Loading...
HomeMy Public PortalAbout21-9858 RFQ for Comprehensive Plan AmendmentSponsored by: City Manager RESOLUTION NO. 21-9858 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING A REQUEST FOR QUALIFICATION PROCESS TO SELECT A CONSULTANT TO PERFORM THE COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR); PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka is requesting proposals from qualified Planning Consultants to conduct necessary research for the development of appropriate documentation for the Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR) to be accepted and adopted by the City; and WHEREAS, every seven years, the Comprehensive Development Master Plan (CDMP) is reviewed and updated as required by Chapter 163 of the Florida Statutes, a process known as an Evaluation and Appraisal Report (EAR). The EAR includes an evaluation of the progress the City has made in implementing the goals, objectives, policies, maps and text of the CDMP and also recommends changes; and WHEREAS, the State of Florida's growth policy and planning law, Chapter 163, Part II, Florida Statutes, requires that all counties and municipalities maintain long-range Comprehensive Planning programs. The purpose of Comprehensive Planning is to monitor and evaluate community characteristics related to development, provisions of services, environmental protection, and other governmental activities; and WHEREAS, in accordance with Chapter 163.3184(3) Florida Statutes, Miami -Dade County is required to review all municipal comprehensive plan amendment applications and to submit comments within 30 days receipt of the application; and WHEREAS, the Planning and Community Development Department urges approval of the Request for Qualifications to produce a Comprehensive Plan Amendment Evaluation and Appraisal Report to satisfy both County and State requirements. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AS FOLLOWS: SECTION 1. RECITALS. The above recitals are true and correct and are incorporated into this Resolution by reference. Resolution No. 21-9858 J� SECTION 2. APPROVAL/DENIAL. Approval/Denial of Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). The City Commission of the City of Opa-Locka hereby approves / denies the Planning and Community Development Department's Requests for Qualifications for a firm to perform the City's Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected or re -codified copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE. This Resolution shall, upon adoption, become effective as specified by the City of Opa-Locka Code of Ordinances and the City of Opa-Locka Charter. PASSED AND ADOPTED this 28th day of April, 2021. Matthew A. Pigatt, Mayor ATTEST: )\ nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris-W-eks, P.A. City Attorney Resolution No. 21-9858 Moved by: Vice Mayor Williams Seconded by: Commissioner Taylor VOTE: 3-0 Commissioner Taylor YES Commissioner Burke ABSENT Commissioner Davis ABSENT Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-Locka Agenda Cover Memo Department Director: Gregory Gay Department Director Signature: --,, r Finance Director: FD Signature: Department ..4..... .--,------ City Manager: John E. Pate CM Signature: Commission Meeting Date: 4-28-21 Item Type: (Enter X in box) Resolution ' d' • � Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Account# : (Enter Fund & Dept) Ex: PTP Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bi#: N/A X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & Communcation Priority Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X im Dev • OM City ImagJ • Sponsor Name City Manager Department: Planning & Community Development City Manager Short Title: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE A REQUEST FOR QUALIFICATION PROCESS TO SELECT A CONSULTANT TO PERFORM THE COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR); PROVIDING FOR AN EFFECTIVE DATE. Staff ,Summary: The City of Opa-locka is requesting proposals from qualified Planning Consultants to conduct necessary research for the development of appropriate documentation for the COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) to be accepted and adopted by the City. BACKGROUND The Current CDMP was drafted in 2015, since that time standards have been updated county wide to address many changes, the EAR and subsequent updates will be a reflection of more progressive municipalities in the county in upgrading our city standards and creating a new narrative for the city moving forward. The City's Comprehensive Plan provides the blueprint for orderly and sustainable land development over the next decade and beyond. It provides the City with long-term direction through goals, objectives, and policies for future land use and serves as the basis for the City's zoning and land development regulations. An important component of the Comprehensive Plan is identifying the infrastructure and growth demands needed to support existing needs and future growth. The Comprehensive Plan contains elements that address future land use, housing, transportation, infrastructure, water supply, coastal management, conservation, parks and recreation, historic preservation, public school facilities, intergovernmental coordination, and capital improvements, and includes objectives and policies formulated to preserve and enhance community character. Proposed Action: Staff has recommended approval of this legislation. Attachment: • RESOLUTION • RFQ Draft - COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) CITY COMMISSION April 28th 2020 COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) AND THE CREATION OF A CITYWIDE VISIONING STUDY STAFF'S REQUEST: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE A REQUEST FOR QUALIFICATION PROCESS TO SELECT A CONSULTANT TO PERFORM THE COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR); PROVIDING FOR AN EFFECTIVE DATE. Staff Report 20 3 0 COfill Conte Ef1SIIVE f7EVE Rt70PIDEf1T frmns-rElZ 'Paint VI City Of 0Va-locka 1 Planning and D(nclopment 1)cparunent Background • Every seven years, the Comprehensive Development Master Plan (CDMP) is reviewed and updated as required per Chapter 163 of the Florida Statutes, a process known as an Evaluation and Appraisal Report (EAR). The EAR includes an evaluation of the progress the City has made in implementing the goals, objectives, policies, maps and text of the CDMP and also recommends changes. • The State of Florida's growth policy and planning law, Chapter 163, Part II, Florida Statutes, requires that all counties and municipalities maintain long-range Comprehensive Planning programs. The purpose of Comprehensive Planning is to monitor and evaluate community characteristics related to development, provisions of services, environmental protection, and other governmental activities. • In accordance with Chapter 163.3184(3) F.S., Miami -Dade County is required to review all municipal comprehensive plan amendment applications and to submit comments within 30 days receipt of the application. II. Details • Staff's intent The City of Opa-locka is requesting proposals from qualified Planning Consultants to conduct necessary research for the development of appropriate documentation for the COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) to be accepted and adopted by the City. [II. Overall Analysis • The Current CDMP was drafted in 2015, since that time standards have been updated county wide to address many changes, the EAR and subsequent updates will be a reflection of more progressive municipalities in the county in upgrading our city standards and creating a new narrative for the city moving forward. • The City's Comprehensive Plan provides the blueprint for orderly and sustainable land development over the next decade and beyond. It provides the City with long-term direction through goals, objectives, and policies for future land use and serves as the basis for the City's zoning and land development regulations. An important component of the Comprehensive Plan is identifying the infrastructure and growth demands needed to support existing needs and future growth. The Comprehensive Plan contains elements that address future land use, housing, transportation, infrastructure, water supply, coastal management, conservation, parks and recreation, historic preservation, public school facilities, intergovernmental coordination, and capital improvements, and includes objectives and policies formulated to preserve and enhance community character. City of ()pa-Iocka 1 'limning and Community Development Dep.uiment Page 3 of 6 Staff Recommendation: Staff recommends approval of the Comprehensive Plan Amendment Evaluation and Appraisal Report V Attachments: ■ RFQ - COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) Planninil and Community Development Department Project Planner .IC' t. r .. -A . �fi . ffi l r'• f '.U9�if �.t F�Fl MIS v.'s+.l. «.iI.u�i S' s a(0,142-(X'dk i,5�?A'. (0,14242 Corion J. DeLaine, City Planner Zoning Gerald J. Lee, Zoning Official Approved by Gregory D. Gay, Director Planning and Community Development VI. Staff Report Updated After the City Commission Meeting on April 28th, 2021. Reflected Actions: I. City Commission Decision: (PLEASE SEE MEETING MINUTES FOR DETAIL DISCUSSIONS) Resolution No. OF THE CITY COMMISSION, OF THE CITY OF OPA-LOCKA, RELATING TO THE APPLICATION OF: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE A REQUEST FOR QUALIFICATION PROCESS TO SELECT A CONSULTANT TO PERFORM THE COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR); PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Staff has appeared before this Board for the request in the application, and all evidence, documents and exhibits have been received and marked pursuant to the Code of Ordinance of the City of Opa-locka. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, AS FOLLOWS: SECTION 1. Recitals. The above recitals are true and correct and are incorporated into this Resolution by reference. SECTION 2. Approval/Denial. Approval/Denial of Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). The City Commission of the City of Opa-locka hereby approves / denies the Planning and Community Development Department's Requests for Qualifications for a firm to perform the City's Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). City of Opa-locka 1 Planning and Community Development Department Page 4 of 6 SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected or re -codified copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE. This Resolution shall, upon adoption, become effective as specified by the City of Opa-locka Code of Ordinances and the City of Opa-locka Charter. PASSED AND ADOPTED this day of , 2021. Matthew A. Pigatt, Mayor ATTEST: Joanna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney Moved by: (11y or Opa-locka j Planning and Community Development Department Page 5 of 6 Seconded by: VOTE: Commissioner Taylor (Yes) (No) Commissioner Burke (Yes) (No) Commissioner Davis (Yes) (No) Vice -Mayor Williams (Yes) (No) Mayor Pigatt (Yes) (No) The Following changeslrecommendations are updates based on the City Commission Meeting discussions in regards to the proposed EAR. City of Opa-loc'ka 1 Planning and Community De%clopmein Dcparuucni City of Opa-locka RFQ NO: 21-XXXXXXX REQUEST FOR QUALIFICATIONS (RFQ) COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) CITY OF OPA-LOCKA COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) RFQ NO. 21-XXXXXXX TABLE OF CONTENTS Subject 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 CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 21-XXXXXXX Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR) Sealed Proposals for Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR) 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, May 26, 2021 by 1:00 p.m. Any RFQ 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 RFQ for Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). 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 RFQ NO: 21-X X;;XXXX requirements. Proposers may not withdraw their proposal for a period ofninety (90) days from the date set for the opening thereof A pre -bid meeting will be held on Wednesday, May 12,2021 at 10:00 a.m. at Sherbondy Village, 215 Perviz Avenue, Opa-locka, FL 33054. City Clerk Joanna Flores, CMC CITY OF OPA-LOCKA RFQ NO. 21-XXXXXXX COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka has issued this Request for Qualifications (hereinafter, "RFQ") with the sole purpose and intent of obtaining proposals from interested and qualified firms offering to provide a COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) , in accordance with the specifications stated and/or attached herein/hereto. The successful proposer will hereinafter be referred to as the "Consultant". 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. May 26. 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: RFQ NO. 21-XXXXXXX ", Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). This package shall also include the Proposers 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 description of the Proposer's ability to meet the requirements of the RFQ. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFQ, 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 RFQ so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFQ or give information as to the requirements of the RFQ in addition to what is contained in the written RFQ document. %; 1-6. Addendum: The City may record its response to inq //end any supplemental instructions in the form of written addenda. The CITY may mail wri denda up to three (3) calendar days before the date fixed for receiving the proposals. Propo / ' ntact the City to ascertain whether any addenda have been issued. Failure to do so co r ult in if responsive proposal. Any oral explanation given before the RFQ opening will no "' Ynding. ' %/, All Proposers are expected to carefully exam i he proposal docun . Any ambiguities or inconsistencies should be brought to the attentio n' he C. '' , Purchasin rent through written j/ communication prior to the opening off roposals. L/` //L 1-7. Contract Awards: The City ant ra submits the proposal judged by the City to ,mo The Proposer understa Proposer. An offer or reviewed, accepted by a appropriate level of authori final Agreem- .� ";%��' z in s „, Proposers . vise ny A jment Agreemen The City resery RFQ do l not be the be; and e all t r to right , g p%osals, to abandon the project and/or to solicit and re- tering in ntage� �.., an fz er or an Agreement with the o exist 'd is not binding until proposals are roposal has been identified, approved by the ted by all parties. The City anticipates that the ith this sample Agreement; nevertheless, from the RFQ may deviate from the Sample Agreement with the Proposer who advertise for other 00Dosals. %,, RFQ and Consultant/Contractor proposal shall be included and incorporated in the final Agreement document, origina 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. ,The order of contractual precedence will be the Contract or rms and Conditions, and Proposer response. Any and all legal action 1-9. Method of Source Selection: The City is using the Competitive Sealed Proposals methodology of source section for this procurement. Each proposal will be reviewed to determine if the proposal is responsive to the RFQ. Proposals deemed to be non -responsive may be rejected without being evaluated by the Selection Committee. A responsive proposal is one which has been signed and submitted by the specified proposal deadline, and has provided the information required to be submitted with the proposal. Poor formatting, poor documentation, incomplete or unclear information may be considered substandard submissions and may adversely impact the evaluation of a proposal. Respondents who fail to comply with the required and/or desired elements of this RFQ do so at their own risk. 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. 1-10. Public Records: Upon award recommendation or occurs first, proposals become "public records" and shall with Chapter 119 Florida Statutes. Proposers must invg law in the response to the RFQ, and must identify the za� state the reasons why such exclusion from publ' examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain all news releases or other publicity peeing to this relates. 1-12. Insurance: The awarded Proposer sha( minimum amounts and con or a self -insured organiz material fact, whether capabilities may be group P s ecified` ein. I t insura/ /s4/tional ot, rega r rejec of the 1. Evi :" ��iaener 2. E e of Auto/' bilit! verage with limits not less than $1,000,000 per Occ , e/$1,000,0 ,� ggreg Including Policy Number and Policy Period); 3. Evidence ti'/� j/ orkers pensation coverage with statutory limits and Employer's Liability cove' wit its not less than $100,000 (Including Policy Number and Policy Period); '0) days after opening, whichever abject to public disclosure consistent ptions to disclosure provided by r othe`" " erials to be protected, and must losure is ne° ry. Document files may be rior oval of the' ‘service, stud Manager's Office of c pproject to which it ce coverage reflecting at least the oposer is a governmental entity apply. Misrepresentation of any s' insurance coverage, policies or e Pro p osal and rescission of any ensuing Agreement. ra ith limits not less than $1,000,000 per , "" /eg"�/i regate i g 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 RFQ submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. If required and/or requested, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the City account, are properly licensed to perform the activities or work included in the contract documents. A Consultant, with an office within the City is also required to have a business tax receipt. 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 RFQ proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a pa " violation of the code of ethics of the City of Opa-locka or the State of Florida with respe, ,, roposal, such Proposer may be disqualified from performing the work described i ,; i propo from furnishing the goods or services for which the proposal is submitted an, be further 1 alified from submitting any future proposals for work, goods or services for;/ j jity of Opa-locka. , " 1-16. Drug -Free Workplace: Preference shall b n to nesses wi �; ug-Free Work Place (DFW) programs. Whenever two or proposal '" ', equal with re,;;ct to price, quality, and service are received by the City f C / , ocureme ; ' " commodities or contractual services, a proposal received from a business that " he attac * jDFW form certifying that it is a DFW shall be given preference in the award pr //�% 1-17. Permits and T and give all notices nec 1-18. Protests: Protests proposal and + �•�a $ - prior to th,•'. included. received in t explanation of� otest 1-19. Termination onvenie" : A contract may be terminated in whole or in part by the City • at any time and for any re09n i , rdance with this clause whenever the City shall determine that such termination is in the* rest of the City. Any such termination shall be effected by the delivery to the contractor a _ st 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. or% P rece " =; oser sh ental to ecificat ' and other requirements of the request for the Clerk's Office at least ten (10) working days ule s ' as -a . eni' / detai`'i"'�� 1 ation of the reason for the protest must be ests of the ;;;� or t y ded awa .tt of the bid or contract must be in writing and 'ty Clerk's O( ;with even (7) working days of the notice of award. A detailed must p cludea% it ;r spay all charges, fees, and taxes, and la prosecution of the work. 1-20. Bonding Requirements: By signing its bid, and if applicable, Proposer acknowledges that it has read and understands the bonding requirements for this bid. Requirements for this solicitation are checked. ® Not Applicable Should th govern the ❑ Bid Bond: Shall be submitted with bid response in the most recent form of an AIA document 310. The Bid Bond shall be retained by the City as liquidated damages if the successful Proposer fails to execute and deliver to the City the unaltered contract, or fails to deliver any required Performance and Payment Bonds or Certificates of Insurance, all within twenty-one (21) calendar days after receipt of the Notice of Selection for Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to the City upon said bond. The Bid Bonds of the three (3) highest ranked Proposers shall be held until the contract has been executed by the successful Proposer and same has been d required bonds and insurance. No bids including alternates and eighty (180) days after the bid closing date thereof.,, period it shall be deemed rejected. In the event that expiration of the one hundred and eighty (180) dr od wit the City shall retain the right to subsequently aw the success later time and approved by the Planning and C pity Developmen successful Proposer. ered to the City together with the e withdrawn within one hundred id is not accepted within said time wards the contract prior to the selecting any or all alternates, oposer said alternates at a /ctor or designee, and the ❑ Performance and Payme % onds: For 1 excess of $2 ;000, bonds shall be submitted with the execute ct by Propo ' , receiving award, and written for 100% of the Contract award amount, / orne by Proposer receiving an award. The Performance and Payment Bonds 1 be "' , ritte , surety authorized to do business ''' the sure in the State of Flor' � ,otherwr�� ccept '' Ow >� rovided, however, ty shall be rated as ` ' as to ge al s rang and Class V or higher rating as to financial cate g ii„o d the a e quire 11 not exceed 5% of the reported policy holders' su all as orted in most current Best Key Rating Guide, published by A.M. Best Compa /� c. ,q ton Str ,,New York, New York 10038. ract amo and classi $500,66 % ie requirements of Section 287.0935, F.S. shall urety. All performance rity under subs -%bent contract shall be in force throughout the final completion and acc ,,ce of the - Iect awarded. If the surety for any bond �'j / y Consultant is declared bankrupt, becomes insolvent, its right to do business is terminated r . - State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the G(onsultant shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. PART 1I NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka is requesting proposals from qualified Planning Consultants to conduct necessary research for the development of appropriate documentation for the COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) to be accepted and adopted by the City. The State of Florida's growth policy and planning law, Cha requires that all counties and municipalities maintain programs. The purpose of Comprehensive Planning characteristics related to development, provisions qj other governmental activities. ., Planning is a continuous and ongoing process. Comprehensive Plan to ensure that it approp . embodies a community vision, targets major issues long-term, complies with state statute d rules, an plans. %'' Citywide Visioning Study: A Citywide Vi f vision for the City of 0 a that r ides measurement of progres rities th % while supporting sust econo ' ' , prospe • Outlining the projec analy z/a 2, • Su g ' mg t pri°O�% d ongoing conte j • Connecti themes and s. • r 163, Part 1I, Florida Statutes, range Comprehensive Planning onitor and evaluate community environmental protection, and City of Opa-loc K i , riodically reviews their reflects current ai , nticipated conditions, thec. ust addre * both the short- and tent with state% d regional policy oes so • ocess (,verview of the process") including a capacity e Visio :/,, as socio-economic characteristics and trends, nd redeV fopment opportunities, market, and economic utreaC` ;to future desired outcomes through core community Detailing the V /'n eleme such as an overall vision map that includes key elements of transportation, de% m % eighborhoods, and complete streets; projects are included for �9j/ j each element. �/� • Confirming key implenintation strategies covering land use, mobility, open space and recreation. • Monitoring implementation, including indicators and benchmarks. w and develop a single unified %guide growth and enable the sense of character and scale several key elements: Qualified firms must demonstrate competence and experience in all areas of expertise required by the scope of services. 2-2 SERVICES TO BE PROVIDED The successful proposer shall be responsible for creating a complete EAR document by conducting, at a minimum, the following work tasks: 1. Citywide assessment that addresses changes in local conditions including the following areas: • Population growth • Changes in land area • Vacant and developable land analysis • Location of development in relation to that anticipated in the plan • Designation of an Innovation District • Demands of growth on public infrastructure -'' • Utility Service Areas %l • Joint Planning areas Interlocal A reements// !/ • Residential Sbdivision Designs and Poll ' " " # • Updates to the City's Transportation 'lity Elemetti • Incorporate updates from the rece ntown Master= (being developed 2021) r ‘2.. 2. Evaluation of major local issues, identified gh a •,lic partic ' on process involving residents, interested parties, adjacent local ga °- state and nal agencies, City Commissioners and staff. Each i& issue _.. issue sho��R state separa>ly and shall include analysis and recommendations to a 3. Assessment of successes and shortcom Plan Elements and ho '% ate to t include a statement 'whe he obje and whether it shou /'' kept un nged, re Note: this td not �,,.. only thos of the CE • • • S j� t im nsive sho nd Use Elerf Transp �� ion Mobili Housing E nt Infrastructu 1 ment j , Conservation E i '/, iii, Recreation and Op - ace Element Intergovernmental Coordination Element Capital Improvements Element one or shoul live as „ 2-3 SPECIAL TOPICS policies in the Comprehensive )sk 2. Each assessment should een implemented, its effectiveness, e removed from the plan. ment of all objectives and policies in the Plan, e identified major local issues. All Elements The City of Opa-locka seeks to create a Citywide Visioning Study to develop a unified vision and provide a framework to guide growth. The Study will be to measure progress to be made and tackle new challenges and opportunities that will emerge. As part of the EAR, a Vision Plan should be undertaken to document progress to be achieved by the City. The following efforts. at a minimum. should be included in the update: " Confirm progress, update context and re -assess the vision from previous studies and assessments " Engage and conduct stakeholders and steering committee meetings " Provide community outreach to gather data and perspectives " Assess future opportunities and implementation strategies " Draft the vision document The purpose of a Vision Plan is to document progress achieved by the City through revisions to the context data and analysis, mapping, projects, and implementation strategies from all previous studies. The core elements of the Vision Plan are to serve as a strong foundation for guiding the City's future. Therefore, this document is oriented around celebrating and communicating successes, identifying new trends or challenges, and updating the implementation strategies accordingly. This can create an inspirational story about the future which in turn can support economic development efforts. The following tasks describes the key technical. communication. and engagement efforts to support the Vision Plan update: A. Confirm Progress, Reassess Context and Vision: The goal of this task is to provide a roadmap for development and progress made by the City. It would involve a combination of online 'research, review of City documents as available and/or provided, and one-on-one interviews with key City staff and stakeholders and re-establish the steering committee. To the extent practicable, we will rely on other analysis conducted for the City, such as more recent economic assessments, *coasting, and/or branding, and synthesize accordingly. As part of this process, applicants would also start to assess the vision from the communication standpoint what worked and what'didn't? What messages still resonate? This will help identify the different Ways to improve the social impact of the Vision Plan. At this point, the applicant would also identify which. Zey Pieces of the Vision need to be re -assessed from the technical standpoint essentially what is out of date. Deliverables including updates of the Vision Map along with demographic and growth information wilt be needed. Updates to Activity Center nodes may be needed to better reflect current economic conditions and development trends, as well as recent building projects. It will also be useful to document the newer communication mediums and resources available in the City, notably those of the social media bent, but also ;new community organizations, events, or other key outlets for information gathering and dissemination. B. Outreach A key step in reassessing the context is to check in with local community members for their perspectives on key issues and opportunities within the community. Therefore, the outreach task would involve the creation of a project website, community survey and two public meetings. The first meeting would occur early in the process concurrent with a website launch and survey; and the second would occur after the development of draft updates to the implementation strategies. C. Assess Future Opportunities From these technical updates and inventory work, the applicant can then conduct a strengths, weaknesses, opportunities, and threats analysis. Through a brief technical memo, the applicant can outline this analysis as well as discuss some potential future scenarios for the City in terms of implementation strategies. It would also explore these types of high impact/return on investment implementation strategies and set the stage for the 2021 Comprehensive Plan updates. D. Draft the Vision Plan Document Because of these activities, the applicant would develop a Vision Plan, taking the 2015 Comprehensive Plan document's structure and content and p " g off of it to represent progress. This would include the fuller update summarizing work, b n also a short executive summary and another short implementation strategy summary for • The EAR updates are to include replacem,, Element maps and graphics. %j/ • Evaluation and assessment of changes toy Regional plans and their effect on the Com Recommendations for updating the Ca • Changes in timeframes, data an universal basis throughout the P1a jam/ Ives and P¢ cies :* , plemen • Changes to the Goal • Summary of recd; or future growth// / 2-4 OTHER R)F �JIREMEM . ✓% To compl � e wore s a successful imposer will: ,/,4 o/ ///�, • Be resporf r.e for the prcn used or prop �}1 and corr • Coordinate with st�`d/thrq#},'regular communication for the duration of the project jr • Revise the draft EAR with input from staff to the Comprehensive Plan tive Rules, and State and efinitiorY fgrmat and style to be applied on a to "address the major local issues document and Vision Plan Update, the hlity and technical accuracy of all documents and data %pr revise any errors or deficiencies as appropriate • Attend applicable Planning and Zoning Commission workshops, present the EAR to the City's Local Planning Agency and City Commission, and prepare any revisions to the draft that may result from these meetings • Attend adoption hearing(s) as may be held by the City • Provide a final deliverable in both reproducible electronic copy and paper copies 2-5 TERM OF CONTRACT The term of the contract is anticipated to be one fiscal year upon award to the successful proposer. 2-6 QUALIFICATIONS, PRESENTATION, AND PROTEST COSTS The City will not be liable in any way for any costs incurred by any proposer in the preparation of its Qualifications in response to this RFQ, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 2-7 ACCEPTANCE OR REJECTION OF QUALIFICATIONS The right is reserved by the City to waive any irregularitie Qualifications, to re -solicit for Qualifications, if desired, by the City to accept the Qualifications which in the advantageous for the public and the City. Any proposal which is incomplete, conditional, may be cause for rejection. In the event of defa enter into the City contract, the City reserves the rig ac or to re -advertise using the same or re document 2-8 ACCEPTANCE OR REJECTION O JA �,QTIONS '% /rfy Qualification, to reject any or all recommendation and justification /9f the City is deemed the most red or which contaf,rregularities of any kind, the successful pro / r, or their refusal to the proposal! ny other proposer its sole discretio/ 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 RFQ. • 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 3 "x 11" paper, po numbered appropriately. Ensure that all informatio `, ritten le be submitted for a proposing firm to be consider �j/ Nation, with headings and sections or typed. The following should • 3.2.1 Cover Page - Show the name of Proposer's aC /firm, a dress, tele contact person, date, and the proposal number and ° ipt�,''j nand b�i 3.2.2 Tab 1- Table of Contents Include a clear identification of the mate 3.2.3 Tab 2 - Letter of Tram 3.2.3.1 Limit to o� 3.2.3.2 Briefly std commitment to per 3.2.3.3 Gi -,_ • name Propo 3.2. Pro ovide a s response „J 3.2.4 Tab 3 - Gen information 3.2.4.1 NamVi usiness. iii 3.2.4.2 Mailing ess and�/one Number. 3.2.4.3 Names an ia , rmation of persons to be contacted for information or services if different from nam,e,;/, son in charge. 3.2.4.4 Normal business` ' ours. 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. s. s under g of the work to be done and make a positive e number. e number, name of ho wUje authorized to make representations for the an d`l`i' on mbers. >ure of a ,rate Officer certifying the contents of the 4V1equest for Proposal. 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 RFQ. 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 RFQ as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key per 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies component of the Program. 3.2.7.2 Indicate the earliest available sta 3.2.7.3 Indicate the project completion dare, 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an al 3.2.9 Tab 8 - References 3.2.9.1 List a minim Agent of Record name of contact 3.2.10Tab 9-A•,' i.nal Propo doc ts • • Ce • Drug j/o rkplace c FAILURE TO SUBMI PROPOSER. ee (3) re ences s" E ethe na /t e numbd�� j who will be assigned to the City. e required to complete each ich the proposer has provided sa ,tion, brief description of the project, %email ad ss. jj.> lets Proposal all of the following forms and/or ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY 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 R ' cludin a detailed explanation of p Y p q �,,; -� � g P how the services shall be performed. Each proposal will be reviewed to determine if the% j opo j s responsive to the submission requirements outlines in the Solicitation. A res onsi o o al is f'' hick follows the requirements of his Solicitation that includes all documents ar '�� itted in the fo outlined in this Solicitation, is of timely submission, and has the appropriat atures as require "(1,ach document. Failure to comply with these requirements may result in • Proposal being deed, non -responsive. The Contract (s) will be awarded to the most responsive /pose$ se Proposaj t serves the interest •of and represents the best values to the; of Opa-loc % / ',, ii//j /A, 4-2 EVALUATION CRITERIA %%° / %/� The Committee may select se to inv pny an: r all it to make a presentation and be interviewed b the Com ash ,, of the e a rfi r t is Solicitation. The Committee's decision will be commu ed by st o all Res =' � nts. The pondent s presentation may clarify but may not modify the %' bmitt ' proposal.•1 y discussion between the presenter (s) and Evaluation Com '. - - durin �: x re int ; ed only for purposes of providing clarification , � gym, , i //� iii %%%,, , ,,. in response t�' : ,io 0,# „, Experience an � lification /� Qualifications and rience of e ned staff p p g sere, , and experience with maintenance of 1. Expertise of � ' comprehensive pT �, 2. Qualifications & expo / e of the firm and its subcontractors/suppliers relevant to the Scope o Work. 3. Availability of qualified personnel. 4. Ability to meet set standards. 5. Evidence of insurance and/or bonding capacity. 6. Location of local office. 30 Past Performance 1. Previous contracting experience. 2. Prior experience in municipal government. 3. Examples of previous work product. Quality of Services / Technical Approach to the Scope of Work 25 25 1. High -quality level of services to be provided to the City. 2. Understanding of City needs. 3. Ability to convey a depth of understanding of the Scope of Work and the firm's capacity to accomplish it successfully. 4. Conveyance of a willingness to work with City staff to maximize resources. 5. Approach to the Project and Methodology. 6. Technical Soundness of the proposal. 7. Applicability of the service offered. Scope Response 1. Accuracy of proposal in relation to scope of work. 20 TOTAL 4-3 ORAL PRESENTATIONS Proposers may be required to make individual pre. to clarify their proposals. Only those firms with t criteria and their weights will be invited to give accept the best proposal as submitted, without dis If the City determines that such prese4 presentations. Each Proposer shall be proposal submitted, and its qualificati presentations, the Proposers /hould relat include (but not be limite / approac to the in attendance. The Evaluation Criteria ma "t chan site visits (if co; shall weights as d if any, pri eir oral /tati i- i Additionally, pr`',r o award of ar reeni� ursuant to this RFQ the City may require Proposers to submit such addi J informati earing4on the Proposer's ability to perform the services in the Agreement as the Ci .ems appr '.iate. , / _X/ ij 4-4 FINAL SELECTI011>` 100 'bons to the '° ;ty Selection Committee in order hest rated scor -accordance with the stated resentations. Ho the City has the right to on or r4 otiation. • are need e and place will We scheduled for oral ,0 discus substantiate any of the areas of the t61'orm the/ ecified services. During the oral evaluation criteria, which will he p „3osed Project Manager must be resentations evaluation phase. References and luation criteria, along with other criteria and gists will be informed as to the revised criteria, eir 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 RFQ. 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. RFQ NO. 21-XXXXXXX COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) 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 ofOpa-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. RFQ NO: 21-XXXXXXX CONFLICT OF INTEREST AFFIDAVIT COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Finance Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Company Address Authorized Signature City, State, Zip Code Printed Name & Title Telephone No. Email Fax No. State of ) City of ) SUBSCRIBED AND SWORN to before me this day of , 2021 by , who is personally known to me to be the for the Firm, OR who produced the following identification: STAMP OR SEAL: Notary Public, State of My Commission Expires: 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 a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name RFQ N0: 21-XXXXXXX PROPOSER QUALIFICATION FORM COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) PROPOSERS QUALIFICATION FORM LIST MAIOR WORK PRESENTLY UNDER CONTRACT: % Completed Project Contract Amount LIST CURRENT PROJECTS IN WHICH YOU ARE THE CANDIDATE FOR AWARD: OTHER INFORMATION ABOUT PROJECTS: Have you, at any time, failed to complete a contract ❑ Yes ❑ No STATEMENT OF LITIGATION: Are there any judgments, claims or suits pending or outstanding by or against you? ❑ Yes ❑No If the answer to either question is yes, submit details on separate sheet. List all lawsuits that have been filed by or against your firm in the last five (5) years: FEES: List total fees for work done on all City projects in the past five (5) years, whether as an individual firm or as part of a joint venture. Fees must be listed individually by contract or project and then summarized as a total dollar amount. Attach additional page if necessary. $ Total Fees for work done on all PAST City projects REFERENCES: Bank(s) Maintaining Account(s): Surety/Underwriter: (if required) Other References: (Use additional sheets if necessary) TYPE OF FIRM: j �_,,,j 1 E Corporation/Years in Business: < If lit rporation, plea list state in which it is incorporated: %ai��� '�' ,�rm is a c ation, by signing this form, Proposer certifies that the firm is authorized to s ss in the of of Florida. ,,. ❑ Partnership/Years in Bus ❑ Sole Proprietorship/ s in Btf j ss: ❑ Other: Please list: Pursuant to _�� s;ry s, s/ r pr �tive %ors* -the above -mentioned proposed project, the under �a4: • is submi the i . ation as uired with the understanding that it is only to assist in det ing the Pro )s o organization to perform the type and magnitude of work intended, and �r, guarantej/he tr and accuracy of all statements herein made. We will accept you , rmination 4roposas�without prejudice. Company Address Authorized Signature City, State, Zip Code Printed Name & Title Email Telephone No. Fax No. CITY OF OPA-LOCKA RFQ 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 40 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 anyother 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 anyother 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 41 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: 42 INSURANCE REQUIREMENTS INSURANCE TYPE REQUIRED LIMITS ® 1. Worker's Compensation E 2. Commercial General Liability (Occurrence Form) patterned after the current I.S.O form with no limiting endorsements. Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. Bodily Injury & Property Damage $1,Q00.000 single limit per occurrence ® 3. Indemnification: To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless the City of Opa-locka, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Opa- locka. E 4. Automobile Liability • 5. Other Insurance as indicated below: Errors and Omissions or Professional Malpractice Coverage $ 500.000 Each Occurrence Owned/Non- owned/Hired Automobile Included $ 1,000,000 Per Occurrence ❑ 6. Aircraft Liability $1,000,000 each occurrence combined single limit for bodily injury liability and property damage liability. 7. Contractor/Vendor/Consultant shall ensure that all sub -consultants comply with the same insurance requirements that he is required to meet. The same Consultant shall provide City with certificates of insurance meeting the required insurance provisions. 8. The City of Opa-locka must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 43 INSURANCE REQUIREMENTS Continued ® 9. The City of Opa-locka shall be named as the Certificate Holder. NOTE: The "Certificate Holder" should read as follows: City of Opa-locka Opa-locka, Florida No City Division, Department, or individual name should appear on the Certificate. No other format will be acceptable. ® 10. Thirty (30) Days Cancellation Notice required. 11. The Certificate must state the RFQ Number and Title. PROPOSER'S AND INSURANCE AGENT'S STATEMENT: We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of RFQ. Company Address Authorized Signature City, State, Zip Code Printed Name & Title Telephone No. Email Fax No. Insurance Agency Signature of Proposer's Agent 44 REFERENCES FORM Provide the business names, contact persons and telephone numbers of four (4) references for which the firm has provided services described in this Proposals for three (3) years or more within the last five (5) years. Include relationships with governmental agencies. It is our intent to contact these references during the evaluation process. 1. Name of Company: Address: Point of Contact: Phone #: Email address: Service(s) Provided: Dates of Service: 2. Name of Company: Address: Point of Contact: Phone #: Email address: Service(s) Provided: Dates of Service: 3. Name of Company: Address: Point of Contact: Phone #: Email address: Service(s) Provided: Dates of Service: 4. Name of Company: Address: Point of Contact: Phone #: Email address: Service(s) Provided: Dates of Service: 45 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register 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 Eligiblity," 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. 46 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 srequiring 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: 47