HomeMy Public PortalAbout13-8582 My Lawn Service to Maintain Citywide Alleys Sponsored by: City Manager
RESOLUTION NO. 13-8582
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, TO AUTHORIZE THE CITY MANAGER
TO ENTER INTO A CONTRACT WITH MY LAWN SERVICE
TO MAINTAIN CITYWIDE ALLEYS AND THE
MAINTENANCE OF NW 22ND AVENUE AND NW 27TH
AVENUE MEDIANS IN AN AMOUNT NOT TO EXCEED
$118,080, PAYABLE FROM ACCOUNT NUMBERS 41-541340
AND 63-533340, A BUDGETED ITEM; PROVIDING FOR
INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, six (6) vendors submitted proposals for lawn maintenance, alleys and
medians services: My Lawn Service, Florida Turf, Orchidman Landscape, Bannerman Group,
and Mitchell's Lawn Maintenance; and Roadrunner Professional Service, who was disqualified
for not submitting proper documents; and
WHEREAS, Mitchell Lawn Maintenance was lowest bidder for the citywide alleys
maintenance, and My Lawn Service was lowest bidder for maintenance of NW 22nd and NW 27th
Avenue Medians landscape; and
WHEREAS, from Public Works' management perspective, it is more effective to award
the contract to one vendor; and
WHEREAS,based on overall field evaluation results, the committee determined that My
Lawn Services is the most responsive and responsible bidder; and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to enter into contract with My Lawn Services for maintenance of citywide alleys, and
maintenance of NW 22nd and NW 27th Avenue medians, payable from account numbers 41-
541340 and 63-533340.
Resolution No. 13-8582
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 authorizes the City
Manager to contract with My Lawn Services for maintenance of citywide alleys, and
maintenance of NW 22nd Avenue and NW 27th Avenue medians, in an amount not to exceed
$118,080, payable from account numbers 41-541340 and 63-533340, which is a budgeted item.
Section 3. This resolution shall take effect immediately upon adoption.
this 24th day of April, 2013.
MOTION FAILED
(tt4iO4/yRAAyLoR
MAYOR
Attest to:
anna Flores
'ity Clerk
Approved as to form and legal su iciency:
J;.eph '.. Gelle wr w
EE ' POON MARDER PA
ty Attorney
Moved by: COMMISSIO I JOHNSON
Seconded by: VICE MAYOR KELLEY
Commission Vote: 5-0
Commissioner Holmes: NO
Commissioner Johnson: NO
Commissioner Santiago: NO
Vice-Mayor Kelley: NO
Mayor Taylor: NO
O
it 9
� i_ , a
a ;ay
A
----!,•.0.-0..<?--�ORASE<�/
City of Opa-Locka
Agenda Cover Memo
Commission Meeting 04/24/2013 Item Type: Resolution Ordinance Other
Date: X
(EnterXin box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(Enter X in box) Yes No (Enter X in box)
Public Hearing: Yes No Yes No
(EnterXin box)
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
(Enter Acct No.) 41-541340 (Enter X in box)
BUDGETED 63-533340
Contract/P.O.Required: Yes No RFP/RFQ/Bid#:
(EnterXin box) X N/A
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(EnterXin box) specific objective/strategy this item will address)
Enhance Organizational 0
Bus.&Economic Dev Li
Public Safety El
Quality of Education 0
Qual.of Life&City Image 0
Communcation 0
Sponsor Name City Manager Department: City Manager
Short Title:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE
CITY MANAGER TO ENTER INTO A CONTRACT WITH MY LAWN SERVICE TO MAINTAIN CITYWIDE
ALLEYS AND THE MAINTENANCE OF NW 22ND AVENUE AND NW 27Th AVENUE IN THE AMOUNT OF
$118,080 PAYABLE FROM ACCOUNT NUMBERS 41-541340 AND 63-533340 (BUDGETED).
Staff Summary:
It is the recommendation of staff to award the contract to MY Lawn Services Inc.
Proposed Action:
Approval
(1)Total Cost Proposed by Companies
(2) Evaluation summaries for Alleys and NW 22"d&27th Ave
(3) Evaluation sheets for and NW 22"d & 27th Ave
Q,,P-t cck4� ,
F p
•
O
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor Joseph L. Kelley
Commissioner Timothy Holmes
Commissioner Dorothy Johnson
Commissioner Luis B. Santiago
FROM: Kelvin L. Baker, Sr. City Manager
DATE: April 18,2013
RE: Award of Contracts for the maintenance of Citywide Alley's and NW 22 &27
Avenues
REQUEST: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT WITH MY LAWN SERVICE TO
MAINTAIN CITYWIDE ALLEYS AND THE MAINTENANCE OF
NW 22ND AVENUE AND NW 27TH AVENUE IN THE AMOUNT OF
$118,080 PAYABLE FROM ACCOUNT NUMBERS 41-541340 AND
63-533340,THIS ITEM IS BUDGETED.
Description: A total of six (6) vendors submitted proposals: Florida Turf& Landscape; Road runner
Professional Services; The Banner Group; Orchidman Landscape; Mitchell's Lawn Maintenance and
My Lawn Service. Road runner professional was disqualified for not submitting the proper
documents. The evaluation committee met on December 20, 2012 to review the bid results and
decided that field evaluations were needed to make sure that the vendors were able to perform the job
satisfactorily. On January 18, 2013 the committee met again to review the bid results and field
evaluations and the recommended vendors based on the overall evaluation. Mitchell's Lawn Services
was the lowest bidder for the citywide alleys maintenance. My Lawn Services Inc. was the lowest
bidder for the maintenance of NW 22"d Avenue and NW 27th Avenue landscape. It is more effective
for Public Works from the management perspective to award the contract to one vendor.
My Lawn Service has provided the City of Opa-locka with remarkable service in the past and is
extremely knowledgeable about the demands and requirements of the City. The City has many
projects ongoing and we need a reliable partner in this capacity that will go above and beyond and
will not strain the limited resources of the City. Cutting grass may seem like a simple task that
anyone can do; however that challenges the City has faced in recent years proves that not to be the
case. Inadequate landscaping not only affects the image and look of the City but also disrupts the
meter reading process and gives unwanted critters the environment needed to multiply. We believe
My Lawn Service has the capacity, knowledge and experience to turn the City's situation around in
short order and give the City an appearance that will be more than satisfactory to the residents and
envied by others.
Financial Impact: $118,080; The cost for maintenance is budgeted in FY 2012-2013.
Account Number: 41-541340 and 63-533340
Implementation Time Line: As soon as possible.
Legislative History: Resolution# 12-8476
Recommendation(s): It is the recommendation of staff to award the contract to My Lawn Services
Inc.
Analysis: Below are the rankings for the alleys and the medians:
Alleys
1 Mitchell's Lawn Maintenance 440
2 Florida Turf 392
3 My Lawn Service 225
4 Orchidman Landscape 185
5 The Bannerman Group 149
Medians
1 My Lawn Service 468
2 Mitchell's Lawn Maintenance 290
3 Florida Turf 267
4 Orchidman Landscape 190
5 The Bannerman Group 124
Attachments: (1) Total Cost Proposed by Companies
(2) Evaluation summaries for Alleys and NW 22nd & 27th Ave
(3) Evaluation sheets for and NW 22nd & 27th Ave
Prepared By: Faye Douglas, Budget Administrator
Esin D Abia, Director, Public Works &Utilities Department
Arshad Vigar, PE, Public Works and Utilities Department
Mohammad Nasir, PE, Public Works and Utilities Department
END OF MEMORANDUM
RFP-12-1412100 Citywide Alleys and NW 22nd&27th Ave Medians
Combined Evaluation&Ranking
Medians Alleys Total
Evaluation Evaluation Evaluation
Florida Turf 267 392 659
The Bannerman Group 124 149 273
Orchidman Landscape 190 185 375
Mitchell's Lawn Maintenance 290 440 730
My Lawn Service 468 225 693
Ranking
1 Mitchell's Lawn Maintenance 730
2 My Lawn Service 693
3 Florida Turf 659
5 Orchidman Landscape 375
5 The Bannerman Group 273
W
V
Z
Q
Z w c n NO N M O
J
Z m Fa- ' 00 IN N O
Q
p Ln O o0 o6
E H 00 rn 00 l0
W 0 r-I
w U t!)- t/'3. t" ih to
z
W
V Q N
N
Ni o� W
n O O O
Qa � � D N O 00 N 00
p :•1 n N z M V' 00 c l0
i N LiJ
O a 3 > Q CI M N
Z z tr} 1.4 tn. tn-
z
Q
H 00 0 N N O esi
la
V)
al : O 00 M
C mil M CI) O N
PQ tn. tn. tn. tn.
u Q
O
L
0
`t c c
co a CU
0 c, i ?
EVALUATION FORM
CITYWIDE ALLEY'S
RFP-12-1412100
PRICE EXPERIENCE LOCAL WORK FORCE - GRAND
PROPOSER MAX 70 MAX PTS 25 MAX PTS 5 TOTAL TOTAL
Florida Turf
Gerald 57 15 0 72
Abia 57 24 0 81
Arshad 57 23 0 80
King 57 23 0 80
Gregory 57 22 0 79
392
The Bannerman Group
Gerald 22 10 0 32
Abia 22 5 0 27
Arshad 22 7 0 29
King 22 5 0 27
Gregory 22 12 0 34
1491
Orchidman Landscape
Gerald 19 10 0 29
Abia 19 19 0 38
Arshad 19 20 0 39
King 19 21 0 40
Gregory 19 20 0 39
1851
Mitchells Lawn
Gerald 70 20 0 90
Abia 70 22 0 92
Arshad 70 23 0 93
King 70 15 0 85
Gregory 70 10 0 80
4401
My Lawn Service
Gerald 22 20 0 42
Abia 22 24 0 46
Arshad 22 24 0 46
King 22 25 0 47
Gregory 22 25 0 47
2281
EVALUATION FORM
CITYWIDE ALLEY'S
RFP-12-1412100
II LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 5'7 is
The Bannerman Group 1 0
Orchidman Landscape 19 ( c7 Q
Mitchells Lawn 7 0 070 Q
My Lawn Service 2 afl 6
•
A.,41
//irio
EVALUATION FORM
CITYWIDE ALLEY'S
RF P-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 5'"I &Lt O g I
The Bannerman Group 2 A 5- O 2 7
Orchidman Landscape 19 19 D 38
1
Mitchells Lawn 70 ,'Z 2 0
My Lawn Service a 2 a 4 0 4
"-)//40'7/
EVALUATION FORM
CITYWIDE ALLEY'S
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 57 2.3 0 0
The Bannerman Group 2 2 7 0 2 9
Orchidman Landscape 1 9 2 0 O 3 `?
Mitchells Lawn 7 0 2- 3 o 9 3
My Lawn Service 2. 2 2 4 0 L b
Dafe ' l- 18-13
NAME: A25NAD V1 QAR
5/GAJAW G
EVALUATION FORM
CITYWIDE ALLEY'S
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf ] `1 £3 0
The Bannerman Group as O
Orchidman Landscape q 2. / O
Mitchells Lawn "ID
My Lawn Service 2 00
Lepl7Gj �O`
e)/--/ P -/3
EVALUATION FORM
CITYWIDE ALLEY'S
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE -MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf
The Bannerman Group
Orchidman Landscape
Mitchells Lawn / C
My Lawn Service
(r5
/7° 5-
j
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
PRICE EXPERIENCE LOCAL WORK FORCE - GRAND
PROPOSER MAX 70 MAX PTS 25 MAX PTS 5 TOTAL I TOTAL
Florida Turf
Gerald 32 15 0 47
Abia 32 24 0 56
Arshad 32 23 0 55
King 32 23 0 55
Gregory _ 32 22 0 54
2671
The Bannerman Group
Gerald 17 10 0 27
Abia 17 5 0 22
Arshad 17 7 0 24
King 17 5 0 22
Gregory 17 12 0 29
1241
Orchidman Landscape
Gerald 20 10 0 30
Abia 20 19 0 39
Arshad 20 20 0 40
King 20 21 0 41
Gregory 20 20 0 40
1901
Mitchells Lawn
Gerald 40 20 0 60
Abia 40 22 0 62
Arshad 40 23 0 63
King 40 15 0 55
Gregory 40 10 0 50
2901
My Lawn Service
Gerald 70 20 0 90
Abia 70 24 0 94
Arshad 70 24 0 94
King 70 25 0 95
Gregory 70 25 0 95
4681
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE -MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 3 2 2 3 0 SS
The Bannerman Group 17 7 O 2-y
Orchidman Landscape 2 0 20 U ti a
Mitchells Lawn 1+0 2 3 0 63
My Lawn Service 7 0 2- Lt 0 9 4
(51_____ __ NAME ' NR ski Ab V/QA2
,Sl4NA7°Rr
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 3a a 3 G)
The Bannerman Group ( ' J 0
Orchidman Landscape ap a I C
Mitchells Lawn L.(p
My Lawn Service 110 a C 0
�! ✓I Lo'iI
O/- a- i3
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE -MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
0
Florida Turf Z, Z ,
The Bannerman Group / 2
Orchidman Landscape Z-- 0 C7
Mitchells Lawn ! C) Q
My Lawn Service 9
+`—C-c\Chc\ \ S
4110
/2:5'7/3
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PT5
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 3a �� o
The Bannerman Group 1 1 / 0
Orchidman Landscape a0 10 0
Mitchells Lawn g0 coo
My Lawn Service `70 0
EVALUATION FORM
N W 27 & 22 AVE
RFP-12-1412100
LOCAL WORK
PRICE EXPERIENCE FORCE - MAX PTS
PROPOSER MAX 70 MAX PTS 25 5 TOTAL
Florida Turf 3P. at+ 0 56
The Bannerman Group I i 5 0 22
Orchidman Landscape � O l 9 fy 39
Mitchells Lawn 40 a. a. o 6 2
My Lawn Service 70 v 9
r
Sponsored by: City Manager
Resolution No. 12-8476
RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA LOCKA, FLORIDA AUTHORIZING THE CITY
MANAGER TO PREPARE AND ISSUE A REQUEST FOR
PROPOSALS FOR A CONTRACTOR TO MAINTAIN
CITYWIDE ALLEYS, NW 27TH AVENUE, AND NW 22
AVENUE,PAYABLE FROM ACCOUNT NUMBER 65-533340
AND 41-541340; PROVIDING FOR INCORPORATION OF
RECITALS;PROVIDING AN EFFECTIVE DATE
WHEREAS, the City is in need of a contractor to provide maintenance services for the
citywide alleyways,NW 27th Avenue and NW 22 11d Avenue,for public health and safety reasons;
and
WHEREAS,the maintenance cost will be paid from the Water& Sewer fund, Account
Number 65-533340 and the General Fund,Account Number 41-541340;and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to prepare and issue a Request for Proposals (RFPs) for contractors to provide
maintenance service to the Citywide alleyways,NW 27th Avenue,and NW 22"d Avenue.
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 prepare a Request for Proposals for a contractor to provide maintenance service to
the Citywide alleyways,NW 27d'Avenue,and NW 22"d Avenue,payable from Account Numbers
65-533340 and 41-541340, to include appropriate consideration of prior experience as a city
vendor.
Resolution No. 12-8476
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS 24°DAY OF October,2012.
MYRA AYLOR
MAYOR
Attest to: Approved as o form and legal
I, I
rinit .1
oanna Flores Jo]. '(Geller
ity Clerk C' , A rney
Moved by: VICE MAYOR JOHNSON
Seconded by: COMMISSIONER HOLMES
Commission Vote: 5-0
Commissioner Holmes:YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
n
a S
enioranrn du --- .- _ —._
1N
TO: Mayor yra L.Taylor
Vice-Mayor + rothy Jo t>i n
Commissioner i'mothy ;)• ,es
Commissioner •ose Ty A.
Commissioner
FROM: Kelvin L.Baker,City Mating
DATE: October 10,2012
RE: Request for Proposals(RFP)for the Maintenance of Alleys,NW 27 Av,and NW
22 Av.
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,
FLORIDA AUTHORIZING THE CITY MANAGER TO PREPARE AND ISSUE A REQUEST
FOR PROPOSALS(RFP)TO MAINTAIN THE ALLEYS, NW 27 AV,AND NW 22 AV. IN THE
CITY.
Description: Currently the alleys are overgrown, creating public health and safety concerns, and
meter readers are having difficulty to reach meters. The City would like to advertize to select
contractor for the maintenance of citywide alleys,NW 27 Av,and NW 22 Av.
Account Number: 63-533340(Water&Sewer)and 41-541340(General Fund)
Financial Impact:Acct#63-533344)(Water&Sewer)has$135,000 budgeted and acct#41-
541340(General Fund)has$100,000. Therefore, between the Water&Sewer Fund and the
General Fund,there is$175,000 available.
Implementation Timeline:This project will be implemented immediately.
Legislative History: Resolution 09-7973,Ordinance 10-02
Recommendation(s): Staff recommends approval in order to select contractor to continue keeping the
City clean by maintaining alleys,NW 27 Avenue and NW 22 Avenue.
A nalvsil: The contractor's term for the maintenance of alleys and medians ended on December
2011 and since then no regular scheduled maintenance was performed due to lack of staff and
equipments.
Attachment:
1. Copy of RFP
2. Copy of Resolution 09-7973
3. Copy of Ordinance 10-02
PREPARED BY: Mohammad Nasir,PE,Interim Director of Public Works and Utilities
END OF MEMORANDUM
City of Opa-locka
o q,
0 0
awl
0
ri
till'al DO
10
o,;b _ _ v
A0RAI°
RFP NO: 12-1412100
REQUEST FOR PROPOSAL
FOR
CITYWIDE ALLEY & MAINTENANCE OF NW 27 AND NW 22 AVENUES
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054
THE GREAT CITY
•
3 ... (:rtsf r/
, . > 97arvda
Advertisement for Request for Proposals
RFP NO: 12-1412100
CITYWIDE ALLEYS, NW 27 AV, AND NW 22 AV MAINTENANCE
Proposals for citywide alleys, NW 27 Av, and NW 22 Av maintenance will be received by the
City of Opa-Locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka,
Florida 33054, Friday, December 14. , 2012 by 1:00 p.m. Any proposals received after the
designated closing time will be returned unopened.
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 Joanna
Flores, City Clerk, City of Opa-Locka, Florida, and marked Alleys& Medians Maintenance.
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: 121412100 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).
An Informational meeting will be held on _Wednesday. December 5,2012 t 10:00 am at 780
Fisherman Street, 2nd Floor, Opa Locka, FT 33054.
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: 12-1412100 requirements.
Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for
the opening thereof.
Joanna Flores
City Clerk
Dated: Published:
Page 12
1.INTRODUCTION
1.1. PURPOSE AND BACKGROUND
The City of Opa-Locka is requesting cost proposals for citywide alleys, NW 27 Av, and
NW 22 Av maintenance services. Contractor to cut twice a month during rainy season
and once a month during dry season. The successful Bidder shall furnish all labor,
materials, machinery, equipment and ancillary services to fulfill the requirement of these
specifications for the maintenance program.
All work shall be performed in accordance with the Occupational Safety & health Act
(O.S.H.A.) and its amendments, and all Department of Transportation (D.O.T.) safety
standards, including but not limited to safety glasses, safety vest, traffic notification,
placement of traffic cones, and all pertinent landscape standards. The awarded Bidder
will be require to have an Maintenance of Traffic (M.O.T.) certified person onsite at any
time workers are physically parked, standing or working in the roadways with City limits.
1.2. PROPOSAL SUBMISSION AND WITHDRAWAL
The City must receive all proposals in a sealed envelope by Friday, December 14,
2012 by 1:00 p.m. The proposals shall be submitted at the following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-Locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as
follows: RFP NO: 12-1412100. 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
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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: 12-1412100 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: 12-1412100 or give information as to the requirements of the RFP NO: 12-
1412100 in addition to what is contained in the written RFP NO: 12-1412100
document.
1.6. ADDENDUM
The City may record its response to inquiries and any supplemental instructions in the
form of written addenda. The CITY may mail written addenda up to five (5) 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: 12-1412100
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: 12-1412100 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
Page 12
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
This RFP NO: 12-1412100 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 vendor with the highest
number of points will be ranked first; however, nothing herein will prevent the City from
assigning work to any vendor 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.
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: 12-1412100 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 as set forth below. 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
Page 13
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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 must be listed as an additional insured (this may be specifically
limited to the specific job(s) the vendor will be performing);
5. Minimum 30-day written notice of cancellation.
1
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: 12-1412100 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: 12-1412100 proposal forms, Proposer attests that they have
not been placed on the "Convicted Vendor List".
1.15. CODE OF ETHICS
If any Proposer violates or is a party to a violation of the code of ethics of the City of
Opa-Locka or the State of Florida with respect to this proposal, such Proposer may be
disqualified from performing the work described in this proposal or from furnishing the
goods or services for which the proposal is submitted and shall be further disqualified
from submitting any future proposals for work, goods or services for the City of Opa-
Locka.
1.16. DRUG-FREE WORKPLACE
Preference shall be given to businesses with Drug-Free Work Place (DFW) programs.
Whenever two or more proposals which are equal with respect to price, quality, and
service are received by the City for the procurement of commodities or contractual
services, a proposal received from a business that completes the attached DFW form
Page 14
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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 least 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 vendor 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.
1.20. TERM OF AGREEMENT
It is the intent of the City to award an Agreement to a vendor until the completion of this
project with a projected completion time not to exceed 90 Calendar Days from the date
of the agreement.
Page 15
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
2. DEFINITIONS
Whenever used in these General Conditions or in the other Contract Documents, the following
terms shall have the meaning indicated which shall be applicable to both the singular and plural
thereof:
City: The City of Opa-locka;
City Website: www.opalockafl.gov
Contract: A formal written contract between the City and a Preferred Proponent to undertake
the Services.
Evaluation Team: The team appointed by the City;
Preferred Proponent(s): The Proponent(s) selected by the Evaluation Team to enter into
negotiations for a Contract;
Proponent: An entity that submits a Proposal;
Proposal: A proposal submitted in response to this RFP;
RFP: Request for Proposals;
Services: The meaning of any and all construction and administration work necessary to
complete this project
Site: The place or places where the Services are to be performed; and
Acceptance: By the City of the Work as being fully complete in accordance with the Contract
Documents subject to waiver of claims.
Agreement: The written Agreement between the CITY and the VENDOR covering the Work to
be performed, which includes the Contract Documents.
Addenda: Written or graphic instruments issued prior to the Bid Opening which modify or
interpret the Contract Documents, Drawings and Specifications, by addition, deletions,
clarifications or correction.
Application for Payment: The form furnished by the CONSULTANT which is to be used by
the VENDOR in requesting progress payments.
Bid: The offer or proposal of the PROPONENT submitted on the prescribed form setting forth
the prices for the Work to be performed.
Bonds: Bid, performance and payment bonds and other instruments of security, furnished by
the VENDOR and their surety in accordance with the Contract Documents and in accordance
with the law of the State of Florida.
Change Order: A written order to the VENDOR signed by the City authorizing an addition,
deletion or revision in the Work, or an adjustment in the Contract Price of the Contract Time
issued after execution of the Agreement.
Contract Documents: Contract Documents shall include, Instructions to PROPONENTS,
VENDOR'S Bid, the Bonds, the Notice of Award, these General Conditions, Special Conditions,
Page 16
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
the Technical Specifications, Drawings and Modifications, Notice to Proceed, Invitation to Bid,
Insurance Certificates, Change Orders and Acknowledgment of Conformance with the City of
Opa-Locka.
Contract Price: The total moneys payable to the VENDOR under the Contract Documents.
Contract Time: The number of calendar days stated in the Agreement for the completion of the
Work.
Contracting Officer: The individual who is authorized to sign the contract documents on behalf
of the CITY'S governing body.
VENDOR: The proponent, person, firm or corporation with whom the CITY has executed the
Agreement.
Day: A calendar day of twenty-four hours measured from midnight to the next midnight.
Modification: (a) A written amendment of the Contract Documents signed by both parties, (b)
a Change Order, (c ) a written clarification or interpretation if issued by the City and/or its
Consultant or (d) a written order for minor change or alteration in the Work issued by the City
and/or its Consultant. A modification may only be issued after execution of the Agreement.
Notice of Award: The written notice by CITY to the apparent successful PROPONENT stating
that upon compliance with the conditions precedent to be fulfilled by him within the time
specified, CITY will execute and deliver the Agreement to him.
Notice to Proceed: A written notice given by CITY to VENDOR fixing the date on which the
Contract Time will commence to run and on which VENDOR shall start to perform its obligations
under the Contract Documents.
Project: The entire construction Project to be performed as provided in the Contract
Documents.
Observer: An authorized representative of the City and/or its Consultant assigned to observe
the Work performed and materials furnished by the VENDOR or such other person as may be
appointed by the CITY as his representative. The VENDOR shall be notified in writing of the
identity of this representative.
Specifications: Those portions of the Contract Documents consisting of written technical
descriptions of materials, equipment, construction systems, standards and workmanship as
applied to the Work.
Sub-vendor: An individual, firm or corporation having a direct contract with VENDOR or with
any other Sub-vendor for the performance of a part of the Work at the site.
Supplier: Any person or organization who supplies materials or equipment for the Work,
including that fabricated to a special design, but who does not perform labor at the site.
Surety: The corporate body which is bound with the VENDOR and which engages to be
responsible for the VENDOR and their acceptable performance of the Work.
Work: Any and all obligations, duties and responsibilities necessary to the successful
completion of the assigned to or undertaken by VENDOR under the Contract Documents,
including all labor, materials, equipment and other incidentals, and the furnishing thereof.
Written Notice: The term "Notice" as used herein shall mean and include all written notices,
demands, instructions, claims, approvals and disapproval's required to obtain compliance with
Contract requirements. Written notice shall be deemed to have been duly served if delivered in
person to the individual or to a member of the firm or to an officer of the corporation for whom it
is intended, or to an authorized representative or such individual, firm, or corporation, or if
delivered at or sent by registered mail to the last business address known to them who gives the
Page I 7
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
notice. Unless otherwise stated in writing, any notice to or demand upon the CITY under this
Contract shall be delivered to the CITY.
Page 18
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
3. 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: FRIDAY, DECEMBER 14, 2012, 1:00 P.M. (local time).
Submissions by fax [or email] will not be accepted.
4. INFORMATION MEETING
An information meeting (pre-proposal meeting) will be hosted by the City Representatives to
discuss the City's requirements under this RFP (the "Information Meeting") at City Hall, 780
Fisherman Street, second Floor, Opa-locka Florida 33054 on Wednesday, December 5, 2012 at
10:00 am. Attendance is NOT mandatory.
Proponents should submit the original plus five hard copies (six in total)of their Proposals.
5. 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.
6. 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
authorizedsignatory 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.
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.
Page I 9
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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. No oral conversation will affect or modify the terms of this RFP or may be relied
upon by any Proponent.
7. 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 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.
8. 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.
9. OPENING OF PROPOSALS
The City intends to open Proposals in private but reserves the right to open Proposals in public
at its sole discretion.
10. 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.
11. INSTRUCTIONS TO PROPONENTS FOR PROPOSAL SUBMISSION
3.
11.1 PACKAGE
Proposals should be in a sealed package, marked on the outside with the Proponent's
name, title of the Project and reference number.
Page 1 10
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
11.2 FORM OF PROPOSAL
Proponents shall use the Form(s) furnished by the City. Failure to do so may cause the
rejection of the submittal. Removal of any of the response to the RFP may invalidate
thesubmittal. Proponents shall deliver to the City:
a) The RFP and Instructions to Proponents.
b) A copy of all issued addendum.
c) Six (6) copies of the RFP response Form completely executed.
d) Certificates of Competencies, State, County and City Licenses.
e) Certificate of Insurance and or Letter of Insurability.
The entire Bid Package shall be placed in an envelope and clearly marked with the
PROPONENT'S name.
11.3 ERASURE OR CORRECTIONS
Bids having an erasure or corrections must be initialed by the PROPONENT in ink. Bids
shall be signed in ink; all quotations shall be typewritten or printed and filled in with ink.
11.4 GUARANTIES
No guarantee or warranty is given or implied by the City as to the total amount that may or
may not be purchased from any resulting Contract or Award. These quantities are for
bidding purposes only and will be used for tabulation and presentation of the Bid proposal.
The City reserves the right to reasonably increase or decrease quantities as required. The
prices offered herein and the percentage rate of discount applies to other representative
items not listed in this RFP.
11.5 MATERIAL
Material(s)delivered to the City under this proposal shall remain the property of the seller
until accepted to the satisfaction of the City. In the event materials supplied to the City are
found to be defective or do not conform to specifications, the City reserves the right to
return the product(s) to the seller at the seller's expense.
11.6 PRICING
Prices must be lump sum total price in the bid form based on the understanding of the site
condition. Vendor must mention all the items included in the bid. In case of a discrepancy,
the City reserves the right to make the final determination at the lowest net cost to the City.
Page 111
RFP# 12-14121--CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
11.7 LIABILITY, INSURANCE, LICENSES & PERMITS
Where PROPONENTS shall be required to furnish a certified copy of all licenses,
Certificates of Competency or other licensor requirements necessary to practice their
profession as required by Florida State Statute, Florida Building Code, Miami-Dade County
or City of Opa-Locka Code. These documents shall be furnished to the City along with the
Bid response. Failure to furnish these documents or to have required licenses will be
grounds for rejecting the Bid and forfeiture of the Bid Bond.
11.8 CERTIFICATE(S) OF INSURANCE
At the time of the Bid submission the PROPONENT must submit Certificates of Insurance,
or evidence of insurability in the form of a letter from PROPONENT'S insurance carriers. P
ROPONENT shall indicate that insurance coverage has been obtained from an insurance
company authorized to do business in the State of Florida or otherwise secured in a
manner satisfactory to the City, for those coverage types and amounts listed in Article 5 of
the General Conditions, in an amount equal to 100% of the requirements and shall be
presented to the City prior to issuance of any Contract(s) or Award(s) Document(s). The
City of Opa-Locka shall be named as"additional insured"with respect to this coverage.
11.9 INSURANCE RATING
All insurance shall be issued by companies rated A or better per A.M. Best's Key Rating
Guide, latest edition and authorized to issue insurance in the State of Florida. It shall be
the responsibility of the PROPONENT and insurer to notify the City Manager of
cancellation, lapse or material modification of any insurance policies insuring the
PROPONENT, which relate to the activities of such vendor and the City of Opa-Locka.
Such notification shall be in writing, and shall be submitted to the City Manager thirty (30)
days prior to cancellation of such policies. This requirement shall be reflected on the
Certificate of Insurance.
11.10 GOVERNMENTAL RESTRICTIONS
In the event any governmental restrictions may be imposed which would necessitate
alteration of the material quality, workmanship, or performance of the items offered on this
Bid prior to their delivery, it shall be the responsibility of the successful PROPONENT to
notify the City at once, indicating in its letter the specific regulation which required an
alteration. The City of Opa-Locka reserves the right to accept any such alteration, including
any price adjustments occasioned thereby, or to cancel at no further expense to the City.
11.11 AWARD OF BIDS
The City of Opa-Locka reserves the right to award the bid to the lowest, most responsive,
responsible PROPONENT, as determined by the City Commission, subject to the right of
the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure
and subject also to the right of the City to award bid and contract to PROPONENTS other
than the low PROPONENT.
Page 1 12
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
11.12 EVALUATION OF BIDS
The City, at its sole discretion, reserves the right to inspect any/all PROPONENT'S
facilities to determine its capability of meeting the requirements for the Contract. Also,
price, responsibility and responsiveness of the PROPONENT, the financial position,
experience, staffing, equipment, materials, references, and pass history of service to the
City and/or with other units of state, and/or local governments in Florida, or comparable
private entities and business located in Opa-locka will be taken into consideration in the
Award of the Contract.
11.13 IDENTICAL (TIE BIDS)
Shall be awarded by the City in compliance with Florida State Statutes providing for a drug
free workplace. That is, in the event of an identical Tie Bid, a preference shall be given to a
business having a drug free workplace under Florida Statute Section 287.087, as
amended. Failure to provide proof of compliance when requested shall be cause for
rejection of the Bid as determined by the City.
11.14 HOLD HARMLESS
All PROPONENTS shall hold the City, its officials and employees harmless and covenant
not to sue the City, its officials and employees in reference to its decisions to reject, award,
or not award a Bid, as applicable.
11.15 NON-CONFORMANCE TO CONTRACT
The City of Opa-Locka may withhold acceptance of, or reject items which are found upon
examination, not to meet the specification requirements. Upon written notification of
rejection, items shall be removed within five (5) calendar days by the vendor at its expense
and redelivered at its expense. Rejected goods left longer than thirty (30) calendar days
will be regarded as abandoned and the City shall have the right to dispose of them as its
own property. Rejection for non-conformance or failure to meet delivery schedules may
result in the Contract being found in default.
11.16 DEFAULT PROVISION
In case of default by the PROPONENT or VENDOR, the City of Opa-Locka may procure
the articles or services from other sources and hold the PROPONENT or VENDOR
responsible for any excess costs occasioned or incurred thereby.
11.17 INDEMNIFICATION
The CONTACTOR shall indemnify, save harmless, and defend the City of Opa-Locka, its
officers, agents and employees from and against any claims, demands or causes of action
of any nature arising out of error, omission, negligent act, conduct, or misconduct of the
VENDOR, its agents, servants or employees in the provision of goods or the performance
of services pursuant to this Bid and/or from any procurement decision of the CITY including
Page 1 13
RF'P# 12-14121--CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
without limitation, awarding the Contract to the VENDOR.
11.18 SECONDARY/OTHER VENDORS
The CITY reserves the right in the event the primary vendor cannot provide an item(s) or
service(s) in a timely manner as requested, to seek other sources without violating the
intent of the Contract.
11.19 BID GUARANTEE
The successful PROPONENT shall execute the Contract (Agreement) and provide the
required Performance Bond, Payment Bond and Certificates of Insurance within ten (10)
calendar days of Notice of Award by the City. Any PROPONENT who has the Contract
awarded to him and who fails to execute the Contract and furnish the Performance and
Payment Bonds and Insurance Certificates within the specified time shall, at the City's sole
option forfeit the Bid Security that accompanied his Bid, and the Bid Security shall be
retained as liquidated damages by the City, and it is agreed that this sum is a fair estimate
of the amount of damages the City will sustain in case the PROPONENT fails to enter into
the Contract and furnish the Bonds as herein before provided, it being agreed that actual
damages would be impossible to determine, Bid Security deposited in the form of a
cashier's check drawn on a local bank in good standing shall be subject to the same
requirements as a Bid Bond.
11.20 TIME OF COMPLETION
The time of completion of the work to be performed under this contract is the essence of
the contract. Delays and extensions of time may be allowed only in accordance with the
provisions stated in the appropriate section of the General Conditions. The time allowed for
the completion of the work shall be as stated in the Bid Form. There shall be a $700
charge per day liquidated damages for delay for every day that the project is not completed
per the agreed upon schedule; the parties acknowledging that said amount represent fair
and reasonable liquidated damages for delay or the actual damages are difficult or
impossible to determine.
11.21 SIGNATURE
The legal name of the person or firm submitting the Proposal should be included in the
proposal. The Proposal should be signed by a person authorized to sign on behalf of the
Proponent and include the following:
(a)lf 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 venture should be included, and each
Page 1 14
RFP 4 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
partner or joint venture 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 venture 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.
12. EVALUATION AND SELECTION
12.1 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 Proponents to the City.
12.2 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) EXPERIENCE & REFERENCES
The City will consider the proponent's past experience in undertaking similar projects in
type, scope, and budget and complexity: 25 pts.
The Evaluation Team will consider the Proponent's organization and proposed project
team past experience in undertaking similar construction projects in type, scope, budget
and complexity. The Evaluation Team will evaluate bidders' performance to include
appropriate consideration of prior experience as a City vendor. Proponent shall
identify its past experience for providing Services that are MOST RELATED TO THIS
PROJECT within the last five (5) years. List the projects in order of priority, with the most
relevant project listed first. Provide the following information for each project listed:
• Project name, location, contract delivery method, and description
• Original and Final construction costs
• Final project size in liner feet of alignment
• Name of Project Manager
• Names and Address of Sub-vendors
•
References (for each project listed above, identify the following): The Owner's
representative, Architect/Engineer's name and telephone number. All information shall be
Page 1 15
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
considered relevant based on specific project participation and experience with the
respondent. The Owner may contact references during any part of this process. The
Owner reserves the right to contact any other references at any time during the RFP
process.
(b) 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 Opa-locka based businesses: 5 pts.
(c) PRICE PROPOSAL
The City will consider the proponent's price proposal in terms of accuracy, completeness,
value, local market and substantiated industry standards: 70 pts.
The Evaluation Team will consider the Proponent's price proposal in terms of accuracy,
completeness, value, local market and substantiated industry standards.
The Evaluation Team will consider the Proponent's responses to attached questionnaires
and all other forms and documents being a part of this RFP and Proponent's submittal.
Items a and b will comprise a technical review as further described in this RFP. Item c will
represent the price proposal.
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.
13.DISCREPANCIES IN PROPONENT'S FINANCIAL PROPOSAL
If there are any obvious discrepancies, errors or omissions in the Price Proposal (Proponent's
Financial Proposal), then the City shall be entitled to make obvious corrections, but only if, and
to the extent, the corrections are apparent from the Proposal as submitted, and in particular:
(a) If there is a discrepancy between a unit price and the extended total, then the unit prices
shall be deemed to be correct, and corresponding corrections will be made to the
extended totals;
(b) If a unit price has been given but the corresponding extended total has been omitted,
then the extended total will be calculated from the unit price and the estimated quantity;
and,
Page 1 16
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
(c) If an extended total has been given but the corresponding unit price has been omitted,
then the unit price will be calculated from the extended total and the estimated quantity.
(d) The Proponent agrees to be bound by the City's calculations pursuant to paragraphs (a)
through (c) of this section 1.3
1 4.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.
1 5.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 Proponents. The Evaluation Team may consider such clarifications or additional
information in evaluating a Proposal.
16. INTERVIEWS
The Evaluation Team may, at its discretion, invite some or all of the Proponents to appear
before the Evaluation Team to provide clarifications of their Proposals. In such event, the
Evaluation Team will be entitled to consider the answers received in evaluating Proposals.
17. 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
Page 1 17
RFP# 12-14121--CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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.
18. GENERAL CONDITIONS
18.1 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.
18.2 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.
18.3 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.
18.4 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.
18.5 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.
Page 118
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
18.6 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
19. QUALIFICATIONS
It is required that all Bidders enclose with their sealed bids the following information:
a) A detailed description of the firm including address, telephone number License
Classification with number and date of expiration, applicable License status, and
banking and credit references.
b) Briefly describe the educational background and professional experience in a
resume format of the firm owners, supervisors and key employees.
c) List similar contracts for landscape maintenance now held by your firm and other
similar contracts, if any formerly held. List at least one person for each such contract
whom may be contacted by us who is knowledgeable about your work. List telephone
numbers for these individuals.
d) This contract will be awarded only to responsible Contractors qualified by
experience to do the work specified herein. The Bidder shall submit, with his bid,
satisfactory evidence of his experience in like work and that he is fully prepared with the
necessary organization, capital, equipment and machinery to complete the work to the
satisfaction of the Owner.
Those parties deemed to be qualified to service this contract shall be judged on their
past performance and present ability to provide all labor, materials, and equipment to
successfully fulfill the provisions of this contract.
COMPANY QUALIFICATIONS
1. Company shall have been in continuous service and incorporated in the State of
Florida for a minimum of three (3) years.
2. Company must have a proven history in the care and maintenance of grass types
and public facilities.
3. Company must be fully licensed with all required State and/or Local government
licenses, and permits (irrigation, pest control, horticultural services, etc.)
4. Company must have an I.S.A. Certified Arborist or Miami-Dade County's Tree
Page 119
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Trimmer License Class A on staff or on call for the work involving plant
propagation and cultivation with the aim of improving plant growth, yields, quality,
nutritional value, and resistance to insects, diseases, and environmental
stresses.
5. Company must have a staff member with a Maintenance of Traffic Certification.
PERSONNEL MANAGEMENT REQUIREMENTS:
1. Managers must have excellent communication skills and be capable of directing
all regular maintenance and additional landscape services and coordinating
these with the designated City of Opa Locka staff.
2. Managers shall constantly use their experience and training to prevent, detect
and control adverse conditions by physically inspecting the landscape and
properly guiding the maintenance program.
3. Managers shall have internet access to provide correspondence via E-mail to
City designated staff.
TECHNICAL SERVICES:
1. To provide an adequate number of personnel specifically trained, experienced
and licensed in the following areas: grass maintenance, irrigation maintenance,
tree maintenance.
2. Provide a Certified Chemical Applicator license through the State of Florida,
Department of Health and Rehabilitative Service or have personnel on call.
3. Provide and I.S.A. Certified Arborist or Miami-Dade County's Tree Trimmer
License Class A with a minimum of three (3) years experience with South Florida
trees.
20. SCOPE OF WORK
The vendor shall adhere to the Ansi Z-133 2012 Standards. The Specific
requirements are as follows:
a) GRASS MOWING
Mowing wet grass shall be avoided whenever possible. Mower blades must be
kept sharp so that the cut grass edge is clean and not ragged. Mowing patterns
shall be changed frequently to avoid wear. Any grass clippings or other plant
debris remaining on the grass surface after 24 hours shall be removed. Clippings,
Page 120
REP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
mulch or other plant debris must be prevented from entering into the street or onto
a pedestrian pathway, ponds, lakes, water features, or drains. In the event that
this occurs, the materials shall be removed immediately.
b) LITTER CONTROL
The vendor shall retrieve and dispose of all litter and debris as necessary. This
shall include clearing all areas prior to mowing, and monitoring of the grounds on
an ongoing basis. This includes glass, rocks, dead foliage, metal, branches,
palm fronds or other debris subject to becoming a projectile if engaged by a
mower.
c) ST. AUGUSTINE GRASS
Mow only with a rotary mower a minimum of once per week during the growing
season of mid April through the end of October for a total of 43 cuts per year or
as scheduled by they City's/Divisions representative. The cutting height shall be a
minimum of 3 %" to a maximum of 4" above the soil.
d) BAHIA GRASS
Mow only with a rotary mower of a minimum of once per week during the growing
season of mid April through the end of October for a total of 36 cuts per year or as
scheduled by the City's/Divisions representative. The cutting height shall be a
minimum of 3 %" to a maximum of 4" above the soil.
e) EDGING AND CLEAN-UP
The vendor shall trim and properly edge all shrub and flower beds as well as tree
rings, curbs, walks, lighting, concrete or paver medians and all other obstacles in
the landscape and remove and dispose of clippings. Paved areas (hard edges)
shall be edged every mowing with respect to the grass type adjacent to the edging.
Remove all errant vegetation in expansion joints, cracks or crevices in any portion
of concrete areas. Edging of beds and tree rings (soft edging} shall be executed
every mowing with respect to the grass type adjacent to the edging. Damage to
property or existing vegetation caused by improper trimming or edging shall be
repaired or replaced within 48 hours at the vendor's expense. All walks
andother paved areas shall be vacuumed, swept or blown off while the mowing,
edging or trimming is in process so that the appearance suffers for the least
amount of time. Landscape lighting shall be wiped, blown off or vacuumed as
needed to prevent accumulation of clippings and dead insects.Landscape areas
shall be raked and cleaned of clippings, leaves, sticks, and all litter each time the
soft edging is done. Mowing schedules shall be approved by the City's/Divisions
Page 121
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
representative.
f) SHRUBS,TREES AND PALM MAINTENANCE
Shrubs and ground cover material shall be pruned a minimum of once per month
to ensure the best shape, health and character of the individual plant. Mechanical
trimming may not be utilized when the health or appearance of the plant will be
compromised by the use mechanical trimmers. Ground cover plants shall be
selectively cut back to encourage lateral growth and kept in bounds and out of
other plantings, walkways, lighting, etc. All shrubs within a clear sight zone shall be
kept at a 30" minimum height from the roadway.
Prune, thin, and trim all trees at least once per year to keep the trees healthy, to
maintain the natural character of the variety, to control shape and to prevent
crowing. Pruning in general shall consist of the removal of dead, broken, fungus,
infected, superfluous and intertwining branches, vines, and the removal of
decaying stumps and other undesirable growth. Palms shall be pruned as needed
to remove dead fronds and weak stalks only between 9 and 3 under the direction
of the City's representative. Certain Washingtonian palms will be an exception to
the pruning practices of normal palm maintenance when existing dead fronds are
maintained. Tree pruning will also be required from time to time to remove
damaged branches caused by storms, frost or when blocking sight distances
following the ANSI 300 ad ANSI Z-133 Standards and Miami-Dade County tree
ordinances.
All cuts should be made with sharp and proper tools. When cutting parts of
branches, leave a living bud at the end of the stub. Make cuts sufficiently close to
parent stem so that healing can readily start under normal conditions. On trees
known to be diseased, disinfect tools after each cut and between trees. Prune only
at the time of season proper for the variety. Prune or trim at least once or twice
each growing season to keep the natural shape of the individual plant.
g) PRUNING SHALL INCLUDE THE FOLLOWING ITEMS:
• Dead, dying or unsightly part of the tree.
• Removal of sucker growth from the base of trees in which an
exposed trunk character is desired.
• Branches that grow toward the center of the tree.
• Crossed branches that may rub together.
• "V" crotches if it does not ruin the appearance of the tree.
• Multiple leader if the tree normally has a single stem.
• Nuisance growth that interferes with the view, traffic,
signage, walks or lighting. Nuisance growth includes the removal
of all dangerous thorns, spikes or appendages which show
potential conflict with people.
• Shape the top of small trees as needed. All branches, dead wood
Page 122
1
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
and cuttings shall be removed from the job site at the time of
pruning and disposed of in an acceptable manner. All lawn and
shrub areas damaged by pruning equipment shall be restored at the
vendor's expense.
• Pruning of trees and palms shall only take place under the direction
of the City's representative.
h) PEST AND DISEASE MANAGEMENT
The vendor shall control or eradicate infestations by chewing or sucking insects,
leaf miners, fire ants and other pests and diseases by spraying the affected plants
with chemical sprays and combinations of sprays suitable for that particular pest
when the infestation or infection becomes evident and as often thereafter as
necessary. The vendor shall be fully licensed to spray pesticides and shall use
sound cultural practices that aid in preventing the presence or proliferation of
insects and diseases.
i). APPLICATION OF HERBICIDES
The vendor may apply various herbicides by means of spray type devices to aid in
the control of unwanted weeds and vegetation. All applications shall be performed
by persons holding a valid herbicide application license as issued by the State of
Florida and shall be done in accordance with the herbicide manufacturer's
recommended rates and all applicable Federal, State, County and Municipal
regulations. Herbicides may be used only with prior approval by the
City's/Divisions representative as to type, location and method of application.
The vendor shall exercise extreme care not to over spray and affect areas not
intended for treatment. Areas adversely affected by such over spray shall be
restored at the vendor's expense.
j). IRRIGATION
The vendor shall be responsible for the operation and maintenance of the
automatic irrigation system, and for setting and adjusting the time clocks to
ensure proper watering of all plant material and grass in the landscape.
The vendor shall be responsible for the labor and supervision needed to make
minor irrigation repairs to the lateral lines, risers and sprinkler heads up to two (2)
inches in diameter as required to keep the system operating. Major repairs to main
lines, valves, pumps and intake piping shall be reimbursed by the City/Division.
Reimbursable repair work shall require authorization by the City's/Division
representative prior to commencement.
Page 123
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Prior to the commencement of the maintenance program, the vendor shall have
forty-five (45) days from the start of contract to inspect the irrigation system
and report existing damage or incorrect operation and coverage to the
City/Division. The vendor shall be responsible for the integrity of the system after
this initial inspection report and subsequent repairs.
Time clocks shall be checked once a week or as may be required. The vendor
shall, at least once per month, fully operate all irrigation zones and replace, repair
or clean all irrigation heads, lines, valves, valve boxes and controllers as needed.
Any equipment damaged by the vendor's operation shall be replaced with the
same equipment and by the same manufacturer unless otherwise approved by the
City's/Division representative.
The irrigation shall be capable of providing 1 " of water to all grass and shrub beds
each week or as often as required to provide a uniform, lush green landscape
appearance. The system shall be adjusted during the various seasons. The
vendor shall be required to make all repairs within a minimum 24 hour period or
sooner as described by the City's/Division representative. Any form of damage to
the irrigation system must be reported to the City's representative immediately
upon discovery.
Irrigate as necessary during periods of little or no rainfall unless there is an
automatic irrigation system in place. Supply any supplemental watering necessary
to apply the proper amount of water to keep the plant material in optimal health.
Supplemental watering may require a large portable watering tank, impact
sprinklers or additional hose to be supplied by the vendor.
A written irrigation schedule shall be provided by the vendor to the Citys'/Division
representative. The vendor shall be responsible for controlling the amount of water
used for irrigation and any damage that • results from over-watering or insufficient
watering.
k). HAZARDS
The vendor shall inform the City's/Division representative of any immediate safety
hazards or vandalism (including graffiti) upon discovery in the field. The vendor
shall fill any holes found which would constitute a safety hazard.
I) GENERAL REQUIREMENTS:
Grass Maintenance
• Describe proposed mowing schedule and procedures;
Page 124
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
• Describe proposed preventative pest management program.
Tree and Palm Maintenance Program
• Describe proposed pruning schedule and procedures;
• Describe proposed preventative management program.
Shrub and Ground Cover Maintenance Program
• Provide type(s) of fertilizer and rates proposed for general use, and
other specific additives.
• Describe proposed pruning schedule and procedures;
• Describe proposed preventative management program.
Irrigation Maintenance Program
• Describe preventative maintenance program.
Equipment Specifications
• List all tools, equipment (including manufacturer), age of equipment
and quantities of each type that will be proposed to perform the
maintenance.
• Describe the preventative maintenance program for equipment.
Bidder's Supplement
• Proof of Insurance - provide original Certificate of Insurance as
described in proposed contract;
• Copies of all applicable licenses, permits, etc, required to perform
the services;
• Miscellaneous Information -this section of the proposal should
include any additional information about the services or bidder that
is not addressed elsewhere in the proposal.
Page I 25
O p,
U o
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE P " :MAINTENANCE
RFP NO: 12-1412100
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Vendor'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. Name and Title of Arborist Date Licensed:
7. The length of time in business: years
8. The length of time (continuous)in business as a service organization in Florida:
years
9. Provide a list of at least three commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-Locka specification, during the
last five years.
10. 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 Vendors, 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.
Page 126
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE ,MAINTENANCE
a� o
�9
�k 0
RFP NO: 12-1412100
PRICE PROPOSAL FORM-1
CITYWIDE ALLEYS MAINTENANCE
EXHIBIT "A"
PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and
install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY
changes the scope of the Project after the Contract Date.
As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and
services necessary to provide a complete, in place Project for the Proposed Price of:
LUMP SUM (LS) PRICE: $
DOLLARS AND CENTS)
The LS Price for maintenance count for rainy season, total months
(from the month of to ) and for dry season, total months
(from the month of to )
1. The ENTIRE WORK shall be completed, in full, within thirty (30) calendar days
from the date stipulated in the NOTICE TO PROCEED.
Failure to complete the entire work during the described time period shall result
in the assessment of liquidated damages.
2. Communications concerning this Bid shall be addressed to:
PROPONENT:
Address:
Telephone:
Facsimile:
Attention:
3. The terms used in this RFP which are defined in the General Conditions of the
Page 127
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Construction Contract included as part of the Contract Documents have the
meanings assigned to them in the General Conditions.
SUBMITTED
THIS DAY OF 2012.
BID SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit Fax Number
Bid
Signature Email Address
Title
Page 128
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Page 129
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE P ° ;MAINTENANCE
RFP NO: 12-1412100
PRICE PROPOSAL FORM-2
NW 27 AV AND NW 22 AV MAINTENANCE
PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and
install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY
changes the scope of the Project after the Contract Date.
As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and
services necessary to provide a complete, in place Project for the Proposed Price of:
LUMP SUM (LS) PRICE: $
DOLLARS AND CENTS)
The LS Price for maintenance count for rainy season, total months
(from the month of to ) and for dry season, total months
(from the month of to )
1. The ENTIRE WORK shall be completed, in full, within thirty (30) calendar days
from the date stipulated in the NOTICE TO PROCEED.
Failure to complete the entire work during the described time period shall result
in the assessment of liquidated damages.
2. Communications concerning this Bid shall be addressed to:
PROPONENT:
Address:
Telephone:
Facsimile:
Attention:
3. The terms used in this RFP which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the
meanings assigned to them in the General Conditions.
Page 130
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
SUBMITTED
THIS DAY OF 2012.
BID SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit Fax Number
Bid
Signature Email Address
Title
Page 131
RFP 4 12-14121--CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
pa/ <
h� 9
U >
• IVT�
RFP NO: 12-1412100
PRICE PROPOSAL FORM-3
CITYWIDE ALLEYS MAINTENANCE
NW 27 AV AND NW 22 AV MAINTENANCE
PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and
install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY
changes the scope of the Project after the Contract Date.
As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and
services necessary to provide a complete, in place Project for the Proposed Price of:
LUMP SUM PRICE: $
DOLLARS AND CENTS)
The LS Price for maintenance count for rainy season, total months
(from the month of to ) and for dry season, total months
(from the month of to )
1. The ENTIRE WORK shall be completed, in full, within thirty (3) calendar days
from the date stipulated in the NOTICE TO PROCEED.
Failure to complete the entire work during the described time period shall result
in the assessment of liquidated damages.
2. Communications concerning this Bid shall be addressed to:
PROPONENT:
Page 132
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Address:
Telephone:
Facsimile:
Attention:
3. The terms used in this RFP which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the
meanings assigned to them in the General Conditions.
SUBMITTED
THIS DAY OF 2012.
BID SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit Fax Number
Bid
Signature Email Address
Title
Page 133
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Page 134
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
•
Op
O \gyp
6 2. 1.
4n-
RFP NO: 12-1412100
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OFRESPONSIBILITY
1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of
its Principals:
A. Are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency.
B. Have not, within a three-year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or subcontract; violation of Federal or state antitrust statutes relating to
the submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, tax evasion, or receiving
stolen property; and
C. Are not presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in paragraph 1-
B of this provision.
2. The Proposer has not, within a three-year period preceding this offer, had one or more
contracts terminated for default by any City, State or Federal agency.
A. "Principals," for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities within
a business entity (e.g., general manager; plant manager; head of a subsidiary, division,
or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United
States and the Making of a False, Fictitious, or Fraudulent Certification May Render the
Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
Page 135
RFP# 12-14121-CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
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.
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
VENDOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
Page 136
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
h �
•u i0�1i �5j�
9uoq t O•
RFP NO: 12-1412100
NON-COLLUSION AFFIDAVIT
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE
being first duly sworn,
deposes and says that:
(1) He/She/They is/are the
(Owner, Partner, Officer, Representative or Agent) of
the PROPONENT that has
submitted the attached proposal;
(2) He/She/They is/are fully informed respecting the preparation and contents of the
attached Proposal and of all pertinent circumstances respecting such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said PROPONENT nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any
way colluded, conspired, connived or agreed, directly or indirectly, with any other
PROPONENT, firm, or person to submit a collusive or sham Proposal in connection
with the Work for which the attached Proposal has been submitted; or to refrain
fromProposing in connection with such Work; or have in any manner, directly or
indirectly, sought by agreement or collusion, or communication, or conference with
any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of
theProposal or of any other PROPONENT, or to fix any overhead, profit, or cost
elements of the Proposed Price or the Proposed Price of any other PROPONENT, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any
advantage against (Recipient), or any person interested in the proposed Work;
(5) The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
Page I 37
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
of the PROPONENT or any other of its agents, representatives, owners, employees
or parties of interest, including this affiant.
Signed, sealed and delivered in the presence of:
By:
Witness Signature
Witness Print Name and Title
Date
Page 138
REP# 12-14121 CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
ACKNOWLEDGEMENT
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE )
On this the day of , 2012, before me, the undersigned
Notary Public of the State of Florida, personally appeared (Name(s) of
individual(s) who appeared before
notary) and whose name(s)
is/are Subscribed to the within instrument, and he/she/they acknowledge that
he/she/they executed it.
WITNESS my hand and official seal.
Notary Public, State of Florida
NOTARY PUBLIC:
SEAL OF OFFICE:
(Name of Notary Public: Print, Stamp or
type as commissioned.)
Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or
Did Not take an oath.
Page 139
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE A Ea(' a` MAINTENANCE
t 1.
DRUG-FREE WORKPLAC CERTIFICATION FORM
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
EXHIBIT "A"
CITY OF OPA LOCKA ALLEY WAYS
Page I 40
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
Zone Address
1 2181 Rutland Street thru 1800 Service Road
1 1801 Wilmington Street thru 2181 Wilmington
Street
1 14430 NW 21 court thru 2171 Burlington Street
1 2140 York Street thru 1996 Wilmington Street
1 2000 York Steet thru 2151 York Street
1 1891 NW 135 Street thru 1701 NW 135 Street
(Canal behind address)
2 2211 Rutland Street thru 2397 Rutland Street
2 2370 Rutland Street thru 2210 Rutland Street
2 14265 NW 22 Court thru 14145 NW 22 Court
2 14145 NW 22 Place thru 14265 NW 22 Place
2 14281 NW 23 Court thru 14101 NW 23 Court
2 14101 NW 23 Court thru 14281 NW 23 Place
2 14281 NW 24 Avenue thru 14101 NW 24 Avenue
2 2591 Superior Street thru 13830 NW 24 Avenue
2 2309 York Street thru 2581 York Street
2 2571 NW 139 Street thru 2301 NW 139 Street
2 2301 NW 140 Street thru 2571 NW 140 Street
3&4 1335 Kasim Thru 1121 Kasim
3&4 1111 Peri thru 1351 Peri
3&4 1345 Jann Street thru 115 Seaman
3&4 1351 Sharar Avenue thru 705 Sharar Avenue
3&4 215 Perviz Avenue thru 1355 Dunad Avenue
3&4 1345 Sesame Street thru 1105 Seasme Street
3&4 1100 Sesame Street thru 14400 NW 27 Avenue
3&4 1256 Sharazad Blvd thru 1201 Fisherman Street
3&4 1201 Ali-Baba Avenue thru 1265 Ali-Baba Avenue
3&4 1100 Sharazad Blvd thru 1150 Sharazad Blvd
3&4 1090 Caliph thru 1000 Caliph
Page 141
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
3&4 941 Caliph thru 901 Caliph
3&4 900 Salih thru 940 Salih
3&4 1090 Fisherman Street thru 910 Fisherman Street
3&4 135 Bagdad thru 185 Bagdad
3&4 663 Sharar Avenue thru 401 Sharar Avenue
3&4 310 Sharar Avenue thru 561 Dundad Avenue
3&4 350 Sesame Street thru 521 Sesame Street
3&4 341 Aladdin Street thru 301 Aladdin Street
3&4 311 Sabur Lane thru 381 Sharazad Blvd
3&4 391 Aladdin Street thru 490 Sesame Street
3&4 1200 Burlington Street thru 1245 Vermont Street
3&4 1131 Rutland Street thru 1111 Rutland Street
3&4 915 Codadad Street thru 1246 Rutland Street
3&4 1226 Wilmington Street thru 1015 Codadad Street
3&4 1120 York Street thru 1210 York Street
3&4 1020 Rutland Street thru 926 Rutland Street
3&4 915 Rutland Street thru 1020 Burlington Street
3&4 1120 Opa-Locka Blvd thru 901 Superior Street
3&4 900 Superior Street thru 1121 Atlantic Avenue
3&4 700 Superior Street thru 1156 Perviz Avenue
3&4 866 West Drive thru 700 Burlington Street
3&4 840 Burlington Street thru 870 Burlington Street
3&4 670 Harem Avenue thru 510 Harem Avenue
3&4 675 Harem Avenue thru 690 Curtiss Drive
3&4 695 Curtiss Drive thru 515 Harem Avenue
3&4 701 Curtiss Drive thru 1060 Oriental Blvd
3&4 725 Arabia Avenue thru 975 Arabia Avenue
3&4 601 Perviz Avenue thru 1060 Curtiss Drive
3&4 701 Harem Avenue thru 775 Harem Avenue
3&4 340 Seaman thru 701 Jann Avenue
3&4 1335 Kasim Thru 1121 Kasim
3&4 1111 Peri thru 1351 Peri
3&4 1345 Jann Street thru 115 Seaman
Page 142
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
3&4 1351 Sharar Avenue thru 705 Sharar Avenue
3&4 215 Perviz Avenue thru 1355 Dunad Avenue
3&4 1345 Sesame Street thru 1105 Seasme Street
3&4 1100 Sesame Street thru 14400 NW 27 Avenue
3&4 1256 Sharazad Blvd thru 1201 Fisherman Street
3&4 1201 Ali-Baba Avenue thru 1265 Ali-Baba Avenue
3&4 1100 Sharazad Blvd thru 1150 Sharazad Blvd
3&4 941 Caliph thru 901 Caliph
3&4 900 Salih thru 940 Salih
3&4 1090 Fisherman Street thru 910 Fisherman Street
3&4 135 Bagdad thru 185 Bagdad
3&4 663 Sharar Avenue thru 401 Sharar Avenue
3&4 310 Sharar Avenue thru 561 Dundad Avenue
3&4 350 Sesame Street thru 521 Sesame Street
3&4 341 Aladdin Street thru 301 Aladdin Street
3&4 311 Sabur Lane thru 381 Sharazad Blvd
3&4 391 Aladdin Street thru 490 Sesame Street
3&4 1200 Burlington Street thru 1245 Vermont Street
3&4 1131 Rutland Street thru 1111 Rutland Street
3&4 915 Codadad Street thru 1246 Rutland Street
3&4 1226 Wilmington Street thru 1015 Codadad Street
3&4 1120 York Street thru 1210 York Street
3&4 1020 Rutland Street thru 926 Rutland Street
3&4 915 Rutland Street thru 1020 Burlington Street
3&4 1120 Opa-Locka Blvd thru 901 Superior Street
3&4 900 Superior Street thru 1121 Atlantic Avenue
3&4 700 Superior Street thru 1156 Perviz Avenue
3&4 866 West Drive thru 700 Burlington Street
3&4 840 Burlington Street thru 870 Burlington Street
3&4 670 Harem Avenue thru 510 Harem Avenue
3&4 675 Harem Avenue thru 690 Curtiss Drive
3&4 695 Curtiss Drive thru 515 Harem Avenue
Page 143
RFP# 12-14121—CITYWIDE ALLEY,N W 27 AVE AND N W 22 AVE MAINTENANCE
3&4 701 Curtiss Drive thru 1060 Oriental Blvd
3&4 725 Arabia Avenue thru 975 Arabia Avenue
3&4 601 Perviz Avenue thru 1060 Curtiss Drive
3&4 701 Harem Avenue thru 775 Harem Avenue
3&4 340 Seaman thru 701 Jann Avenue
5 3100 NW 135 Street thru 3250 NW 135 Street
5 3101 NW 133 Street thru 3191 NW 133 Street
5 13280 NW 31 Avenue thru 13260 NW 30 Avenue
5 2811 NW 134 Street thru 2851 NW 134 Street
5 2861 NW 135 Street thru 3299 NW 135 Street
5 13441 Port Said Rd
The bidder is to verify the above list and must include any missing Alleys for bid price.
Page 144