HomeMy Public PortalAbout21-9833 RFP for the Provision Property Management ServicesSponsored by: City Manager
RESOLUTION NO. 21-9833
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, APPROVING ISSUANCE
OF A REQUEST FOR PROPOSALS ("RFP") FOR THE
PROVISION OF PROPERTY MANAGEMENT SERVICES
AT 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 full service, comprehensive property management and
maintenance services to maintain and preserve the Opa-Locka's Municipal Complex
located at 780 Fisherman Street ("Property"); and
WHEREAS, the City desires to contract with a qualified and experienced property
management firm that possesses sufficient financial support, trade tools and organization
to ensure that it can satisfactorily perform project management 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 firm selected will be responsible for regularly assessing the
conditions of the Property, quickly mobilizing to address repairs and other issues
requiring immediate attention at the Property, and developing and implementing
preventative maintenance measures for the Property; 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 Property Management Services.
The City Commission of the City of Opa-Locka hereby approves the issuance of a Request
Resolution No. 21-9833
for Proposals ("RFP") for property management services for the City of Opa-Locka's
Municipal Complex at 780 Fisherman Street, as set forth in Exhibit "A" attached hereto.
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 27th day of January, 2021.
Matthew A. Pigatt, Mayor
ATEST:
a Flores, City Clerk
APPROVED AS TO FORM AND
LE Cy L SUFFICIENCY:
Burnadette Norris -
City Attorney
1Es-44 /•
eeks, P.A.
Moved by: Commissioner Burke
Seconded by: Commissioner Taylor
VOTE:
5-0
Commissioner Burke YES
Commissioner Davis YES
Commissioner Taylor YES
Vice -Mayor Williams YES
Mayor Pigatt YES
City of Opa-locka
Agenda Cover Memo
Department
Director:
Department
Director
Signature:
City
Manager:
John E. Pate
CM Signature:
114F)--
Commission
Meeting
Date:
01/27/2021
Item Type:
(EnterXin box)
Resolution
Or nance
Other
X
Fiscal
Impact:
(EnterXin box)
Yes
No
Ordinance Reading.
(Enter X in box)
1st Reading
2nd Reading
X
Public Hearing:
(EnterXin box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
62-519340
(Enter Fund & Dept)
Ex:
Other Contract
Services
Advertising Requirement:
(EnterXin box)
Yes
No
X
Contract/P.O.
Required:
(EnterXin 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
-
•
•
mi
(]
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
A resolution authorizing the City Manager to issue an RFP for Property Management Services for the Municipal
Complex.
Staff Summary:
The City of Opa-locka would like to issue an Request for Proposals (RFP) for Property Management Services
to solicit proposals from qualified and experienced firms. There is a need for a Property Management firm to
provide full service, comprehensive property management and maintenance services to maintain and
preserve the property.
Financial Impact
The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $2,000.
Account
Description
Available
Project
Remaining
Balance
62-519340
Other Contract Services
$137,666
$2,000
$135,666
Total
$2,000
Proposed
Staff recommends the approval of this request to issue an RFP to seek proposals from qualified firms.
Attachment:
Draft RFP Document.
City of Opa-locka
RFP NO: 21-XXXXXXX
REQUEST FOR PROPOSAL (RFP)
PROPERTY MANAGEMENT SERVICES
Subject
CITY OF OPA-LOCKA
PROPERTY MANAGEMENT SERVICES
RFP NO. 21-XXXX XXX
TABLE OF CONTENTS
Page Number
Cover 1
Table of Contents 2
Advertisement 3
Part I - Proposal Guidelines 4
Part II - Nature of Services Required 8
Part III - Proposal Requirements 10
Part IV - Evaluation of Proposals 12
Proposer Qualifications 14
Price Proposal 15
Debarment, Suspension Certification 16
Drug -Free Certification 18
Non -Collusion Affidavit 19
Non -Discrimination Affidavit 20
E -Verify Form 21
CTIYOF OPA LOCKA
REQUEST FOR PROPOSALS
RFP NO: 21-XXXXXXX
Property Management Services
Sealed Proposals for Property Management 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, Wednesday, March 3, 2021 ly
1:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The
City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your
proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The
address to submit sealed proposals is listed below:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-locka, Florida 33054
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 Property Management Services.
Proposers desiring information for use in preparing proposals may obtain a set of such documents by
visiting the City's website at www.opalockafl.gov or www.demandstar.com.
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: 21-XXXXXXX 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 17, 2021 at 10:00 a.m. at Sherbondy
Village, 215 Perviz Avenue, Opa-locka, FL 33054.
City Clerk
Joanna Flores, CMC
CITY OF OPA-LOCKA
RFP NO. 21-XXXXXXX
PROPERTY MANAGEMENT SERVICES
PART I
PROPOSAL GUIDELINES
1-1. Introduction: The City of Opa-locka is requesting proposals from qualified professional
consultants to provide Property Management services for the property located at 780 Fisherman
Street, Opa-locka, FL 33504.
1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals
by mail, however it is your responsibility to submit your proposal by the due date. In addition,
proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals
by 1:00pm on Wednesday. March 3. 2021. The address to submit sealed proposals is listed below:
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.
21-XXXXXXX - Property Management Services. This package shall also include the Proposer's
return address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior to the
deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer,
for a period of 90 days. Once opened, proposals become a record of the CITY and will not be
returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly
to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the
deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may
be made by calling (305) 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).
1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7)
plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted
above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail
or any other delivery medium.
1-4. Development Costs: 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
4
description of the Proposer's ability to meet the requirements of the RFP.
1-5. 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. 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.
1-6. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to 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's Purchasing Agent through written
communication prior to the opening of the proposals.
1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who
submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP does not constitute an offer or an Agreement with the
Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are
reviewed, accepted by appointed staff, the best proposal has been identified, approved by the
appropriate level of authority within the City and executed by all parties. The City 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.
1-8. Contractual Agreement: This RFP and Consultant/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.
1-9. Selection Process: The proposals will be evaluated and assigned points. The firm 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.
5
1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever
occurs first, proposals become "public records" and shall be subject to public disclosure consistent
with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided
by law in the response to the RFP, and must identify the data or other materials to be protected, and
must state the reasons why such exclusion from public disclosure is necessary. Document files may
be examined, during normal working hours.
1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of
all news releases or other publicity pertaining to this RFP or the service, study or project to which
it relates.
1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least
the minimum amounts and conditions specified herein. 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 listed as an additional insured (this may be specifically limited to the specific
job(s) the contractor will be performing);
5. Minimum 30 -day written notice of cancellation.
1-13. 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.
1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the
Department of Management Services' "Convicted Vendor List". This list is defined as consisting of
persons and affiliates who are disqualified from public contracting and purchasing process because
they have been found guilty of a public entity crime. No public entity shall award any contract to,
or transact any business in excess of the threshold amount provided in Section 287.017 Florida
Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted
Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed
on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By
signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on
the "Convicted Vendor List".
6
1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of
the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be
disqualified from performing the work described in this proposal or from furnishing the goods or
services for which the proposal is submitted and shall be further disqualified from submitting any
future proposals for work, goods or services for the City of Opa-locka.
1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place
(DFW) programs. Whenever two or more proposals which are equal with respect to price, quality,
and service are received by the City for the procurement of commodities or contractual services, a
proposal received from a business that completes the attached DFW form certifying that it is a DFW
shall be given preference in the award process.
1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes,
and give all notices necessary and incidental to the due and lawful prosecution of the work.
1-18. Protests: Protests of the 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.
1-19. Termination for Convenience: A contract may be terminated in whole or in part by the
City at any time and for any reason in accordance with this clause whenever the City shall determine
that such termination is in the best interest of the City. Any such termination shall be effected by the
delivery to the 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.
7
PART II
NATURE OF SERVICES REQUIRED
2-1 PURPOSE AND SCOPE OF WORK
The City of Opa-locka seeks a professional, full -service Property Management firm that will provide
full service, comprehensive property management and maintenance services necessary to maintain
and preserve the Municipal Complex. The Property Management firm will be responsible for
regularly assessing the conditions of the property, mobilizing quickly to address repairs and other
issues requiring immediate attention, and developing and implementing preventive maintenance
measures. The Property Management firm will perform or manage performance of the following
services:
• Conduct, at a minimum, scheduled weekly inspections of the property and provide
inspection reports within 24 hours of inspection.
• Notify the City Manager immediately of any issues requiring urgent attention.
• Provide on -the -spot routine maintenance and repairs as necessary.
• Receive requests for and complete repairs to the property as required, often with quick
turnaround.
• Provide monthly activity logs that document work completed by Property Management
firm and outstanding issues that need to be addressed.
• Perform such other property management and maintenance tasks for the Municipal
Complex as may be mutually agreed upon.
• Negotiate rental lease agreements.
• Collect rental payments for tenants and immediately submit payments to the City.
• Firm must be available to perform the services under this RFP 24 hours per day/365 days
per year in the event an emergency arises.
• Firm shall maintain and provide the City with a list of pre -approved subconsultants,
properly licensed to do work in the State of Florida for services including: electrical,
plumbing, HVAC, security, janitorial, etc.
Qualified firms must demonstrate competence and experience in all areas of expertise required by
the scope of services.
2-2 PROPOSER QUALIFICATIONS
Adequate information and documentation must be provided in the Proposal to support or confirm
satisfaction of the required qualifications below:
• The Proposer shall have extensive experience, expertise and reliability in providing
property management services; established reputation in property management
particularly with governmental clients; Proposer must have a minimum of five (5) years
of consecutive and successful experience in the aforementioned areas.
• Proposer's track record in providing property management services to governmental
agencies as well as private entities (Please provide a list of current and relevant projects,
including client names, titles, phone numbers and email address. Please ensure that
contact information is current.)
• Demonstrate an overall combination of skills, prior work experience, business
8
reputation, and commitment to diversity.
2-3 TERM OF CONTRACT
The term of the contract is anticipated to be one (1) fiscal year with a two (2) year renewable clause,
subject to negotiation of terms with the contractor and the concurrence of the City of Opa-locka City
Commission and availability of annual appropriation.
9
PART III
PROPOSAL REQUIREMENTS
3-1 RULES FOR PROPOSALS
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.
3-2 SUBMISSION OF PROPOSALS
The proposal shall be submitted on 8 1/z "x 11" paper, portrait orientation, with headings and
sections numbered appropriately. Ensure that all information is written legibly or typed. The
following should be submitted for a proposing firm to be considered:
3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of
contact person, date, and the proposal number and description.
3.2.2 Tab 1 - Table of Contents
Include a clear identification of the material by section and by page number.
3.2.3 Tab 2 - Letter of Transmittal
3.2.3.1 Limit to one or two pages.
3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a
positive commitment to perform the work.
3.2.3.3 Give the names of the persons who will be authorized to make representations for
the Proposer, their titles, addresses and telephone numbers.
3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the
Proposer's responses to the City's Request for Proposal.
3.2.4 Tab 3 - General Information
3.2.4.1 Name of Business.
3.2.4.2 Mailing Address and Phone Number.
3.2.4.3 Names and contact information of persons to be contacted for information or
services if different from name of person in charge.
3.2.4.4 Normal business hours.
3.2.4.5 State if business is local, national, or international and indicate the business legal
status (corporation, partnership, etc.).
3.2.4.6 Give the date business was organized and/or incorporated, and where.
3.2.4.7 Give the location of the office from which the work is to be done and the number of
professional staff employees at that office.
3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies.
If it is, please state the name of the parent company.
3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the
State of Florida and attach copies of all such licenses issued to the business entity.
10
3.2.5 Tab 4 — Project Approach
Describe in detail your proposal to fulfill the requirements of the scope of services listed in section
2.2 of this RFP.
3.2.6 Tab 5 — Experience and Qualifications
3.2.6.1 Specify the number of years the Proposer has been in business.
3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP
as listed in section 2-2 of the Scope of Services.
Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City.
3.2.7 Tab 6 — Schedule
3.2.7.1 Include a timetable that identifies the amount of time required to complete each
component of the Program.
3.2.7.2 Indicate the earliest available start date for your project team.
3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1.
3.2.8 Tab 7 — Pricing of Services
3.2.8.1 Fee basis should be an all-inclusive, hourly fee.
3.2.9 Tab 8 — References
3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided
property management services. Include the name of the organization, brief description of the
project, name of contact person telephone number and email address.
3.2.10 Tab 9 — Additional Forms
Proposers must compete and submit as part of its Proposal all of the following forms and/or
documents
• Proposer Qualifications
• Certification regarding debarment and suspension
• Drug Free workplace certification
FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY
PROPOSER.
11
PART IV
EVALUATION OF PROPOSALS
4-1 SELECTION COMMITTEE
A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals
submitted.
The Selection Committee will use a point formula during the review process to score proposals and
assign points in the evaluation process in accordance with the evaluation criteria. The Proposer
shall satisfy and explicitly respond to all the requirements of the RFP including a detailed
explanation of how the services shall be performed.
4-2 EVALUATION CRITERIA
Category
Points
Experience and Qualifications of professional personnel assigned to project
1. Number of years providing Building/Property Management Services
2. Qualifications and experience of assigned staff
3. Licensing
4. Adherence to requirements, forms and qualifications listed in this RFP
25
References
1. Performance of similar projects for governmental clients including at
least three references
10
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
Price Proposal
1. Cost of proposed services
35
TOTAL
100
4-3 ORAL PRESENTATIONS
Proposers may be required to make individual presentations to the City Selection Committee in
order to clarify their proposals. Only those firms with the highest rated scores in accordance with
the stated criteria and their weights will be invited to give oral presentations. However, the City
has the right to accept the best proposal as submitted, without discussion or negotiation.
If the City determines that such presentations are needed, a time and place will be scheduled for
oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of
the proposal submitted, and its qualifications to perform the specified services. During the oral
presentations, the Proposers should relate their discussion to the evaluation criteria, which will
include (but not be limited to) their approach to the project. The proposed Project Manager must
12
be in attendance.
The Evaluation Criteria may be changed for the oral presentations evaluation phase. References
and site visits (if completed) shall be included in the final evaluation criteria, along with other
criteria and weights as determined by the Selection Committee. Finalists will be informed as to the
revised criteria, if any, prior to their oral presentation.
Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers
to submit such additional information bearing upon the Proposer's ability to perform the services
in the Agreement as the City deems appropriate.
4-4 FINAL SELECTION
The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be
the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The
City's decisions will be final. Following the notification of the selected firm, it is expected that an
Agreement will be executed between both parties. City staff will recommend award to the
responsible Proposer whose Proposal is determined to provide overall best value to the City,
considering the evaluation factors in this RFP.
4-5 AWARD AND CONTRACT EXECUTION
After review by the Selection Committee of the proposals and oral presentations a recommendation
will be made to the City Manager for submission to the City Commission for final approval. Upon
Commission authorization, contract negotiations will be initiated with the first ranked firm. If those
negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked
firm and will commence contract negotiations with the next ranked firm, etc. Upon successful
contract negotiations with the prevailing firm, the remaining firms will be notified that the process
has been completed and that they were not selected.
13
RFP NO. 21-XXXXXXX
PROPERTY MANAGEMENT SERVICES
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor'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 Contractors, 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.
14
RFP NO: 21-XXXXXXX
PRICE PROPOSAL FORM
PROPERTY MANAGEMENT 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:
LUMP SUM PRICE: $
SUBMITTED
THIS DAY OF 2021.
BID SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit
Bid
Signature
Title
Fax Number
Email Address
15
CITY OF OPA-LOCKA
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OF
RESPONSIBILITY
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.
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 an Proposer is not required to exceed
16
that which is normally possessed by a prudent person in the ordinary course of business
dealings.
E. The certification in paragraph (a) of this provision is a material representation of fact upon
which reliance was placed when making award. If it is later determined that the Proposer
knowingly rendered an erroneous certification, in addition to other remedies available to
the Government, the Contracting Officer may terminate the contract resulting from this
solicitation for default.
AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES
FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
17
CITY OF OPA-LOCKA
RFP NO. 21-XXXXXXX
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
18
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
19
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.
By:
Title:
Sworn and subscribed before this
day of , 20
Notary Public, State of Florida
(Printed Name)
My commission expires:
20
E -VERIFY
Effective January 1, 2021, public and private employers, contractors and subcontractors will begin
required registration with, and use of the E -verify system in order to verify the work authorization
status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to
utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment
eligibility of:
a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within
Florida during the term of the contract; and
b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor
/Consultant/ Contractor to perform work pursuant to the contract with the Department. The
Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of
Homeland Security's E -Verify System during the term of the contract is a condition of the contract
with the City; and
By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section
448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not
limited to utilization of the E -Verify System to verify the work authorization status of all newly hired
employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor
does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall
maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to
termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must
be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor,
the Contractor may not be awarded a public contract for a period of 1 year after the date of
termination. The Contractor acknowledges it is liable to the City for any additional costs as a result
of termination of the contract due to Contractor's failure to comply with the provisions herein.
21
E -VERIFY FORM
Definitions:
"Contractor" means a person or entity that has entered or is attempting to enter into a contract with
a public employer to provide labor, supplies, or services to such employer in exchange for salary,
wages, or other remuneration.
"Subcontractor" means a person or entity that provides labor, supplies, or services to or for a
contractor or another subcontractor in exchange for salary, wages, or other remuneration.
Effective January 1, 2021, public and private employers, contractors and subcontractors will begin
required registration with, and use of the E -verify system in order to verify the work authorization
status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to
utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment
eligibility of:
a) All persons employed by Vendor/Consultant/Contractor to perform employment duties
within Florida during the term of the contract; and
b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by
Vendor/Consultant/Contractor to perform work pursuant to the contract with the
Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the
U.S. Department of Homeland Security's E -Verify System during the term of the contract is a
condition of the contract with the City of Opa-locka; and
Should vendor become successful Contractor awarded for the above -named project, by entering
into this Contract, the Contractor becomes obligated to comply with the provisions of Section
448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not
limited to utilization of the E -Verify System to verify the work authorization status of all newly hired
employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor
does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall
maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to
termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract
must be terminated immediately. If this contract is terminated for a violation of the statute by the
Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date
of termination.
Company Name:
Authorized Signature:
Print Name:
Title:
Date:
22