Loading...
HomeMy Public PortalAbout19-9715 Approving RFP for Janitorial ServicesSponsored by: City Manager RESOLUTION NO. 19-9715 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, APPROVING ISSUANCE. OF A REQUEST FOR PROPOSALS ("RFP") FOR JANITORIAL SERVICES FOR 780 FISHERMAN STREET; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City Commission has determined that it is necessary for the City of Opa-locka ("City") to procure janitorial maintenance services for the Opa-locka's Municipal Complex located at 780 Fisherman Street; and WHEREAS, the City desires to contract with a fully Florida licensed and certified janitorial maintenance service that possesses sufficient financial support, equipment and organization to insure that it can satisfactorily perform janitorial services for the City; and WHEREAS, the City seeks a Contractor with experience to specifically perform the scope of services set forth in the Request for Proposals (RFP), attached hereto as Exhibit "A" hereto; and WHEREAS, the City has determined that issuance of an RFP 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. Approval of Issuance of RFP for Janitorial Services. The City Commission of the City of Opa-locka hereby approves the issuance of a Request for Proposals ("RFP") for janitorial maintenance services for the City of Opa-locka's Municipal Complex at 780 Fisherman Street, as set forth in Exhibit "A" attached hereto. Resolution No. 19-9715 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 13th day of November 2019. Matthew A. Pigatt, Mayor ATTEST: Joann Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: B rna • J e Nor r s-Weeks, P.A. Moved by: Vice Mayor Davis Seconded by: Commissioner Kelley VOTE: 5-0 Commissioner Bass: YES Commissioner Burke: YES Commissioner Kelley: YES Vice -Mayor Davis: YES Mayor Pigatt: YES City of Opa-Locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: John E. Pate CM Signature: Commission Meeting Date: 11.13.19 Item Type: (EnterX in box) Resolution rdi ance Other X • Fiscal Impact: (EnterX in box) Yes No Ordinance Reading. L (EnterX in box) st Reading 2nd Reading x $est. 2,000.00 Public Hearing: (EnterX in box) Yes No Yes No X x Funding Source: Account# : 16-512490 (Enter Fund & Dept) Ex: Legal Advertising Advertising Requirement: • (EnterX in box) Yes No X Contract/P.O. Required: (EnterX 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 m M MI III Sponsor Name City Manager Department: City Manager Short Title.: A resolution authorizing the City Manager to issue an RFP for Janitorial Services. Staff Summary: The City of 0pa-locka would like to issue an Request for Proposals (RFP) for daily Janitorial Services for 780 Fisherman Street. Proposed Action: Staff recommends the approval of this request to issue an RFP to seek quotes from qualified vendors. Attachment: Draft RFP Document. EXHIBIT "A REQUEST FOR PROPOSAL (RFP) JANITORIAL MAINTENANCE SERVICES City of Opa-locka RFP 1V0: 19-XXXIOCXX REQUEST FOR PROPOSAL (RFP) jA1VITORIAL MAINTENANCE SEIaVICES CITY OF OPA LOCKA 780 FISHERMAN STREET OPA-LOCKA, FLORIDA 33054 CITY OF OPA LOCKA REQUEST FOR PROPOSALS RFP NO: 19-XXXXXXX 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, Friday, November XX, 2019 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 Opa-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.19-XXXXXXX 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: 19-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Wednesday, November XX, 2019 at 1:00 p.m. at the Municipal Complex, 780 Fisherman Street, Ste. 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 - Entir U ffice Area • 1 Floor MDC Utility Billing Departme St %' tare Office Area • 1st Floor Information Technology Dj 6 nt//- Entire Office Area /// • 2nd Floor Common Areas - Entryway, estr rns • 3rd Floor Common Areas - Enay, Hallways strooms • 3rd Floor Police Departmer 1 Individual Offi • 4th Floor Common Areas - En ay, Restrooms • 4th Floor - All Individual Offices 1.2. DEVELOPMENT COSTS Neither the City nor connection with pry prepare their propose-„ description of the Prop 1.3. m� POSAL S"ISSI esentativ respons econon meet t or/ any expenses incurred in Request for Proposal. Proposers should y, providing a straightforward and concise quirements of the RFP. AND WITWAL The City must ceive all pro ,,-:als in a -waled envelope by 1:00 p.m. on November XX, 2019. The proposals s`. be submittedat 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: 19-XXXXXXX Janitorial Maintenance Services. Page ( 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 givenbefore 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 14 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 inc porated in the final award. The order of contractual precedence will be the Contract .�Agreement document, original Terms and Conditions, and Proposer response. Any and %legaln necessary to enforce the award will be held in Miami -Dade County and.; contractual obligations will be interpreted according to the laws of Florida. Any ad ial contract or a Bement requested for consideration by the Proposer must be a . ed and enclosed aszo4r of the proposal. 1.8. SELECTION PROCESS The proposals will be evaluated an ` `''� of points will be ranked first; howev%no work to any firm deems r ponsive ar"c points. The ompany with the highest number erein w % revent the City from assigning The City reserves right to 'further neg ti any pr sal, including price, with the highest rated Propose if g p �,,;an agr�;,�nent cann���e reached with the highest rated Proposer, mac, ,�!„ ,/, ; the City rese,, „the right�n�y /, d recommend award to the next highest Proposer vo/;/ �// ���,; ja i,- ,/ or subs P�r� �; e s un - agreeme ks reached. Upon awarrecommendationor tern; %10) days after opening, whichever occurs first, ro osals beco;% 'public reco;' " p ` p p �s and shall be subject to public disclosure consistent with Chapter 119 Flori %? tatutes. Proposers must invoke the exemptions to disclosure provided by law in the response to FP, 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 15 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" unles,:diat person or affiliate has been removed from the list. By signing and submitting the R%;' oposal forms, Proposer attests that they have not been placed on the "Convicted Vendor . 1.12. CODE OF ETHICS If any Proposer violates or is a party to a vio on of the code o ics of the City of Opa- locka or the State of Florida with respect to th roposal, such Propose ; ,;, ay be disqualified from performing the work described in thisproposal r'%from furnishes the goods or services for which the ro osal isubmitted all be further disqualified from p p � '% submitting any future proposals for wo "goods or se vi ems for the City of Opa-locka. 1.13. Drug -Free Workj ' Prefereneeshall to b sses with Drug -Free Work Place (DFW) progr —40kinfeever two ot osas which are equal with respect to price, quality,andice are r'epeived by the ty for the ttrocurement of commodities or contractual services, az proposal r eived fro rh business that completes the attached DFW form certi , ; at it is a �� % ,,,, ; }ven pr# ference in the award process. �/� ji//��Ui rtf, /j%%/ "Cone of ;; ce , as used rein, reans a prohibition on any communication regarding a particular Re'- e t for Proposal(RFP'), Request for Qualification ("RFQ") or bid. Proposers are her by advised that this RFP is subject to the "Cone of Silence", in accordance with Opa-locka Ord r No. 16-08, § 2). From the time of advertising until the City Manager issues a recom ,� ation, 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 ; 'r contract must be in writing ng days of the notice of award. and received in the City Clerk's Office within seven (7) A detailed explanation of the protest must be includ 1.17. INSURANCE The awarded Proposer(s) shall maintain ins Tice coverage reflect .at least the minimum amounts and conditions specified herein as forth below. In the event the Proposer is a governmental entity or a self -insured organiz diff. t insurances uirements may apply. Misrepresentation of any,/rterial fact, „;Intentional or n regarding the Proposers' insurance coverage, p ; � , capabilit e i f.ay be grounds for rejection of the and rescission of anyensu ,a�anent. %% proposal " " !; 1. Evidence of " ,Viral Liabilit , /overage' - limits! ;t less than $1,000,000 per Occurrent % �00 Aggre to (I ,✓��; > , . Policy ,. r" 2. Evidence a Occurrence videnc_ _f Employer's L ili tuber and Pa 4. The , must be /moo,; li to the scific jobs) 5. Minimum 3 uto Lia''" ty cover ate' j��/ ,/ 0 1 gregate / //,/;/;////,� %/„,/ or ,, ' // with limits not less than $1,000,000 per 1;; luding Policy Number and Policy Period); Comp'ex xt ;orb' coverage with statutory limits and cc rage with r 'its not less than $100,000 (Including Policy eri d as an additional insured (this may be specifically limited e vendor will be performing); =tten 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: '19-XXXXXXX 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 ;r;'-pair costs, attorney's fees and ?ice/ costs) ("claims") which arise or are in any way con i Wed � d with the work performed, materials furnished, or services provided under this,. :' . ; lent by the vendor or its agents. These indemnity and defense obligations shall app ; o an)K is or missions, negligent or willful misconduct of the supplier, its employ, .fir agents, wisher active or passive. The vendor shall not be obligated to indemnify or ' fend the owner for ims found to be due to the sole negligence or willful misconduc'%f the indemnified / pies. The vendor's indemnification and defense obligations hereunder sha! tend to clam; occurring after this agreement is terminated as wee ', s while it is iif rc a d shall contint4Iqntil it is finally adjudicated and any and all action*, t the indeed parties for such matter which are indemnified hereunder are fully a firi' 1 arred by/ licable laws. 1.20. RISK OF LOSS, ACTION. C 1tDAMAG The City will not be',responsi . for any theft c ructio or damage to equipment from any cause, with the exrmotion ofnegligence willful acts by an employee(s) or agent(s) of the City. 1.21. N CI f. N AFFIDAVIT The veil„ r, in accord mi-Dade County requirements, must sign an affidavit of non-collus*n which has bee attach ereto. This document must be signed and returned with the bid'ronse. 1.22. TERMINAON FOR CONVENIENCE A contract may be terminated; 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 RFP Release date To Be Determined Pre -Bid Meeting To Be Determined Last Date for Receipt of Written Questions To Be Determined Proposal Submission Date & Time To Be Determined Evaluation Committee Meeting To Be Determined Address for RFP Package Delivery Proposals must be received by the ace 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 Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all addenda that are posted on the City Website. Page 19 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 CIT CITY reserves the right to reject a proposal, regardice and conditions, where the proposed terms and/or conditions are deeme,�%}irr ccepta4 to CITY. This Request for %jj Proposals does not commit CITY to award htract, to pay% any costs incurred in preparation of a proposal, nor contract for ''- , ices. 1.28. PROPOSAL SUBMISSION F°' AND CONTa %' In order to maintain comparabili , / d enhance th " review process, proposals shall be organized in the manner specified bek wr*F, elude al % ;ormation required herein. The proposal must name all persons or eritities in ;sAed in tl proposal as principals. The. proposal must declar /000 s made out , ,with any other person or entity submitting a propos;'ursuant%this RFP 1.29. QUALIFICATION'S Contract shall the busmess of Ia ria "fnaintenance services and must possess rA perform ''�a went and organization to insure that it can satisfactorily ;services is awarded a ;ntract. Contractor must demonstrate that they are the �/j/,�%r, '/ //, /ai/%�i principals assigned to th roject'% ve successfully provided services with similar %%ice magnitude to` hose specified the scope of services to at least one public entity similar in size and complexi to the Cityof Opa-locka or can demonstrate they have the experience with large scale privatesecto c ents and the managerial and financial ability to successfully perform the work. Contractor shall satisfy eadi 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 t:he following information: • 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. Page 110 " 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;;,;; performance and present ability to provide a " successfully fulfill the provisions of this contra 1.30. COMPANY QUALIFICATIONS " Company shall have been ice'' tinuous series %incorporated ins e State of ;��/fir, i Florida for a minimum of thy"; " Company must have a proven h��t��s*ory in orial and aintenance services for ,,, public facilities i t shall be judged on their past terials, and equipment to " Company m ""sae fully ie,ensed wit equired State and/or Local government licenses, and pe ''"'ts. 1.31.PERSONNEL NT REQUIENTS: rr " /' tigers must ha excel communication skills and be capable of directing all reg janitorial m nancservices and coordinating these with the designated City of `%'' locka staf " Managers 4; /contta t use their experience and training to prevent, detect and control adverse %y ons 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. 1.32. TECHNICAL SERVICES: " To provide an adequate number of personnel specifically trained and experienced in Janitorial Services. Page 11 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 Buildin : ; tanager. • Pour fresh water down floor drains to refresh wi sewer lines. • Squeegee both sides of glass doors removing, d smudges; wipe frames. • Thoroughly dust all horizontal and vertical faces ri uding window sills, ledges, moldings, telephones, pictures, office f " 're and mann r of furnishings. • Vacuum walk off mats and traffic lark 4', • Dust mop hard surface floors. "' ngedges and • Damp mop hard surface floors, taking ��,�,,to; ;,��Ynto corners✓'�,���� g beneath furniture. �'%�� • Vacuum all carpeting, taki get into furniture. • Spot wipe lights es and doa • Clean drinkin MONTHLY • S treats % arpet • % ,nplete all hig ;ousting, Luding exhaust fans and air ventilators within reach. • Thor; j/ghly wash ,� ows (i rior and exterior on all floors) and partition glass on both sf' %earners, along edges and beneath • Dust win',blinds. QUARTERLY • Machine strip all tiltfloors The Vendor will be responsible for supplying all cleaning equipment, chemicals, trash bags, paper towels, hand soap, and toilet paper. 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. Page 112 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. 1.35. 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 includingincluding,y staff members, third party consultants and references, as the Evaluation Team ma. ,;;s discretion decide is required. The Evaluation Team will give a written recomme or the selection of a Preferred Proponent or Preferred Proponents to the City. p /j Proposals Proposals will be evaluated and negotiata ! ;/ accordance wi- // j described herein. Subject to CITY's right tore ct any or all proposa proposal is found, in CITY's sole discretion, ') e most ;advantageous selected. The City will select the prgtaosal that offer service plan a Therefore, contractors are encou ,,���submit pr :he evaluation criteria he Proposer whose the CITY will be erms for CITY. lals that provide their best possible G„ j%/ service and compensation guaranteeo t ' jty. Award% j the Contract is not valid until authorized by the CITY Board of Comri.siones/�/ CITY will employ a tured,/ ; petitivc' ,// //,,won pr- ss. All written proposals will be �� reviewed and score °- , - „sed onlw well t h'�'" address the specific needs of the City as wry;,,, eview the technical proposals individually outlined in this RFP. CITE /// and meet ,,The e�i Ion to meeting will be open to the public. 0„. %/ ���i%i/i it // !%,.,.- // Sires ', / , /; 1.36 ; LUATION CRI% % IA Category Points Experience and Qucats of professional personnel assigned to project 7 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 Page 113 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. 10 100 TOTAL 1.37. LITIGATION In addition to any other provision of this RFP.., a Proposal if the Proponent, or any office; Proposal, is or has been engaged directly or 44:34 ectly in a legal acti elected or appointed officers, representatives or In determining whether or not to r' whether the litigation is likely to af4,t the, consultants and representatives and indicates that there ,;%%Wr administration of t ontract ` Yt is awar may, in its solute discretion, reject director of the Pr onent submitting the ainst the City, its es loy * ih relation to a matter. 0 osal urn'„.: ;this section, the Citywill consider P �� )ponent a lity to work with the City, its is �,,. 1''"' ity's ektippence with the Proponent le.. sed staff and legal costs in the ne Propc nt. The Cr under no ob ton t cept any roposal submitted. The City reserves the right in its so l scretion to war inforrfities in, or reject any or all Proposals, or to accept any Proposal deerd most favor e in th'e✓ terest of the City, or cancel the competition at any time without award Thereaff; -• the City may issue a new Invitation / Request, sole source or do nothing. This RFP is not a tende %'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 114 RFP NO: 19-XXXXXXX 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 f 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. Page 115 RFP NO: 19-XXXXXXX 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, crrently 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. Page 116 RFP NO: 19-XXXXXXX 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 2 B19. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address Page 117 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 C`ity,. 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 Subjectto 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 118 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 STAWEMENT, I CERTIFY TH '.THIS CONSULTANT COMPLIES FULLY WITH THE ABOVE REQUIREMEN'%; Printed Name Page 119 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, far 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 2870:8.7, 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 120 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 informedrespecting 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 hasbeen 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, ar 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 121 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 a rn, 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 122