 1 ricer Gomet General Manager Gomez Son Feiice 10505 \\\ 22 Street \Hall. FL. 331:77 -;0- ,71_yi)22 0111ce ;Il;-- 7l-S°'5 Fa\ egomezt(L niome?.fcnee_com 0 C Judeen N. Johnson From: egomezfence @gmail.com on behalf of Erick Gomez (egomez @gomezfence.com] Sent: Friday. March 18, 2011 4:00 PM To: Judeen N. Johnson Subject: revised proposal Ingram Park Good Afternoon Ladies. • As of this time after careful review and petitioning better price from our suppliers to meet the demand for your budget at this project ( Ingram Park ) We were able divide evenly the costs for construction at $9,700.00 per project. Thess are the very lowest prices we could come too. We look forward to serving you, in the mean time should you have any questions please feel free to contact me on my mobile at 305.525.2248. Regards, Erick Gomez Erick Gomez General Manager Gomez & Son Fence 10805 NW 22 Street Miami, FL. 33172 305-471-8922 Office 305-471-8925 Fax egornez@gomezfence.com • t Sponsored by: City Manager Resolution No. 11-8199 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE (Try MANAGER TO ENTER INTO AN AGREEMENT • WITH WILLIAMS PAVING CO. INC. FOR CONSTRUCTION OF FENCING AND WOOD PILE RAILING AS PART OF THE INGRAM PARK LAKEFRONT IMPROVEMENT PROJECT, IN - AN AMOUNT NOT TO EXCEED SEVENTEEN THOUSAND, NINE HUNDRED DOLLARS ($17,900.00), 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 Honda Recreational Development Assistant Program (FRDAP) for lakefront improvements at Ingram Park: and WHEREAS, part of the improvements to the lakefront area will include upgraded security and controlled access, which would enhance the area and at the same time provide protection for the aquatic life of the area: and WHEREAS. the .fencing is part of the overall scope of improvements to the lakefront, which is used for fishing and other recreational activities: and WHF.REAS,competitive bids were submitted through RIP No. 10-1707130-03; and WHEREAS, Williams Paving Co., Inc., was deemed by the staff evaluators to be the most responsive bidder in response to the RIP NOW, THEREFORE, BE fl 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. 0 0 . . Resolution No. 11-8190 Section 2. The City Commission of the City of Opa-lncka hereby determines that Williams Paving Co. Inc is the most responsive bidder in response to the REP, and authorizes the City Manager to enter into a contract with William Paving Co., Inc., in substantially the form attached hereto. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 23"i DAY OF/February,4431. L L 2 ,RvrAYLOR MAYOR Attest to Debodh §(Irby City Cler Approved & •o form and le:: fficieney: i 1 : . J.--usi. I. . .1, tier C Atto-ney Moved by: CONLMISS1ONE,R HOE., Seconded by: VICE MAYOR JOHNSO Commission Vote: 3-0 • Commissioner Holmes: YES • Commissioner Miller! NOT PRESENT Commissioner Tydus: OUT OF ROOM Vice-Mayor Johnson: YES Mayor Taylor: YES • • • 0 4 , v., Memorandum TO: Mayor Myra L Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus Conimissionet ail Miller 044 FROM: tiaranton,City Marla t r DATE: February 10, 2011 RE: Ingram Park Lakefront Improvements-Fencing 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 PAN 1NG CO. INC. FOR CONSTRUCTION OF FENCING AND WOOD PILE RAILING AS PART OF THE INGRAM PARK LAKEFRONT IMPROVEMENT PROJECT LT' THE AMOUNT NOT TO EXCEED SEVENTEEN THOUSAND, NINE HUNDRED DOLLARS ($17,900.00) 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. Part of the improvements to the lake area will include security and controlled acce.ss. The improvements will enhance the area at the same time provide protection for the aquatic life of the area. Financial Impact: The Cit:, of Opa-locka received grant funds from the Florida Recreational Development Assistant Program tERDAP) m the amount of one hundred and one thousand, seven hundred and eight dollars ($101.708i payable from account 4.4-541815. The fencing is part of the overall scope for improvements to the lakefront. Implementation 'Timeline: The final completion date to expend the hinds under this grant is April 15. 201), Legislative History: None lteconunendationis): Staff recommends Williams Paving Co. Inc. based on evaluation of competitive bids submitted through RFP No, 10-1707130-03 Analysis: Williams Paving Co. Inc was deemed to be the must responsive bidder selected from a panel of four evaluators. Attachments: 1)RFP No. 10-17071i0-03 2)Evaluation Summary 3)Agrcement PREPARED BY: Judeen Johnson,Project/Utilities Engineer END 1W MEMORANDUM 0 o� t• ()rt f efts 0! .4a )11 PAcq:AcK, �Q4 fly f• ° 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 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 RENOVAFIONS 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. Gomel & 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 0 0 EVALUATION SUMMARY TALLY FENCE AT INGRAM PARK LAKEFRONT RFP NO: 10-1709130-03 ..,_ _ 1 • i - -- GOMIZ 1 FLORIDA ' WILLIAMS FLEMING- - - PRICE - 65 RIS r—C-HA-R-MAI-N-E 4—-4-0- 45 65 I 46 i____ 1 JUDEEN 1.. 40 45 65 i 46 FERNAND , 40 45 i 65 46 r---- , HOWARD ; 40 t. 45 65 46 TOTAL 1 160 1 180 260 184 [-- .._ .,.....____ , EXPERIENCE-20 i PTS , CHARMAINE [ 17 , 0 18 1 15 -0 FERNAND 20 10 20 I 0 i t---- . . 1 HOWARD is 0 20 15 I i ._...i TOTAL 67 ' 10 ' 68 --:4- -i-- i- , I SCHEDULE- 15 PTS _ .........1 '---- CHARMAINE 0 0 0 ' 14 _ I I JUDEEN 0 0 0 12 I ' FERNAND 0 i 0 0 , 15 0 0 HOWARD , 1 0 ' , , - 4 TOTAL . 0 . 0 0 41 GRAND TOTAL , 227 ' 190 328 255 _J. _ . .. O� P ftr pi 4. This is an agreement dated the day of 201 1 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. 10-1709130-03 for Request for Proposal for Fencing, Wood Piles and Railing 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$17,900.1)0 3, The estimate is put forth in grid faith as we understand the pecifications provided toms 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 atoms to satisfactorily perform and complete all work within 30 days of issuance of a Notice to Proceed by the Cits'. S. Any plans,yentas,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 andlor unit prices in additior to this estimate. All eli.anges to the scope+xf work or specificatmnr roust Fe in writing and approved tlrr City 7. PAYMENT TERMS: Net 30 days. t`ON1'R At: 1 t fR Will add::late charge of 1.50i per tnw nth on past due account balances.. 13. CONTRACTOR agrees to hold all insurance and license requirements as outlined in the document entitled "City of Opa-Locka RFP No. 10-1709130-03 . Request for Proposal for Fencing. Wood Piles and Railing at Ingram Park Lakefront in Sections 1-12 and 1-13. CONTRACTOR CITY Williams Paving Co., Inc. City of Opa-Locka 11300 NV South River Drive 780 Fisherman St. Medley,Ft 33178 Opa-Locka, FL 33054 Signature Signature Print NAM Print Name Date Date 0 Hequcst fot Ptopr nl bgram Pkrk 4akcfron+ City of Opa-Iocka CAr o ,,,,,44 %I up... am „ jor , ,., tk • ,it r 1 .. „.4 ,:, ... -, • ..... • 0 °V - k0 Q ,RAIo RFP No. 10-1709130-03 REQUEST FOR PROPOSAL FENCING, WOOD PILES & RAILING AT INGRAM PARK LAKEFRONT CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA,FLORIDA 33054 0 Rettuva for Propmal Ingram Part Lakrfroce CITY OF OPA-LOCKA Advertisement for Request for Proposals RFP NO: 10-1709130-03 FENCING, WOOD PILES & RAILING AT INGRAM PARK LAKEFRONT Proposals for FENCING, WOOD PILES & RAILING AT INGRAM PARK LAKEFRONT will be received by the City of Opa-Locka at the Office of the City Clerk, 780 Fisherman Street, e Floor, Opa-Locka, Florida 33054, FRIDAY SEPTEMBER 17. 2010. Any proposals received after tne designated closing time wall be returned unopened. The purpose of this Request for Proposals is to seek assistance of a qualified protessional contractor tc provide FENCING, WOOD PILES & RAILING 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 (Si copies of the proposal shall be submitted n sealed envelopes;packages addressed to Deborah S. Irby City Clerk. City of Opa- oocka, Florida, and marked FENCING, WOOD PILES & RAILING 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, 4"' Floor, Opa-tocka, Florida 33054, Telephone (305) 953-2800 or copies cf the RFP NO: 10- 709130-03 requirements may also be obtained by risiting the City's website at www.epaiockaflogov, (click "RFC) /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- 1709130-03 requirements. Proposers may not withdraw their proposal for a period cf ninety (90) days from the date set for the opening thereof. Deborah S. Irby City Clerk 0 RequeA for r4rpumil Ingram Park Lakeiroar 1-1. Introduction: The City of Opa-Locka is requesting proposals from qualified contractors to provide for the City of Opa Locka's FENCING, WOOD PILES & RAILING 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. The proposals shall be submitted at the following address: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locke, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 10-1709130-03. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writ;ng 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 oautons 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- Locke. 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 Prcposers 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 deliver/. US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall he liable for any expenses incurred in connection with preparaton 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: Interesteo 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 he 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 REP NO. 10-1709130-03 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 10-1709130-03. or give infermation as to the requirements of the RFP NO. in addition to what is contained in the written RFP NO. 10-1709130-03 document. 0 Ropes!for Propcksai • 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 10-1709130-03. 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. 10-1709130-03 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 approprate level of authority within the City and executed by all parties. The City reserves the right to reject all proposals, to abandon the project andlor to solicit and re-advertise for other proposals. 1-8. Contractual Agreement: This RFP NO. 10-1709130-03 shall be ;ncluded 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 Florica. 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 'publ4 records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invcke 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 • KequesI for Proposal Ingram Park I.:Action( 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- 1709130-03 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 ind vidual, must be fully licensed and certified in the State of Florida at the time of PFP NO. 10-1709130-03 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 (corrently $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. 10-1709130-03 proposal forrrs, Proposer attests that they have not been placed on the "Convicted Vendor List". 0 Requcxt he Pzoixtia. Ingram Psri Lakcfrc i 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 Slate 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 it 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 wnrk. 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 scheauled 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 cr 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 oe 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. 0 Roque.44 for Propo&41 Iagrarn Park Lakefront 2-1. NATURE OF SERVICES REQUIRED INTRODUCTION: The City of Opa-Iocka is soilciting proposals from qualified companies to provide quotations for installation of a wood fence ,wood piles & railing at the Ingram Park Lakefront in the City of Opa-locka. The selected vendor will provide all, delivery, installation and other services for this project as turtrer described below. 2-2. GENERAL PROJECT DESCRIPTION: The City intends to upgrade the Ingram Park Lakefront. The project contains several elements of access control to the lakefront area. The selected vendor will work alongside other vendors without creating damage to or impact their work progress. SCOPE OF WORK: Wood Fence Provide and instali 450 linear feet ot wood fence and two access gates as detailed in the attached conceptual drawings. The new fence shall be installed and painted to match the existing on the east end of the parking lot. All wood shall be southern yellow pine - grade 1 - pre treated with moisture content not to exceed 19%. Wood posts shall be embedded in concrete footing to a minimum of 24 inches (see detail). All hardware shall be hot dip galvanized. Bolts shall be carriage bolts with domed head for park users safety. Joints shall be secured and provide rigidity to the fence. Top of fence must be level and follow same alignment of east side of parking lot. Provide two (2) 4 feet wide personai gates with safety latch and auto closing device. In addition, provide one (1) 12' steel swing arm gate and color to be traffc yellow (see gate details ).On completion of work, the site must be restored to original condition including backfill of holes, removal and disposal of excavated material and restoration of surface if applicable. Wood Piles and Railing Provide and install new wood piles and approximately 72 linear feet of wood railing at peninsular area next to proposed pavilion. All w000 railing shall be southern pine - grade 1- pre treated with moisture content not to exceed 19%. 12" round wood piles shall be southern pine marine grade and treated with creosote for all exposed parts (cutoff) as applicable. Piles should be driven to 10' below water level and heads shall be used to avoid damages. All hardware shall be hot dip galvanized. Bolts shall be carriage bolts with domed head for park users safety. Refer to attached drawings for details. WARRANTY: The vendor provides a warranty for all material provided under this agreement for a period up to six months. • Request fu Proposal Ingram Park Lakefront 2-3. VENDOR'S QUALIFICATIONS, EXPERIENCE & REFERENCES: All Vendors submitting a proposal must have at least 5 years prior experience with similar type fencing. 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. 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 Provide a project list illustrating relevant experience with installation and/or renovation of fence, in particular wood fences, railing and wood piles. 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. The line item for Wood piles/Railings labeled as Option 1 must be completed as indicated. 0 Reqtleks fot Ptoposal Ingrain Park Laktfr 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. For all requests for clarification please contact Mrs Rose McKay at (305) 953- 2868 • • 0 Requat for fltwkwil trig=Patt Lakeftrxii (2. !■• 1° .1....ye ."1.‘ .41 CITY OF OPA LOCKA INGRAM PARK FENCINWRAILING & WOOD PILES SCHEDULE OF COSTS item oc,cription I ;ilit Ulla Rate Quantil■ I oial (s) Wood Fen _:5(1 -4- 2 Personal Gate Swing Arm Gate EA TOTAL $ Option I --WOOD PILES/RA (refer to drawing ,Vote:provide a separate price above to install "Wood piles and railings" at new pavilion area as an optional work. 0 0 Request for Proposal Ingram Park L kefrum INGRAIN PARK LAKEFRONT FENCING V , . ir.-»"'.�.-..,._. -- '. A .fit •m .�„ ". 111' • •. ` r, r 0 0 Request for tai frquitni Park hkeflont a • dt 04,-4 REP NO. 10-1709130-03 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 f ; Individual ( 3. If Corporation, state Date of Incorporation: _w. .__.._..._. 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 icontinuous) 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. C 4 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION jc;v� :;: 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 tor, 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 0 Request for Proposal Ingram Park Lakthoi a 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 0 Rrgoem for Proposal Ingram Park Lakefront CiTY OF OPA-LOCKA DRUG-FREE WORKPLACE CERTIFICATION FORM '.\1`.:""Ycits�. 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 iTitle/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 (t)through (6) above. .. -. �..-.�.—_.._ . oate___._^_._-..._.___ Signature _ ° .. 0�_� |NC:KAK8 PARK LAKEFHDNO|MATE _ ____- --_ _____ Item Unit Amount ,_-__�' _____� ^_ Fencing ---^ ----------'-- ------ I Wood r:encp Budget$}%. $15.29/11�1�.Z� � 449 $ 18.00_r $ 2'.Swing gate aluminum4''O^ |s $ 600O0 $----- 6[0.0U _ �36wingGaUs1Z. O" Is '--- -- 4 Install B enc h es .. 7 5 500.00 $ 3.S80�O0 ' _ 5 Install Trash receptacles 4 $ 350.00 � l.40O.8� . Pavilion -----_. - , ' . b |n$aUNevvPavUionaUommoce |� � �,,O0D.OU $ l9'0OO�N) -_____ 7 Concrete Slab 217 5 I85 5 835.45 ' 8 Repair Pavilion — 1 $ 3,800.00 5 3'800.00 9 Install Electrical Lighting Budget 12 � '30.00 �__ 8,400.00 _,_ lU Install Si a�e S -�� 275.00 $ 1'375.00 . Landscaping , , 1 11 Sod Removal 44882 5 2,000.00 l2 �VdH U -- ^__, Hauling ____ __ __~_ b $ 1.008�D0 13 Transplant Trees 2 5 ]O6.0D $ �100) ____ 14 Install 12 $ 3OUO0 5 3,600.00 �_--___-_ -_ 16Ncwquecnpa|m�2O' 24' �Nnvmance 12 600.00 � 7,200.00 _ - 16 Tree Tdmming(AUowo�ce) 1 $ 500.00 5 500.00 � ____________________ 17 Installation Sod Budget 44882 5 10'00000 18 Tree Removal(Palms) 10 $ 275.00 5 2,750.00 -- --- I�staU�nriBa�|mn --'---- - ----- ------ ---`-------- ------------- 19 |ngoUoevvr,u8aton 44882 Is $ 15000.00 � . Asphalt -- -Asphalt -$20 365 4 1460 � 039 $ S69�O 22 Installation Asphalt Walkway 18501f--� ' $ 2.50 $ 9,076I0 . 22 Seal Coat Parking Lot 27656 5 [}16 $ 23 Replace Whee 5\ops ________ . _ _______ Z $ 45.50 $ 91.00 ---1 striping parking stalls 67 $ 10.00 $ 670.00 25 final Cleaning lump sum allowance 1,000.00--- - . ------` T -- -- ----- - T - ------' ' $ 1O5,482�1- . i . _ ~