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
" L i s t s i m i l a r c o n t r a c t s f o r J a n i t o r i a l S e r v i c e s n o w h e l d b y y o u r f i r m a n d o t h e r s i m i l a r
c o n t r a c t s , i f a n y f o r m e r l y h e l d . L i s t a t l e a s t o n e p e r s o n f o r e a c h s u c h c o n t r a c t w h o m
m a y b e c o n t a c t e d b y u s w h o i s k n o w l e d g e a b l e a b o u t y o u r w o r k . L i s t t e l e p h o n e
n u m b e r s f o r t h e s e i n d i v i d u a l s .
" T h i s c o n t r a c t w i l l b e a w a r d e d o n l y t o r e s p o n s i b l e C o n t r a c t o r s q u a l i f i e d b y e x p e r i e n c e
t o d o t h e w o r k s p e c i f i e d h e r e i n . T h e B i d d e r s h a l l s u b m i t , w i t h h i s b i d , s a t i s f a c t o r y
e v i d e n c e o f h i s e x p e r i e n c e i n l i k e w o r k a n d t h a t h e i s f u l l y p r e p a r e d w i t h t h e
n e c e s s a r y o r g a n i z a t i o n , c a p i t a l , e q u i p m e n t a n d m a c h i n e r y t o c o m p l e t e t h e w o r k t o
t h e s a t i s f a c t i o n o f t h e O w n e r .
T h o s e p a r t i e s d e e m e d t o b e q u a l i f i e d t o s e r v i c e t h i s ; ; , ; ;
p e r f o r m a n c e a n d p r e s e n t a b i l i t y t o p r o v i d e a "