Loading...
HomeMy Public PortalAbout20-9745 - Janitorial Maintenance ServicesSponsored by: City Manager RESOLUTION NO. 20-9745 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH KELLY JANITORIAL SERVICES, INC. FOR JANITORIAL MAINTENANCE SERVICES AT THE CITY OF OPA-LOCKA'S MUNICIPAL COMPLEX PURSUANT TO REQUEST FOR PROPOSAL (RFP) NO. 20-0225100; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, Request for Proposal (RFP) 20-0225100, attached hereto as Exhibit "A", was published on January 26, 2020 for janitorial maintenance services; and WHEREAS, thirteen (13) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on February 25, 2020; and WHEREAS, the City Manager's Office assembled an Evaluation Committee ("Committee") to review, evaluate, score and rank the proposals submitted; and WHEREAS, upon review of all proposals submitted, the Committee recommended Kelly Janitorial Systems, Inc. as the lowest responsive responsible bidder as reflected into the City Manager memorandum attached hereto as Exhibit "B"; and WHEREAS, the City has determined that the selection of Kelly Janitorial Systems, Inc. for janitorial maintenance services is in the best interest of the City and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. Adoption of Representations. The above recitals are true and correct and are incorporated into this Resolution by reference. Section 2. Authorizing City Manager to Enter Agreement for Janitorial Maintenance Services of the Municipal Complex. The City Commission of the City of Opa-locka hereby authorizes the City to enter an agreement with Kelly Janitorial Resolution No. 20-9745 Services, Inc. for janitorial services pursuant to Request for Proposal (RFP) 20-0225100, attached hereto as Exhibit "A". Section 3. Effective Date. This Resolution shall take effect immediately upon adoption by the City Commission of the City of Opa-locka. PASSED and ADOPTED this 8th day of April, 2020. Matthew Pigatt, Mayor ATTEST: nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL S . FICIENCY: B n. e - e No is -Weeks, P.A. City Attorney Moved by: Commissioner Bass Seconded by: Commissioner Kelley VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES EXHIBIT "A REQUEST FOR PROPOSAL (RFP) Janitorial Maintenance Services City of Opa-locka RFP NO: 20-0225100 REQUEST FOR PROPOSAL (RFP) JANITORIAL MAINTENANCE SERVICES CITY OF OPA LOCKA 780 FISHERMAN STREET OPA-LOCKA, FLORIDA 33054 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 20-0225100 Janitorial Maintenance Services Sealed Proposals for Janitorial Maintenance Services will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, February 25, 2020 by 1:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of 0pa-locka, Florida, and marked RFP for janitorial Maintenance Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the City Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054, or copies of the RFP No. 20-0225100 may also be obtained by visiting the City's website at www.opalockafl.gov. 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: 20-0225100 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A Mandatory pre -bid meeting will be held on Wednesday, February 5, 2020 at 10:00 a.m. at the Municipal Complex, 780 Fisherman Street, Opa-locka, FL 33054. City Clerk Joanna Flores, CMC 1.1 Introduction The City of Opa-locka is requesting cost proposals for Janitorial Services For 780 Fisherman Street on a daily basis, Monday through Friday, in the afternoon. The Opa-locka Municipal Complex, 780 Fisherman Street • 1st Floor Common Areas - Entryway, Hallways, Restrooms • 1st Floor Utility Billing Department - Entire Office Area • 1st Floor MDC Utility Billing Department - Entire Office Area • 1st Floor Information Technology Department - Entire Office Area • 1st Floor Career Source - Entire Office Area • 2nd Floor Common Areas - Entryway, Restrooms • 3rd Floor Common Areas - Entryway, Hallways, Restrooms • 3rd Floor Police Department - All Individual Offices • 4th Floor Common Areas - Entryway, Restrooms • 4th Floor - All Individual Offices 1.2. DEVELOPMENT COSTS Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. 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. 1.3. PROPOSAL SUBMISSION AND WITHDRAWAL The City must receive all proposals in a sealed envelope by 1:00 p.m. on February 25, 2020. 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: 20-0225100 janitorial Maintenance Services. Page 1 3 The 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) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1.4. INQUIRIES 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. Proposers may e- mail their requests to the attention of the City Clerk at jflores@Opalockafl.gov. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1.5. 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 three (3) 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 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 through written communication prior to the opening of the proposals. 1.6. 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 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, Page 4 approved by the appropriate level of authority within the City and executed by all parties. The City anticipates that the final Agreement will be in substantial conformance with this sample Agreement; nevertheless, Proposers are advised that any Agreement may result from the RFP may deviate from the Sample Agreement. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re -advertise for other proposals. 1.7. CONTRACTUAL AGREEMENT This RFP and Contractor proposal 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. 1.8. SELECTION PROCESS The proposals will be evaluated and assigned points. The company with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, 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. 1.9. 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. 1.10 LICENSES Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. Page 5 1.11. 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 proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1.12. 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. 1.13. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1.14. CONE OF SILENCE "Cone of Silence", as used herein, means a prohibition on any communication regarding a particular Request for Proposal ("RFP"), Request for Qualification ("RFQ") or bid. Proposers are hereby advised that this RFP is subject to the "Cone of Silence", in accordance with Opa-locka Ordinance (Ord. No. 16-08, § 2). From the time of advertising until the City Manager issues a recommendation, there is a prohibition on communication with the City's professional staff. The ordinance does not apply to oral communications at pre -proposal conference, public presentations made to the City Commissioners during any duly notices public meeting, or communications in writing at any time with any city employee, official, or member of the City Commissioners unless specifically prohibited herein. A copy of all written communications must be filed with the City Clerk, at the address as listed in Section 1.3 herein. Among other penalties, violation of these provisions by any particular bidder shall render any Bid ward to said bidder voidable. Page 16 1.15. 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. 1.16. PROTESTS Protests of the plans, specifications, and other requirements of the request for proposal and bids 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. 1.17. 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 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. 1.18. LICENSES Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP NO: 20-0225100 submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. Page 17 1.19. INDEMNIFICATION The work performed by the vendor shall be at the risk of the vendor exclusively. To the fullest extent permitted by law, the vendor shall indemnify, defend (at the vendor's sole expense) and hold harmless the owner, joint ventures, representatives, members, designees, officers, directors, employees, agents, successors and assigns ("indemnified parties") from and against any and all claims for bodily injury, death or damage to property, demands, damages, actions, causes of actions, suits, losses, judgments, obligations and any liabilities, costs and expenses (including but not limited to investigative and repair costs, attorney's fees and costs) ("claims") which arise or are in any way connected with the work performed, materials furnished, or services provided under this agreement by the vendor or its agents. These indemnity and defense obligations shall apply to any acts or missions, negligent or willful misconduct of the supplier, its employees, or agents, whether active or passive. The vendor shall not be obligated to indemnify or defend the owner for claims found to be due to the sole negligence or willful misconduct of the indemnified parties. The vendor's indemnification and defense obligations hereunder shall extend to claims occurring after this agreement is terminated as well as while it is in force, and shall continue until it is finally adjudicated and any and all actions against the indemnified parties for such matter which are indemnified hereunder are fully and finally barred by applicable laws. 1.20. RISK OF LOSS. DESTRUCTION. OR DAMAGE The City will not be responsible for any theft, destruction of, or damage to equipment from any cause, with the exception of negligence or willful acts by an employee(s) or agent(s) of the City. 1.21. NON -COLLUSION AFFIDAVIT The vendor, in accordance with Miami -Dade County requirements, must sign an affidavit of non -collusion which has been attached hereto. This document must be signed and returned with the bid response. 1.22. TERMINATION FOR CONVENIENCE A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. Page 18 1.23. PROPOSAL SCHEDULE The following Schedule of Key Events and Dates represents the City's best estimate of the schedule that shall be followed. The City reserve the right, at its sole discretion, to adjust this schedule as it deems necessary. The City will make a good faith effort to notify potential vendors of adjustments to the Schedule; however, ultimate responsibility for obtaining notice of changes in the Schedule of Key Events lies with the potential vendors. KEY DATES Event Date Time RFP Release date Sunday, January 26, 2020 Mandatory Pre -Bid Meeting Wednesday, February 5, 2020 10:00 a.m. Last Date for Receipt of Written Questions Monday, February 17, 2020 5:00 p.m. Deadline for Proposal Submission Tuesday, February 25, 2020 1:00 p.m. Evaluation Committee Meeting To Be Determined TBD Address for RFP Package Delivery Proposals must be received by the office of: Office of the City Clerk 780 Fisherman Street 4th Opa-locka, Florida 33054 1.24. 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. Firms submitting proposals are fully responsible for their delivery. Reliance upon mail or mail carriers is at the firm's risk. 1.25. ADDENDUM 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.Opalockafl.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 Page 19 Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all addenda that are posted on the City Website. 1.26. OPENING OF PROPOSALS The City intends to open Proposals in public. 1.27. CITY RIGHTS CITY reserves the right to reject any or all proposals and to waive any informality in proposals received. CITY also reserves the right to reject proposals from companies who have previously failed to perform properly or complete on time contracts for CITY, or a proposal where investigation shows that the proposing company is not in a position to successfully perform the contract, in the judgment of CITY. CITY reserves the right to reject a proposal, regardless of price and conditions, where the proposed terms and/or conditions are deemed unacceptable to CITY. This Request for Proposals does not commit CITY to award a contract, to pay for any costs incurred in preparation of a proposal, nor contract for services. 1.28. PROPOSAL SUBMISSION FORM AND CONTENTS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 1.29. QUALIFICATIONS Contractors shall be in the business of janitorial maintenance services and must possess sufficient financial support, equipment and organization to insure that it can satisfactorily perform the services is awarded a Contract Contractor must demonstrate that they are the principals assigned to the project, have successfully provided services with similar magnitude to those specified in the scope of services to at least one public entity similar in size and complexity to the City of Opa-locka or can demonstrate they have the experience with large scale private sector clients and the managerial and financial ability to successfully perform the work. Contractor shall satisfy each of the following requirements cited below. Failure to do so may result in the proposal being deemed non -responsive is required that all Bidders enclose with their sealed bids the following information: Page I10 " 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. " Briefly describe the educational background and professional experience in a resume format of the firm owners, supervisors and key employees. " List similar contracts for Janitorial Services 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. " 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. 1.30. COMPANY QUALIFICATIONS " Company shall have been in continuous service and incorporated in the State of Florida for a minimum of three (3) years. " Company must have a proven history in Janitorial and Maintenance services for public facilities. " Company must be fully licensed with all required State and/or Local government licenses, and permits. 1.31. PERSONNEL MANAGEMENT REQUIREMENTS: " Managers must have excellent communication skills and be capable of directing all regular janitorial maintenance services and coordinating these with the designated City of Opa-locka staff. " Managers shall constantly use their experience and training to prevent, detect and control adverse conditions by physically inspecting the locations and properly guiding janitorial services. " Managers shall have Internet access to provide correspondence via E-mail to City designated staff. Page I11 1.32. TECHNICAL SERVICES: • To provide an adequate number of personnel specifically trained and experienced in Janitorial Services. 1.33. SCOPE OF WORK: DAILY • Empty all trash receptacles, replace liners, and remove trash to a collection point. • Stock all restrooms with towels, tissue, and hand soap. Wipe dispensers as needed. • Toiles and urinals to be cleaned and sanitized inside and outside. • Toilet seats wiped clean on both sides. • Report any restroom repairs needed to the Building Manager. • Pour fresh water down floor drains to refresh water in sewer lines. • Squeegee both sides of glass doors removing prints and smudges; wipe frames. • Thoroughly dust all horizontal and vertical surfaces, including window sills, ledges, moldings, telephones, pictures, office furniture and manner of furnishings. • Vacuum walk off mats and traffic lanes. • Dust mop hard surface floors. • Damp mop hard surface floors, taking care to get into corners, along edges and beneath furniture. • Vacuum all carpeting, taking care to get into corners, along edges and beneath furniture. • Spot wipe light switches and doors. • Clean drinking fountains MONTHLY • Spot treat soiled carpet areas. • Complete all high dusting, including exhaust fans and air ventilators within reach. • Thoroughly wash windows (interior and exterior on all floors) and partition glass on both sides. • Dust window blinds. QUARTERLY • Machine strip all tile floors The Vendor will be responsible for supplying all cleaning equipment, chemicals, trash bags, paper towels, hand soap, and toilet paper. Page I12 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. 1.34. REFERENCE The Proposer must provide references from at least two (2) clients for whom the related Janitorial Maintenance Services were provided by the respective contractor. The references should include the name, physical address, email address and telephone number of a contact person for each reference cited. 1.3 S. EVALUATION AND SELECTION 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. Proposals will be evaluated and negotiated in accordance with the evaluation criteria described herein. Subject to CITY's right to reject any or all proposals, the Proposer whose proposal is found, in CITY's sole discretion, to be most advantageous to the CITY will be selected. The City will select the proposal that offers the best service plan and terms for CITY. Therefore, contractors are encouraged to submit proposals that provide their best possible service and compensation guarantee to the City. Award of the Contract is not valid until authorized by the CITY Board of Commissioners. CITY will employ a structured, competitive evaluation process. All written proposals will be reviewed and scored based on how well they address the specific needs of the City as outlined in this RFP. CITY's evaluation team will review the technical proposals individually and meet as a group. The evaluation team meeting will be open to the public. Page I13 1.36 EVALUATION CRITERIA CategorY Pants Experience and Qualifications of professional personnel assigned to project 1. Number of years providing janitorial services 2. Qualifications and experience of assigned staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 Price Proposal 1. Cost of proposed services 2. Value of added services 35 Resources and approach 1. Adequate resources (financial, equipment, facilities) 2. Capability to undertake the required performance period 3. Proposed plan and approach to fulfilling scope 30 References Containing at least three agencies. 10 TOTAL 100 1.37. 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. Page 114 1.38. GENERAL CONDITIONS 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. 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. Page I15 RFP NO: 20-0225100 JANITORIAL MAINTENANCE SERVICES PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Consultant's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual ( ) 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least 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 twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Consultants, 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. Page116 RFP NO: 20-0225100 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. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least 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. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the 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. Page17 RFP NO: 20-0225100 PRICE PROPOSAL FORM JANITORIAL MAINTENANCE SERVICES 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: SUBMITTED THIS LUMP SUM PRICE: $ BID SUBMITTED BY: DAY OF 2019. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address Page I18 CITY OF OPA-LOCKA 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. 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. Page I19 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, 1 CERTIFY THAT THIS CONSULTANT COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name Page 1 20 CITY OF OPA-LOCKA DRUG -FREE WORKPLACE 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 Page I 21 CITY OF OPA-LOCKA 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 from Proposing 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 the Proposal 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 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 Page 122 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. Sworn and subscribed before this day of , 20_ Notary Public, State of Florida (Printed Name) My commission expires: By: Title: Page 1 23 EXHIBIT "B" CITY MANAGER RFP NO. 20-0225100 EVALUATION COMMITTEE RESULTS MEMORANDUM Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 John E. Pate, MS, CM Telephone (786) 338-6598 City Manager Email: jpatena,opalockafl.gov To: Mayor Matthew Pigatt Vice Mayor Chris Davis Commissioner Sherelean Bass Commissioner Alvin Burke Commissioner Joseph L. Kelley From: John E. Pate, City Manager Date: March 2, 2020 Re: Resolution: Committee Selection for Janitorial Maintenance Services Req uest: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF KELLY JANITORIAL SYSTEMS FOR JANITORIAL MAINTENANCE SERVICES AT THE MUNICIPAL COMPLEX PURSUANT TO RFP NO. 20-0225100; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Description: Janitorial Maintenance Services for the property located at 780 Fisherman Street, Opa- locka, FL 33054. Analysis: Bid proposals were received by the Office of the City Clerk on February 25, 2020 at 1:11 p.m. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following thirteen (13) companies submitted proposals: Abdiel Construction Cleaners of South FL, Inc. Kelly Janitorial Systems A-1 Extreme Cleaning, LLC EPMG, LLC J-MAC Cleaning Services, Inc. Optell Solutions Group, Inc. BACM Solutions Services AAA Facility Solutions P.C.S. Professional Cleaning Services, Corp. High Sources, Inc. Amer -Plus Janitorial & Maintenance, LLC. United States Service Industries, Inc. (USSI) G & D Construction & Janitorial Services Corp The evaluation committee met on March 2, 2020 to review proposals. Members of the evaluation committee included: Carlos Gonzalez, CIP Project Manager Gerald Lee, Community Development Planner King Leonard, Building Maintenance Superintendent Rich Oddman, Sr. Accountant Nelson Rodriguez, IT Director Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Experience and Qualification 25% Price Proposal 35% Resources and Approach 3 0% References 10% Below you will find the selection committee evaluations that include scoring of the thirteen (13) proposals submitted / received. The proposals are listed in order from highest to lowest in ranking: Kelley Janitorial Systems Name Rating Carlos Gonzalez 4.45 Gerald Lee 3.75 King Leonard 4.25 Rich Oddman 4.70 Nelson Rodriguez 5.00 TOTAL 4.43 AAA Facility Solutions Name Rating Carlos Gonzalez 3.55 Gerald Lee 2.20 King Leonard 3.70 Rich Oddman 3.80 Nelson Rodriguez 3.80 TOTAL 3.41 United States Service Industries Name Rating Carlos Gonzalez 4.55 Gerald Lee 2.30 King Leonard 2.40 Rich Oddman 2.65 Nelson Rodriguez 3.95 TOTAL 3.17 BACM Solutions Services Name Rating Carlos Gonzalez 3.30 Gerald Lee 1.75 King Leonard 2.85 Rich Oddman 3.05 Nelson Rodriguez 2.05 TOTAL 2.60 G & D Construction & Janitorial Name Rating Carlos Gonzalez 3.35 Gerald Lee 0.70 King Leonard 2.05 Rich Oddman 0.70 Nelson Rodriguez 0.35 TOTAL 1.43 P.C.S. Professional Name Rating Carlos Gonzalez 4.10 Gerald Lee 2.35 King Leonard 3.20 Rich Oddman 4.10 Nelson Rodriguez 4.65 TOTAL 3.68 Abdiel Construction Name Rating Carlos Gonzalez 3.85 Gerald Lee 3.65 King Leonard 3.35 Rich Oddman 3.15 Nelson Rodriguez 2.65 TOTAL 3.33 High Sources, Inc. Name Rating Carlos Gonzalez 3.55 Gerald Lee 2.35 King Leonard 2.40 Rich Oddman 3.15 Nelson Rodriguez 2.95 TOTAL 2.88 J-MAC Cleaning Services, Inc. Name Rating Carlos Gonzalez 3.20 Gerald Lee 2.00 King Leonard 2.70 Rich Oddman 2.55 Nelson Rodriguez 1.40 TOTAL 2.37 A-1 Extreme Cleaning, LLC Name Rating Carlos Gonzalez 3.70 Gerald Lee 2.65 King Leonard 3.70 Rich Oddman 4.15 Nelson Rodriguez 3.35 TOTAL 3.51 Optell Solutions Group, Inc. Name Rating Carlos Gonzalez 3.85 Gerald Lee 3.25 King Leonard 2.80 Rich Oddman 3.30 Nelson Rodriguez 3.20 TOTAL 3.28 Amer -Plus Janitorial & Mainten. Name Rating Carlos Gonzalez 3.45 Gerald Lee 2.30 King Leonard 2.95 Rich Oddman 3.10 Nelson Rodriguez 2.60 TOTAL 2.88 EPMG, LLC Name Rating Carlos Gonzalez 2.75 Gerald Lee 1.90 King Leonard 2.95 Rich Oddman 1.95 Nelson Rodriguez 1.40 TOTAL 2.19 Recommendation(s): Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiates and enters into an agreement with Kelly Janitorial Systems. Attachments: Request for Proposal (RFP) #20-0225100 Advertisements Bid Certification Committee Evaluation Forms Bid Proposals City of Opa-Locka Agenda Cover Memo Department Director: Department Director Si nature: City Manager: John E. Pate CM Signature: _ Commission Meeting Date: 03.25.2020 Item Type: (EnterX in box) Resolution r i ance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading. (EnterX in box) 1st Reading 2" Reading x Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account#: 62-519340 (Enter Fund & Dept) Ex: Town Center Other Contracted Services Advertising Requirement: (Enter X in box) Yes No x Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communcation Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) • X un NI • • El • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to enter into an agreement with Kelly Janitorial Systems for Janitorial Maintenance Services at the Municipal Complex. Staff Summary: Request for Proposal (RFP) 20-0225100 was published on January 26, 2020 for Janitorial Maintenance Services. Thirteen (13) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on February 25, 2020. The Evaluation Committee reviewed the proposals and subsequently selected Kelly Janitorial Systems as the lowest responsive responsible bidder. Proposed Action: Staff recommends the approval based on the Selection Committee review, scoring and ranking. Attachment: RFP No. 20-0225100 Advertisements Bid Certification Committee Evaluation Forms Bid Proposals