HomeMy Public PortalAbout11-8242 Repair Existing Sidewalks and Construct New Sidewalks Sponsored by: City Manager
Resolution No. 11-8242
RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA LOCKA, FLORIDA TO AUTHORIZE THE CITY
MANAGER TO SEEK PROPOSALS FROM QUALIFIED
CONTRACTORS TO REMOVE AND/OR REPAIR
EXISTING SIDEWALKS, AND CONSTRUCT NEW
SIDEWALKS WITHIN THE CITY ON A WORK ORDER
BASIS TO BE PAID FROM PTP FUNDS, ACCOUNT
NUMBER 47-541630;PROVIDING FOR INCORPORATION
OF RECITALS; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the City Commission of the City of Opa-locka desires to repair and construct
19 miles of sidewalk within the City Limits; and.
WHEREAS, the Public Works Department has been conducting repairs at a rate of
approximately 1000 linear feet annually; however, the City of Opa-locka deems it to be more
effective to outsource the repairs; and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to seek a Request for Proposals from qualified contractors to construct new sidewalks and
remove and/or repair existing sidewalks.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA:
Section 1. The recitals to the preamble hereby incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby directs and authorizes the
City Manager to advertise a Request for Proposals from qualified contractors to construct new
sidewalks and/or remove and repair existing sidewalks within the City limits of Opa-locka, on a
work order basis, to be paid from the PTP Funds, Account Number 47-541630.
Section 3. This resolution shall take effect immediately upon adoption.
Resolution No. 11-8242
PASSED AND ADOPTED THIS 8th DAY OF Tune,2011.
/
MYR, TAYLOR
IAYOR
Attest to: l Approved as to form and legal su iciency:
•
Deborah S. by J* e . eller
City Clerk ;ity At r s rney
Moved by: COMMISSIONER MILLER
Seconded by: COMMISSIONER HOLMES
Commission Vote: 4-1
Commissioner Holmes: YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: NO
Mayor Taylor: YES
/OQ LOC�q,,
iQ
i0 \
u 2 l
Memorandum
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Rose Tydus
C issioner Gail Miller
FROM: laranc aP tterson City Manager
DATE: May 19,2011
RE: City Wide Sidewalk Project
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,
FLORIDA REQUESTING APPROVAL FOR THE CITY MANAGER TO SEEK PROPOSALS
FROM QUALIFIED CONTRACTORS TO REMOVE AND REPAIR EXISTING AND
CONSTRUCT NEW SIDEWALKS WITHIN THE CITY ON A WORK ORDER BASIS TO BE PAID
FOR FROM PTP FUNDS ACCOUNT NUMBER 47-541630.
Description:
A survey of all sidewalks in the City has revealed the need to repair/construct approximately 19 miles of
sidewalks within the City limits. Previously the city has performed this task in-house utilizing the Public
Works Department Building Division. The PWD has been conducting repairs at the rate of approximately
1000LF annually. Considering the deplorable condition of several of the existing sidewalks and the demand
for sidewalks in new areas it is more effective to outsource this activity.
Account Number: PTP funds,Account Number 47-541630.
Financial Impact: This project is part of the approved capital projects list for FY 2011 and will be paid for
from PTP funds.
Implementation Time Line: It is in the City's best interest to secure a vendor as soon as possible.
Legislative History: None
Recommendation(s): Given the limited capacity of Public Works Department from a resource standpoint to
construct the sidewalks, it is highly desirable to have an independent contractor perform this work.
Analysis: It is common practice to have time consuming tasks such as the construction of sidewalks to be
tendered to competent vendors. Whereas the City is capable of performing this task, the rate at which a
specialized vendor is able to complete the works surpasses the effectiveness of the City's current work force.
ATTACHMENT(S):
1. Request For Qualifications
Prepared by Judeen Johnson
OQp-LOCk4,
4f O 0
0.
-.0RA-0°
RFP NO: 11-XXXXXXX
REQUEST FOR PROPOSAL
CITYWIDE SIDEWALK PROJECTS
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA,FLORIDA 33054
j�0 pPp ���q,\ CITY OF OPA-LOCKA
C0\
Advertisement for Request for Proposals
ORA RFP NO: 11-xXXXXXX
CITYWIDE SIDEWALK REHABILITATION AND CONSTRUCTION
Proposals for Citywide Sidewalk Rehabilitation and Construction 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,
XXXXxxxxx,2011 by 1:00 p.m. Any proposals received after the designated closing time will be
returned unopened.
The purpose of this Request for Proposals is to seek service of a qualified professional contractor to
provide construction services to the City of Opa-Locka for the repair and/or replacement and
construction of sidewalk throughout the City.
An original and five (5) copies a total of six(6) plus 1 copy of the proposal on CD's in PDF format of
the proposal shall be submitted in sealed envelopes/packages addressed to Deborah S. Irby,City
Clerk, City of Opa-Locka,Florida,and marked Citywide Sidewalk Rehabilitation and
Construction.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: 11-XXXXXXX 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: 11-XXXXXXX 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:
000200-1
1.INTRODUCTION
1.1. PURPOSE AND GENERAL INFORMATION
The City of Opa-Locka is requesting responses to this Request for Proposal (RFP) to enter into a
contract with sidewalk repair contractor(s) to provide sidewalk repair and replacement services
for the City of Opa-locka.
A copy of this RFP can be obtained from the City of Opa-Locka website at www.opalockafl.gov until
the expiration date of this solicitation.It is incumbent upon the Respondent to check the website for
additional information and/or addendums. Copies of this RFP can also be obtained from the
Purchasing Officer at City of Opa-locka, 780 Fisherman Street, Opa-Locka, FL 33054. If you have
any questions, please call the contact identified below as it relates to your concern. Written
questions regarding the substance of the RFP or scope of services must be submitted via e-mail to
the City of Opa-Locka contact listed prior to the deadline indicated below.
Responses are due prior to the deadline indicated above and must be delivered or mailed to the City
of Opa-Locka City Clerk's Office located at 780 Fisherman St. Opa-Locka Fl 33054. Late responses
will not be accepted-NO EXCEPTIONS.
1.2. DEFINITIONS
In this RFP the following definitions shall apply:
"City" means the City of Opa-locka;
"City Representative"has the meaning set out in section 2.2;
"City Website"means www.Opa-lockafl.gov
"Closing Time"has the meaning set out in section 2;
"Contract" means a formal written contract between the City and a Preferred Proponent to
undertake the Services,the preferred form of which is attached as Schedule B;
"Evaluation Team"means the team appointed by the City;
"Information Meeting"has the meaning set out in section 2.1;
"Preferred Proponent(s)" means the Proponent(s) selected by the Evaluation Team to enter into
negotiations for a Contract;
"Proponent" means an entity that submits a Proposal;
"Proposal"means a proposal submitted in response to this RFP;
"RFP" means this Request for Proposals;
Page I 2
"Services" has the meaning of any and all construction and administration work necessary to
complete this project
"Site"means the place or places where the Services are to be performed; and
2. PROPOSAL SCHEDULE
Closing Time and Address For Proposal Delivery
Proposals must be received by the office of:
Office of the City Clerk
780 Fisherman 4Th Floor
Opa-locka,Florida 33054
CONFIDENTIAL-DO NOT OPEN
Proposal Closing Date&Time: at 1:00 P.M. (local time).
Submissions by fax[or email] will not be accepted.
2.1. INFORMATION MEETING
3.An information meeting (pre-proposal meeting) will be hosted by the City Representative to discuss the
City's requirements under this RFQ (the "Information Meeting") on xxxxxxxxx, 2011 at 10:00 A.M. at
City Hall, 780 Fisherman Street, second Floor, Opa-Locka Florida 33054. Attendance is mandatory for all
Proponents; any proposal received that was not represented during the Information Meeting shall be
disqualified.
LATE PROPOSALS
Proposals received after the Closing Time will not be accepted or considered. Delays caused by any
delivery,courier or mail service(s) will not be grounds for an extension of the Closing Time.
2.2. AMENDMENTS TO PROPOSALS
Proposals may be revised by written amendment,delivered to the location set out above,at any time before
the Closing Time but not after. An amendment must be signed by an authorized signator of the Proponent in
the same manner as provided in the original proposals.
All inquiries related to this RFP should be directed in writing,via fax or e-mail to the person named below
(the "City Representative"). Information obtained from any person or source other than the City
Representative may not be relied upon.
City Representative: Ms. Rose Mc Kay
Page 13
Phone: 305 953 2826 ext 1307
Fax: 305 953 2900
Email: rmckay @opalockafl.gov
Inquiries should be made no later than 7 days before Closing Time. The City reserves the right not to
respond to inquiries made within 7 days of the Closing Time. Inquiries and responses will be recorded and
may be distributed to all Proponents at the discretion of the City.
Proponents finding discrepancies or omissions in the Contract or RFP, or having doubts as to the meaning
or intent of any provision,should immediately notify the City Representative. If the City determines that an
amendment is required to this RFP, the City Representative will issue an addendum in accordance with
section 2.3. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any
Proponent.
2.3. ADDENDA
If the City determines that an amendment is required to this RFP, the City Representative will post a
written addendum on the City Website at http://www.Opa-lockafl.gov (the "City Website") and upon
posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is effective unless it
is posted in a formal written addendum on the City Website. Upon submitting a Proposal, Proponents will
be deemed to have received notice of all addenda that are posted on the City Website.
2.4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
Proponents will be deemed to have carefully examined the RFP, including all attached Schedules, the
Contract and the Site (as applicable) prior to preparing and submitting a Proposal with respect to any and
all facts which may influence a Proposal.
2.5. STATUS INQUIRIES
All inquiries related to the status of this RFP,including whether or not a Contract has been awarded,should
be directed to the City Website and not to the City Representative.
3. PROPOSAL SUBMISSION FORM AND CONTENTS
3.1. PACKAGE
Proposals should be in a sealed package, marked on the outside with the Proponent's name, title of the
Project and reference number.
3.2. FORM OF PROPOSAL
Proponents should complete the form of Proposal attached as Schedule A. Proponents are encouraged to
use the form provided and attach additional pages as necessary. Proponents should also provide the
requested information as listed in Section 4(b) as part of the proposal.
3.3. SIGNATURE
The legal name of the person or firm submitting the Proposal should be inserted in Schedule A. The
Proposal should be signed by a person authorized to sign on behalf of the Proponent and include the
following:
Page I 4
(a) If the Proponent is a corporation then the full name of the corporation should be included, together
with the names of authorized signatories. The Proposal should be executed by all of the authorized
signatories or by one or more of them provided that a copy of the corporate resolution authorizing those
persons to execute the Proposal on behalf of the corporation is submitted;
(b) If the Proponent is a partnership or joint venture then the name of the partnership or joint venture
and the name of each partner or joint venturer should be included, and each partner or joint venturer
should sign personally (or, if one or more person(s) have signing authority for the partnership or joint
venture, the partnership or joint venture should provide evidence to the satisfaction of the City that the
person(s) signing have signing authority for the partnership or joint venture). If a partner or joint venturer
is a corporation then such corporation should sign as indicated in subsection (a) above; or
(c) If the Proponent is an individual, including a sole proprietorship,the name of the individual should
be included.
4. EVALUATION AND SELECTION
4.1. EVALUATION TEAM
The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation Team. The
Evaluation Team may consult with others including City staff members, third party consultants and
references, as the Evaluation Team may in its discretion decide is required. The Evaluation Team will give
a written recommendation for the selection of a Preferred Proponent or Preferred Proponent(s)to the City.
Proposal(s) that satisfy the minimum requirements will be scored as follows:
Letter of Introduction 5 points
Price Proposal 65 points
References 15 points
Local Preference Firm(s) 15 points
4.2. EVALUATION CRITERIA
The Evaluation Team will compare and evaluate all Proposals to determine the Proponent's strength and
ability to provide the Services 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.
(b) EXPERIENCE
The City will consider the proponent's past experience in undertaking similar projects in type, scope, and
budget.
At a minimum,the proposal should contain the following information:
• Business Organization-State the full name,address,phone number and fax number of your
business and whether you operate as an individual,partnership,or corporation. Also indicate if
you are a female or minority owned and/or operated business.
Page I 5
• List of business's experience with federal, state or municipal programs pertaining to sidewalk
replacement. If applicable, also identify other services performed for federal, state or municipal
programs.
• Fee Schedule - Please state your standard fee schedule according to the standard formats of
compensation.
• Proof of appropriate state certifications - Provide proof that you are licensed to operate in
Florida and are lead certified.
• Management Summary- Include a brief narrative description of the proposed services that will be
delivered and the equipment available to perform the services.
• Qualifications - Please indicate completed projects of similar nature. Also indicate a contact
person for each reference cited.
• References - References from at least two (2) clients preferably municipalities for whom your
company has completed sidewalk repair services within the last two (2) years. The references
should include the name, address and telephone number of a contact person for each reference
cited.
• List of firm's insurance policies, the insurer, policy numbers and amount pertaining to required
services,including policies for sidewalk replacement services.
(c) Local work force participation
The Evaluation Team will consider the Proponent's organization ability to implement initiatives in
compliance with section 3 Federal requirements for local employment, training and contracts with project
area businesses.In addition preference will be given to local Opa-Locka firm(s).
FINANCIAL ABILITY AND RESOURCES
The Evaluation Team will consider the Proponent's organization financial ability and resources to carry out
the project.
The Evaluation Team will not be limited to the criteria referred to above, and the Evaluation Team may
consider other criteria that the team identifies as relevant during the evaluation process. The Evaluation
Team may apply the evaluation criteria on a comparative basis,evaluating the Proposals by comparing one
Proponent's Proposal to another Proponent's Proposal. All criteria considered will be applied evenly and
fairly to all Proposals.
4.3. LITIGATION
In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a Proposal if
the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been engaged
directly or indirectly in a legal action against the City, its elected or appointed officers, representatives or
employees in relation to any matter.
In determining whether or not to reject a Proposal under this section, the City will consider whether the
litigation is likely to affect the Proponent's ability to work with the City, its consultants and representatives
and whether the City's experience with the Proponent indicates that there is a risk the City will incur
increased staff and legal costs in the administration of the Contract if it is awarded to the Proponent.
4.4. ADDITIONAL INFORMATION
The Evaluation Team may, at its discretion, request clarifications or additional information from a
Proponent with respect to any Proposal,and the Evaluation Team may make such requests to only selected
Page 16
Proponents. The Evaluation Team may consider such clarifications or additional information in evaluating
a Proposal.
4.5. NEGOTIATION OF CONTRACT AND AWARD
If the City selects a Preferred Proponent or Preferred Proponents,then it may:
(a) Enter into a Contract with the Preferred Proponent(s); or
(b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues and
attempt to finalize the terms of the Contract(s), including financial terms. If discussions are successful, the
City and the Preferred Proponent(s)will finalize the Contract(s); or
(c) if at any time the City reasonably forms the opinion that a mutually acceptable agreement is not
likely to be reached within a reasonable time, give the Preferred Proponent(s) written notice to terminate
discussions,in which event the City may then either open discussions with another Proponent or terminate
this RFP and retain or obtain the Services in some other manner.
The City is under no obligation to accept any Proposal submitted. The City reserves the right in its sole
discretion to waive informalities in, or reject any or all Proposals, or to accept any Proposal deemed most
favorable in the interest of the City, or cancel the competition at any time without award. Thereafter, the
City may issue a new Invitation/Request,sole source or do nothing.
All costs incurred in the preparation and presentation of the proposal shall be wholly absorbed by the
contractor. All supporting documentation and manuals submitted with this proposal will become the
property of the City of Opa-Locka unless otherwise requested by the contractor at the time of submission.
5. GENERAL CONDITIONS
5.1. NO CITY OBLIGATION
This RFP is not a tender and does not commit the City in any way to select a Preferred Proponent, or to
proceed to negotiations for a Contract,or to award any Contract,and the City reserves the complete right to
at any time reject all Proposals,and to terminate this RFP process.
5.2. PROPONENTS'EXPENSES
Proponents are solely responsible for their own expenses in preparing, and submitting Proposals, and for
any meetings,negotiations or discussions with the City or its representatives and consultants,relating to or
arising from this RFP. The City and its representatives,agents,consultants and advisors will not be liable to
any Proponent for any claims,whether for costs, expenses,losses or damages,or loss of anticipated profits,
or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Proposal, or
participating in negotiations for a Contract,or other activity related to or arising out of this RFP.
5.3. NO CONTRACT
By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly
agree that no contract of any kind is formed under, or arises from,this RFP,prior to the signing of a formal
written Contract.
Page I 7
5.4. CONFLICT OF INTEREST
Proponents shall disclose any potential conflicts of interest and existing business relationships they may
have with the City. If requested by the City, Proponents should provide all pertinent information regarding
ownership of their company within forty-eight(48)hours of the City's request.
5.5. SOLICITATION OF COMMISSION MEMBERS
Proponents and their agents will not contact any member of the City Commission or City staff with respect
to this RFP at any time prior to the award of a contract or the termination of this RFP, and the City may
reject the Proposal of any Proponent that makes any such contact.
5.6. CONFIDENTIALITY
All submissions become the property of the City and will not be returned to the Proponent. The City will
hold all submissions in confidence unless otherwise required by law. Proponents should be aware the City
is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act of the
State of Florida
Page 18
6. SCOPE OF SERVICES
6.1 Services will include the construction and/or reconstruction of residential sidewalks and driveway
aprons throughout the City of Opa-locka. Permits are required for all work per location\home address.
Permits can be obtained from the Building Department Office located at 780 Fisherman Street, Opa-Locka
Fl. Contractors must register with the City of Opa-Locka Building & License Department. Prices shall
remain the same during the extended term.
6.2 Contractors will be responsible for any and all damage due to construction.Any damage caused by the
contractor must be repaired within seven (7) to ten (10) working day at the expense of the contractor.
Contractor will need to make sure that all trees, shrubs and signs are protected and not damaged during
construction. If damage occurs,the contractor will be liable for such damages. The areas of improvements
will be as indicated in the work order.
6.3 It is expressly agreed and understood that the Contractor is,in all respects,an independent
contractor as to work; however,in certain aspects,the Contractor is bound to follow the directions of the
Public Works Director or appointed designee at the time of repair and/or construction,and that the
Contractor is in no respect an agent,servant or employee of the City.
6.4 The Contractor's timeliness and delivery of quality products shall be monitored by the Public
Works Director or appointed designee. If at any time the Contractor is performing less than satisfactory
work,the Contractor,upon notification by the Director of Public Works or appointed designee,shall do
whatever is necessary to perform the work properly at no additional cost to the City. Failure to give such
notification shall not relieve the Contractor of his obligation to perform the work at the time and in the
manner specified. Failure to perform the work in the time specified in the work order will trigger liquidity
damages of$750/day.
6.5 The City of Opa-Locka reserves the right to select the contractor which best meets the City's goals
and objectives,needs,budget constraints,and quality levels,as well as its service level expectations. The
City reserves the right,in its sole discretion,to reject any/or all proposals,to waive any irregularities and
technical defects contained therein,to award the contract in its entirety,in part or not at all and/or to
determine which proposal is the lowest and/or best to enter into a Contract,as it may deem to be in the
best interest of the City of Opa-locka.
7. COMPLIANCE WITH APPLICABLE LAWS
All work shall conform to all applicable federal,state,county,and local requirements.
8.INSURANCE REQUIREMENTS
8.1 The selected service provider shall agree to indemnify and hold harmless the City of Opa-Locka and its
officers, agents, and employees from any and all claims, causes, or actions, and damages of every kind, for
injury to or death of any person and damages to property arising out of or in connection with the work
done by the Contractor under this contract, and including acts or omissions of the City of Opa-Locka or its
officers,agents,or employees in connection with said contract.
Page 19
8.2 The City will require proof of professional liability insurance with errors and omissions coverage,
workers compensation insurance,general liability and automobile insurance with companies authorized to
do business in Miami Dade County,Florida,and in amounts satisfactory to the City.
8.3 The successful Contractor, within ten days after the contract award, shall furnish the City with proof of
insurance as stated in Attachment A.
8.4 The City of Opa-Locka shall be named as additional insured on all policies as directed in Attachment A.
Should any insurance required by this contract lapse, the Contractor shall immediately cease any
operations until authorized in writing by the City. If the lapse period extends fifteen (15) days,the contract
shall automatically terminate and the Contractor shall be in breach of this contract.
9.AGREEMENT/EXCEPTIONS
9.1 Submission of a proposal indicates the Contractor agrees to the terms, conditions and other provisions
contained in the RFP, unless the Contractor clearly and specifically presents in its proposal any exceptions
to the terms, conditions,and other provisions contained in the RFP.
9.2 Exceptions presented in a proposal are not to be considered incorporated into the contract between the
City of Opa-Locka and the selected Contractor unless and until the City agrees to accept such exceptions.
9.3 The selected Contractor must acknowledge and agree that the contract resulting from this RFP includes
the terms, conditions, and other provisions contained in the RFP, the proposal selected (including any
exceptions accepted by the City) which is acceptable to the City and is not in conflict or contravention of the
RFP,and any other documents mutually agreed upon by the City and selected Contractor.
9.4 No oral statements or any person shall modify or otherwise change or affect the terms, conditions, or
specifications stated in the RFP or the resulting contract.
9.5 A formal contract will be negotiated after the selection of a contractor for the services identified in the
scope of services by the City of Opa-locka.
9.6 The contractor shall not assign the contract or any part thereof to any other person unless such
assignment is first approved in writing by the City of Opa-locka, it being understood that the contract shall
not be assignable unless the proposed assignee is acceptable to the municipality. The request for
assignment must include evidence that the proposed assignee qualifies under all requirements of the
contract and must be addressed as defined in the contract for services.
9.7 A provision to the effect that the municipality, shall have access to any books, documents, papers and
records of the contractor which are directly pertinent to that specific contractor, for the purpose of making
audit, examination, excerpts and transcriptions. The City of Opa-Locka shall require contractors to
maintain all required records for five (5) years after the City of Opa-Locka makes final payments and all
other pending matters are closed.
10.PROPOSAL SUBMITTAL
One original plus five (5) copies for a total six (6) of the entire bid package must be submitted to the City of
Opa-Locka as follows:
Page 1 10
City of Opa-Locka
City Clerk's Office
780 Fisherman Street
Opa-locka, Fl
33054
All proposals must be received prior to xxxxxxxxx, 2011 at 10:00 am. Proposals may be mailed or
dropped off at the Clerk's Office. Proposals must be received in the City Clerk's Office by 10:00 am for it to
be considered in the RFP review process.
Page I 11
SCHEDULE A
2011 SIDEWALK REPLACEMENT PROGRAM
BID FORM
Proposal A
Demolition, removal, disposal and replacement of four inch (4") concrete sidewalk per square foot per
location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to
meet grade. Back filling with clean fill dirt and removal of wood forms is required. Permits required for
all work per location/home address.
PER SQ FOOT
Unit Price Figures
Proposal B
Demolition,removal,disposal and replacement of six inch (6") concrete driveway aprons and/or sidewalks
per square foot location, including installation and/or the removal of sand, dirt, tree roots or any
obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of
area is required.
Permits required for all work per location/home address.
PER SQ FOOT
Unit Price Figures
Proposal C
Construction of new 4 inch sidewalk per square foot location, including excavation, grading and/or the
removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt,
removal of forms and restoration of area is required. Permits required for all work per location/home
address.
PER SQ FOOT
Unit Price Figures
Page I12
Proposal D
Construction of new 6inch sidewalk/driveway per square foot location, including excavation, grading
and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with
clean fill dirt, removal of forms and restoration of area is required. Permits required for all work per
location/home address.
PER SQ FOOT
Unit Price Figures
Additional Information:
The undersigned verifies that the information contained herein is truthful and accurate and acknowledge
that they are owners or agents of the company. Additionally,the undersigned declares that he/she has
carefully examined all the items of the specifications and instructions and that he/she fully understands the
requirements of same.
Authorized Representative's Signature Printed
Name Title of Signatory
Company Name
Address Phone#/Fax
# Email address
Page 113
ATTACHMENT"A"
There shall be no aggregate limitation to the coverage provided under any of the insurance sections stated.
A.Contractor's and Sub-Contractor's Insurance
The Contractor shall not be awarded work under this contract unless the insurance required under this
section has been obtained.The Contractor shall not permit any sub-contractor to commence work on a sub-
contract unless like insurance has been obtained by the sub-contractor. The insurance required shall
contain a thirty (30) day written notice to the City of Opa-locka, c/o Project Manager, Public Works
Department, 12950 Le Jeune Rd, Opa-Locka Fl 33054 of cancellation, non-renewal or material change in
coverage. The Contractor will provide a current Certificate of Insurance.
B.Worker's Disability Compensation Insurance
The Contractor shall procure and maintain during the life of this contract Worker's Disability
Compensation Insurance as required by law for all of his/her employees to be engaged in work on the
project under this contract, and in case any such work is sub-let, the Contractor shall require the sub-
contractor similarly to provide Worker's Disability Compensation Insurance for all of the latter's
employees to be engaged in such work in the statutory amount required.
C.Contractor's Public Liability and Property Damage Insurance
The Contractor shall procure and maintain during the life of this contract, Contractor's Public Liability
Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including
accidental death, each occurrence and Contractor's Property Damages Insurance in an amount of not less
than One Million Dollars ($1,000,000.00) for each occurrence.
D.Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance
The Contractor shall procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury
Insurance (comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for
injuries, including accidental death to each person; and in an amount of not less than One Million Dollars
($1,000,000.00) for each occurrence, and property damage in an amount of not less than One million
Dollars ($1,000,000.00) for each occurrence. The Contractor shall procure and maintain, during the life of
this contract, Hired and Non-Ownership Motor Vehicle Bodily Injury and Property Damage Insurance in an
amount of not less than One Million Dollars ($1,000,000.00) for injuries,including accidental death,to each
person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence and
property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence.
E.Owner's and Contractor's Protective Public Liability and Property Damage Insurance
The Contractor shall procure and maintain, during the life of this contract, Owner's and Contractor's
Protective Public Liability and Property Damage Insurance in the name of the City in an amount of not less
than One Million Dollars ($1,000,000.00) for injuries, including accidental death for each occurrence and
property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence.
Such insurance shall include motor vehicle exposure.
F.City of Opa-Locka as Additional Insured
The City of Opa-locka, including elected and appointed officials, all employees and volunteers, all boards,
commissions and/or authorities and their board members, employees and volunteers, shall be named
specifically as an Additional Insured with respect to the operations of the Contractor and/or sub-contractor
for the City of Opa-Locka and a copy of an Endorsement to this effect shall be supplied for each policy
involved.
Page I 14
ATTACHMENT"B"
SPECIFICATIONS AND DRAWINGS
1 The Contractor shall be responsible for the erection and maintenance of barricades,safety fences,
and other safety control measures for the complete time of completion of sidewalk being replaced.During
the construction period,the work area shall be secured and adequate warning notices to the public must be
erected to ensure the safety of the traveling and walking public.
2 The Contractor is solely responsible for safety in all project areas. The Contractor shall erect such
barricades and provide other traffic control measures,such as flagmen,as may be necessary to ensure the
safety of the public.
3 SPECIFICATIONS:
a. Concrete
• 4"Sidewalk-FDOT Class B.
• 6"driveway-FDOT Class A.
• Curb and gutter-FDOT Class A.
• performed joint filler-Shall be no extruding and resilient bituminous type and should
perform to the requirements of ASIM Designation D 1751.
• All material shall be certified by the producer or manufacture that the furnished materials
meet the specific requirement of the specifications.
• Concrete must meet all FDOT Standards.
• Expansion material must meet all FDOT Standards.
• Handicap detectable warning shall be FDOT standard details-
b. Workmanship
(1) Subgrade Condition
• The finished subgrade shall be maintained in a smooth,compact condition and any
areas which are disturbed prior to placing of the concrete shall be restored at the
Contractor's expense.The subgrade shall be moist at the time the concrete is placed.
Water shall be uniformly applied ahead of the pouring operations as directed by the
Engineer.Large boulders and other obstructions shall be removed to a minimum depth
of 6-inches below the finished subgrade elevation,and the space shall be backfilled with
sand,base course material or other material or suitable material which shall be
thoroughly compacted by rolling or tamping.
• The subgrade shall be accurately trimmed to the required elevation with a 1/4-inch
tolerance.High areas shall be trimmed to proper elevation. Low areas may be filled
with suitable material and compacted to the specified density or filled with concrete
integrally with the placing of the pavement.
• (2) Setting Forms:The forms shall be accurately set to line and grade and such that they
rest firmly,throughout their entire length upon the compacted subgrade surface. Forms
shall be joined neatly and tightly and braced to resist the pressure of the concrete and
Page 1 15
the finished operations.The alignment and grade of all forms shall be approved before
and immediately prior to the placing of concrete.
• (3) Slipforming: The slipforming method will be allowed,provided that an acceptable
finished product,true to line,grade,and cross section is consistently produced.
• (4) Mixing Concrete: Concrete shall be mixed in accordance with the requirement of
Section 03000.
c. Installation
(1) Placing concrete:
• The concrete shall be distributed on the subgrade to such depth that, when it is
consolidated and finished, the thickness required by the drawings will be obtained at all
points and the surface will at no point be below the grade specified for the finished surface.
The concrete shall be deposited on the subgrade in a manner which will require as little
rehandling as possible. Placing of the concrete shall be continuous between transverse
joints,without the use of intermediate bulkheads.
• Reinforcement shall be placed as shown on the drawings shall be maintained at this location
during the placing and finishing operation.
• Concrete shall be thoroughly consolidated against and along the faces of all forms by means
of vibrators. Vibrators shall not be permitted to come in contact with the subgrade or a side
form. Vibration at any one location shall not continue so long as to produce puddling or the
accumulation of excessive grout on the surface. In no case shall the vibrator be operated
longer than 15 seconds in any one location.
(2) Striking-off, Consolidating and Finishing Concrete: Immediately after the placing, the concrete
shall be stuck off, consolidated and finished, to produce a finished product conforming to the
existing area and or required by the drawings,Specifications and Instructions.
(3) Straightening and Surface Corrections:
• After floating has been completed and the excess water removed, but while the concrete is
still in a plastic state, the surface of the concrete shall be tested for trueness with an
accurate 10-foot straightedge. The straightedge shall be furnished by the Contractor. The
straightedge shall be held in successive positions parallel to the walk center line, in contact
with the surface, and the whole area tested from the side of the slab to the other as
necessary. The advance along the walk shall be in successive stages of not more than one-
half the length of the straightedge. Any depressions shall be immediately filled with freshly
mixed concrete and struck-off consolidated and refinished. High areas shall be out down
and refinished. Straightedge testing and surface correction shall continue until the entire
surface appears to conform to the required grade and cross section. All surface
irregularities exceeding 1/4 inch in a 10 foot shall be corrected.
(4) Final Finish: As soon as the water sheen has disappeared and just before the concrete becomes
nonplastic,all edges,including expansion joint edges,shall be finished with an edging tool having a radius
Page 116
of 1/4 inch,finally the top shall be given a light broom finish perpendicular to the forms.
(5)Joints:
Transverse Construction Joints: Transverse construction joints shall be constructed at the end of all
pours and at other locations where the pouring, operation are stopped for as long as 30 minutes.
Construction joints, however, shall not be placed within five feet of any other transverse joint or of
either end of a section of walk. If sufficient concrete has not been placed to form a slab at least five feet
long,the excess concrete,back to the last preceding joint, shall be removed. The joints shall be formed
by placing perpendicular to the profile and center line of the walk. Construction joints shall have tooled
edges with a Y4 inch radius.
Transverse Contraction Joints: Transverse contraction joints shall be formed at five foot intervalsand
shall consist of planes of weakness created by an edging tool. The cut in the fresh concrete shall be
perpendicular to the surface of the walk, shall extend to a depth of 1 1/2 inch below the top surface
and shall have Y4 inch radius.
Transverse Expansion Joints: One half-inch expansion joints shall be formed by placing performed joint
filler around all structures and at intervals not exceeding 100 feet.
(6) Form Removal: After the concrete has sufficiently set a minimum of 12-hours, the Contractor shall
remove the forms and shall backfill the space on each side.The earth shall be compacted and graded in
a satisfactory manner without damage to the concrete work. Honeycombs shall be filled with sand
dement mortar. Plastering will not be allowed on the face of the walk. Rejected walk shall be removed
and replaced without additional compensation.
Page 17
INDEMNIFICATION,DEFEND AND HOLD HARMLESS AGREEMENT(Return this statement on
company letterhead with your proposal)
KNOW ALL MEN BY THESE PRESENTS:That (Contractor/Company) By
and through the undersigned (Individual),Its (Title),
respectively,agrees to indemnify and hold harmless the City of Opa-locka,a Florida Municipal Corporation,
780 Fisherman Street, Opa-Locka Fl 33054(hereinafter"City"),its Commissioners,administrators,
employees,attorneys, affiliates,successors and assigns from any and all liability arising,directly or
indirectly,from the following activity:
All contract related work in the event any suit,proceeding,claim,loss,
damage,cost,charge or expense shall be brought against the City,its Commission,officers,administrators,
employees,attorneys,affiliates,successors and assigns by virtue of the above-referenced activity,hereby
covenants and agrees to assume the defense thereof and defend the same at its own expense and pay all
costs,charges,attorney fees and any other expenses related thereto.Notwithstanding the foregoing,this
Indemnification,Defend and Hold Harmless Agreement exclude the sole acts and/or the sole omissions to
act on the part of the City of Opa-locka.
(Signature of person submitting bid)
Subscribed and sworn this day of , 2011 before me,a Notary Public in and for said
County.
Notary Public
My Commission Expires:
NON-COLLUSION AFFIDAVIT(Return this statement on company letterhead with your proposal)
being duly sworn deposes and says:
Page 118
That he/she is
(State official capacity in firm) The party making the foregoing proposal or bid, that such bid is genuine and
not collusion or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or
indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding and has not in any
manner, directly or indirectly,sought by agreement or collusion,or communication or conference,with any
person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit, or cost element of
said bid price or that of any other bidder, or to secure the advantage against the City of Opa-Locka or any
person interested in the proposed contract; and that all statements contained in said proposal or bid are
true.
(Signature of person submitting bid)
Subscribed and sworn this day of , 2011 before me, a Notary Public in and for said
County.
Notary Public
My Commission Expires:
Page 1 19