Loading...
HomeMy Public PortalAbout21--9863 RFP for Financial Accounting ServicesSponsored by: City Manager RESOLUTION NO. 21-9863 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, APPROVING ISSUANCE OF A REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ACCOUNTING SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka's current agreement for temporary professional accounting staffing services will expire on June 30, 2021; and WHEREAS, the City of Opa-Locka ("City") desires to issue a Request for Proposal ("RFP") for Financial Accounting Services from qualified and experienced firms to provide Financial Accounting Services for the City's Finance Department; and WHEREAS, the selected firm will be responsible for providing services to the City's Finance Department through either one of the two accounting service options outlined in the RFP document: Service Request A - Supplemental Financial Management & Accounting Support Services; or Service Request B - Full Finance Department Outsourcing of Finance & Accounting Services; and WHEREAS, the City has determined that issuance of an RFP is in the best interest of the City and its residents; and WHEREAS, this City Commission authorizes the City Manager to issue an RFP for Financial Accounting Services, attached hereto as "Exhibit A". NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby approves the issuance of a Request for Proposals (RFP), attached hereto as Exhibit "A", for provision of Financial Accounting Services. Resolution No. 21-9863 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 copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 12th day of May, 2021. Attest to: (61,a_ Joa a Flores Ci Clerk Moved by: Commissioner Burke Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Burke YES Commissioner Davis YES Commissioner Taylor YES Vice -Mayor Williams YES Mayor Pigatt YES Matthew A. Pigatt Mayor Approved as to form and legal sufficiency: rop Burnadette Norris- eeks, P.A. City Attorney City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Mana er: g John E. Pate CM Signature: -� Commission Meeting Date: 05/12/2021 Item Type: (EnterX in box) Resolution 1 r i i ce Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading. (Enter X in box) 1.st Reading 2°d Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact section Advertising Requirement: (EnterXinbox) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communcation Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X m El • MI mi I• Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to issue an RFP for Financial Accounting Services. Staff Summary: The City of Opa-locka would like to issue a Request for Proposals (RFP) for Financial Accounting Services to solicit proposals from qualified and experienced firms. 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 17-513493 General Expenses * $5,000 $2,000 $3,000 * This account is being funded as part of Budget Amendment #3 for this and other miscellaneous purposes. Proposed Action: 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) FINANCIAL ACCOUNTING SERVICES Subject CITY OF OPA-LOCKA FINANCIAL ACCOUNTING SERVICES RFP NO. 21-XXXXXXX TABLE OF CONTENTS Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 10 Part III - Proposal Requirements 16 Part IV - Evaluation of Proposals 18 Proposer Qualifications 21 Price Proposal 22 Debarment, Suspension Certification 24 Drug -Free Certification 26 Non -Collusion Affidavit 27 Non -Discrimination Affidavit 28 E -Verify Form 29 2 1Page CITYOFOPA LOCKA REQUEST FOR PROPOSALS RFP NO: 21-XXXXXXX Financial Accounting Services Sealed Proposals for Financial Accounting 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, Monday, June 21, 2021 by 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 Financial Accounting 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 Monday, May 31, 2021 at 10:00 a.m. at Sherbondy Village, 215 Perviz Avenue, Opa-locka, FL 33054. City Clerk Joanna Flores, CMC 31Pa�Lc CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX FINANCIAL ACCOUNTING SERVICES PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is requesting proposals from qualified firms of Public Accountants and/or Accountants to perform general accounting services in accordance with the provisions set forth in this Request for Proposal. 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:O0pm on Monday, June 21, 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 - Financial Accounting 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. 41Puge Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. 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 51Page agreement is reached. 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. Professional Liability Insurance coverage with limits not less than $1,000,000 per Occurrence/$2,000,000 Aggregate (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 6 1Page affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. 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. 71Pa;e DESCRIPTION OF CITY The City of Opa-locka, a home rule community as defined by the Florida Constitution, was incorporated in 1926. The City of Opa-locka was the vision of aviation pioneer, Glen Curtiss. Opa-locka is an urban community occupying 4.2 square miles in the North-Western area of Miami -Dade County, Florida. The city boundaries are as follows: on the North -NW 151st Street, on the South - N.W. 125th Street, on the East - NW 45th Avenue on the West. On May 14, 1926, Opa-locka was chartered as a town by twenty-eight registered voters. Policy making and legislative authority are vested in the City Commission, which consists of the Mayor, Vice -Mayor and three Commissioners. The City Commission is responsible, among other things, for passing ordinances, adopting the budget, appointing committees and hiring the City Manager, City Clerk and City Attorney. The City Manager is responsible for carrying out the policies and ordinances of the City Commission, for overseeing the day-to-day operations of the City, and for appointing the heads of the City's departments. The City provides a full range of services including police protection and public safety, the construction and maintenance of streets and other infrastructure, community development, general services administration and the operating of the water and sewer facilities. Financial, compliance and internal control related information is obtainable in the Annual Budget and Annual Financial Report on the City website at https://www.opalockafl.gov/232/Budget- Reports and https://www.opalockafl.gov/124/CAFRS-Financial-Statements; in addition to the Florida Auditor General's site for the Operational Audit https://flauditor.gov/pages/pdf files/2019-221.pdf. Fund Structure The City's fund structure consists of the following: Governmental General Special Revenue Capital Projects Improvement Debt Service Proprietary Water and Sewer Stormwater Solid waste Computer System and Software The City utilizes Central Square Technologies SunGard Enterprise Resource Planning (ERP) software suite. Multiple users may concurrently work within the eFinancePlus and eCommunityPlus modules. The software modules include general ledger, budget, accounts payable, requisitions/purchase orders, permits and code enforcement, project accounting, and utility billing. The City is seeking to migrate to a new ERP system in the coming future. The City uses Microsoft Excel to prepare the numerous general purpose financial reports. Public Records 81Pu e The documents submitted in response to this request for proposal become a public record, upon submission to the City, subject to mandatory disclosure upon request by any person unless the documents are exempted from public disclosure. The City is a public agency subject to Chapter 119, Florida Statutes. If the City receives a request for inspection or copying of any such documents, it will promptly notify the person submitting the documents to the City. The City assumes no contractual obligation to enforce any exemption on behalf of a respondent to this RFP. 9 1Page PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The Finance Department is structured to be led by a Finance Director to provide finance and accounting leadership, management and supervision of the financial affairs of the City. The City has been operating without an employed Finance Director since February 2019. The primary responsibility of the Finance Department is to safeguard the City's assets, ensure cost-effectiveness, provide financial support to operating departments, and report accurate and timely financial information to the City Commission, management, residents of the community and stakeholders. The following represents the departments at the City: City Departments Building and License City Manager Clerk Code Enforcement Community Development CRA Human Resources Information Technology Parks and Recreation Police Department Risk Management The Finance Department provides centralized financial, accounting to City departments, current and those that may be created. This includes providing financial analyses upon request, monthly financial reports, quarterly monitoring reports as needed, processing payroll and the Annual Financial Report. It also handling the recording of the billing and collection of the City's revenues, including water utilities. The department is also responsible for payments to vendors through the accounts payable process. The department oversees the coordination of all City cash and investment management, pension management, and debt management. In 2016, the City of Opa-locka City Commission adopted a Resolution to request a declaration that the City is in a state of financial emergency, to seek the appointment of a financial emergency board and other assistance pursuant to section 218.503 (1), Florida Statues. The State of Florida, Office of the Governor, issued Executive Order 16-135, signed by Florida Governor, Rick Scott. During fiscal year 2020, the City submitted to the financial emergency board a Five -Year Financial Recovery Plan which became effective October 1, 2020. We provide this information to share with the respondent the environment at the City and to share how it will address this in its plan for the Finance Department. The City is seeking RFP responses to provide services to the City's Finance Department, through either one of the two (2) service options outlined below: 101Page I. Service Request A- Supplemental Financial Management & Accounting Support Services II. Service Request B- Full Finance Department Outsourcing of Finance & Accounting Services The City encourages respondents to respond to both Service Request A and Service Request B. If the respondent can respond to both types of service options requested, then two separate Scope & Methodology and Cost Proposals are required, if a respondent is only responding to one, then the respondent must only respond to the service option selected, and respond to the Scope & Methodology and Cost Proposal for the option selected. The City will utilize the proposal responses to determine which service option provides the best outcome for the City. The City reserves the right to amend the RFP schedule or issue amendments to the RFP at any time. The City also reserves the right to cancel or reissue the RFP, to reject any or all proposals, to waive any irregularities or informalities in the selection process, and to accept or reject any item or combination of items. The City reserves the right to request clarification of information from any proposer or to request supplemental material deemed necessary to assist in the evaluation of the proposal. The City reserves the right to affect any agreement deemed by the City to be in its best interest. This RFP does not obligate the City to accept or contract for any expressed or implied services. The City reserves the right to award the services as described in the section titles "Scope of Services" in total or in part to any combination of proposers. Primary Services for Request A I. Service Request A- Supplemental Financial Management & Accounting Support Services The City is seeking a relationship with a firm to supplement full-time accounting staff to provide financial management and accounting support services. This includes specifically providing senior management and leadership assistance to support the City's Finance Department operations, financial matters, accounting, financial reporting, debt management, internal controls, financial and operational audits, compliance, supporting City Departments and other pertinent matters related to the City. The selected firm would at a minimum designate (1) Key Personnel to act and function in the role as Finance Director on a full-time basis. In addition to providing a mix of senior support staff to supplement the Finance Department, to provide financial management and leadership, and to supervise City employees within the Finance Department. The respondent will be responsible for supervising its own staff of employees and consultants and to assure that they comply with policies, procedures, laws and rules. The existing employee profile of the Finance Department is as follows: Employee Title Quantity Full or Part Time DOL Accountant 2 Full -Time Exempt Accounts Payable Clerk 1 Full -Time Non -Exempt Payroll Clerk 1 Full -Time Non -Exempt Administrative Assistant 1 Full -Time Non -Exempt Key Personnel - Finance Director 111Pa�re This person will serve in the role as Finance Director to supervise all activities of the Finance Department, including preparing analysis and projections; maintaining integrity of the integrated financial information system; making long and short-range plans; and working with the Budget Administrator. This role is responsible for supervisory finance and budget work in the management of all General Government accounting records, financial and budgeting reports, accounting and budget systems and procedures and risk management programs where applicable to the Finance Department. The Finance Director serves at the will of the City Manager and will report directly to the City Manager or designee. Will be required to work and attend meetings outside regular business hours. Essential Functions • Plans, directs, coordinates and administers all activities and personnel of the City's Finance Department in accordance with all applicable laws, rules, regulations and directions from City government. • Supervises activities of the Finance Department, including administration, accounting, property control, billing and collection, accounts payable, payroll, occupational licenses, cash/debt management, and pensions. • Analyzes the City's fiscal policies, interprets data, and recommends actions to immediate supervisor, the City Manager and the City Commission. • Coordinates activities with functions of other City departments and private and public agencies. • Directs preparation of reports and statements on the City's financial affairs including internal and external reporting. • Perform performance evaluation reviews and notice of disciplinary action when warranted for employees within the department. • Reviews all revenue forecasts for all General Government, Special Revenue, Debt Service and Enterprise Funds to provide basis for cash flow forecasting. • Prepares analysis and projections of the City's cash position to ensure that temporarily idle funds are invested and that investments of debt service funds mature at correct time. • Maintains integrity of the integrated financial information system. • Manages and administers the treasury function of the City, including disbursing of City payrolls and General Government and Enterprise funds. • Manages and administers the controllership function of the City, oversees and reviews the bank reconciliations, account reconciliations, journal and payroll entries, general accounting and reporting. • Assist with maintaining compliance with monthly, quarterly and annual reporting. • Manage the overall external financial audit of the Annual Financial Reporting requirements and other laws and rules of the Florida Statues. • Prescribes accounting/treasury forms and procedures. • Administers and coordinates investment activities, revenue collections, banking services, debt service, and other financial activities. • Prepares, submits and monitors annual departmental budget. • Makes long- and short-range plans for the department. • Serves as liaison with the City Manager and City Commission on financial matters. • Recommends selection, promotion, discharge, and other appropriate personnel actions. 121Page " Attends work on a continuous and regular basis. " Performs other related duties as assigned. " Report irregularities and fraud to the City Manager and City Attorney. It will be the primary responsibility of the Finance Department to safeguard the City's assets, ensure cost-effectiveness, provide financial support to operating departments, and report accurate and timely financial information to the City Commission, management, residents of the community and stakeholders. Other Services From time to time the City may require consulting in areas other than those listed herein. Firms shall provide a listing of various levels of staff from Partner to the Staff, and Consultant level along with a corresponding hourly rate for each. If needed, the City may utilize the appropriate staff level of the firm at the stated hourly rate or a determined fixed cost. If the City is unable to utilize the respondent's team due to circumstances such as organizational conflicts, independence concerns, etc., then the City will seek other resources and contracts. Primary Services for Request B II. Service Request B- Full Finance Department Outsourcing of Finance & Accounting Services The City is seeking a relationship with a firm to fully manage the Finance Department operations. The respondent must provide staffing levels to provide financial management, leadership, supervisory and accounting support services for the City. This includes specifically providing a full -service option to provide senior level management and leadership to support the City's Finance Department operations, financial matters, accounting, financial reporting, debt management, financial and operational audits, internal controls, compliance, supporting City Departments and other pertinent matters related to the City. This also includes hiring and employing staff directly by the respondent to maintain the appropriate staffing level to meet the demands of the Finance Department and the City's needs, siting detailed explanations for exceptions. The City is open to a combination of staffing levels to provide the services needed. The respondent will adjust its staffing levels to meet the City's needs and must communicate its plan in the response on how it will service the City's needs over multiple fiscal years. The City's fiscal year is as follows: from October 1 to September 30. The selected firm would at a minimum designate (1) Key Personnel to act and function in the role as Finance Director on a full-time basis. It is expected that the respondent will provide the staffing levels required to provide management, leadership and supervision to the operations of the Finance Department to the City, and designated any other identified Key Personnel within its staffing mix. The existing employee profile of the Finance Department is as follows: Employee Title Quantity Full or Part Time DOL Accountant 2 Full -Time Exempt Accounts Payable Clerk 1 Full -Time Non -Exempt Payroll Clerk 1 Full -Time Non -Exempt Administrative Assistant 1 Full -Time Non -Exempt Key Personnel - Finance Director 131 P This person will serve in the role as Finance Director to supervise all activities of the Finance Department, including preparing analysis and projections; maintaining integrity of the integrated financial information system; making long and short-range plans; and working with the Budget Administrator. This role is responsible for supervisory finance and budget work in the management of all General Government accounting records, financial and budgeting reports, accounting and budget systems and procedures and risk management programs where applicable to the Finance Department. The Finance Director serves at the will of the City Manager and will report directly to the City Manager or designee. Will be required to work and attend meetings outside regular business hours. Essential Functions • Plans, directs, coordinates and administers all activities and personnel of the City's Finance Department in accordance with all applicable laws, rules, regulations and directions from City government. • Supervises activities of the Finance Department, including administration, accounting, property control, billing and collection, accounts payable, payroll, occupational licenses, cash/debt management, and pensions. • Analyzes the City's fiscal policies, interprets data, and recommends actions to immediate supervisor, the City Manager and the City Commission. • Coordinates activities with functions of other City departments and private and public agencies. • Directs preparation of reports and statements on the City's financial affairs including internal and external reporting. • Reviews all revenue forecasts for all General Government, Special Revenue, Debt Service and Enterprise Funds to provide basis for cash flow forecasting. • Prepares analysis and projections of the City's cash position to ensure that temporarily idle funds are invested and that investments of debt service funds mature at correct time. • Maintains integrity of the integrated financial information system. • Manages and administers the treasury function of the City, including disbursing of City payrolls and General Government and Enterprise funds. • Manages and administers the controllership function of the City, oversees and reviews the bank reconciliations, account reconciliations, journal and payroll entries, general accounting and reporting. • Assist with maintaining compliance with monthly, quarterly and annual reporting. • Manage the overall external financial audit of the Annual Financial Reporting requirements and other laws and rules of the Florida Statues. • Prescribes accounting/treasury forms and procedures. • Administers and coordinates investment activities, revenue collections, banking services, debt service, and other financial activities. • Prepares, submits and monitors annual departmental budget. • Makes long- and short-range plans for the department. • Serves as liaison with the City Manager and City Commission on financial matters. • Recommends selection, promotion, discharge, and other appropriate personnel actions. • Attends work on a continuous and regular basis. • Performs other related duties as assigned. 14 !Page " Report irregularities and fraud to the City Manager and City Attorney. It will be the primary responsibility of the Finance Department to safeguard the City's assets, ensure cost-effectiveness, provide financial support to operating departments, and report accurate and timely financial information to the City Commission, management, residents of the community and stakeholders. Other Services From time to time the City may require consulting in areas other than those listed herein. Firms shall provide a listing of various levels of staff from Partner to the Staff, and Consultant level along with a corresponding hourly rate for each. If needed, the City may utilize the appropriate staff level of the firm at the stated hourly rate or a determined fixed cost. If the City is unable to utilize the respondent's team due to circumstances such as organizational conflicts, independence concerns, etc., then the City will seek other resources and contracts. 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 Municipal Financial Accounting Services; established reputation, particularly with governmental clients; Proposer must have a minimum of three (3) years of consecutive and successful experience in the aforementioned areas. " Proposer's track record in providing Financial Accounting 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 reputation, and commitment to diversity. " Demonstrate financial solvency. " Explain how the proposer will manage the contract along with other work and commitments. 2-3 TERM OF CONTRACT The term of the contract is anticipated to be three fiscal years with a renewal of two one-year terms, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-locka City Commission and availability of annual appropriation. 151Pa�e 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. 1. Cover Letter / Executive Summary 2. Company Background /Qualifications 3. Scope 8z Methodology - Service A 4. Scope & Methodology - Service B 5. Cost Proposal - Service A 6. Cost Proposal - Service B 8. Resumes and Certifications 9. Past Performance & Experience 10. Attachments 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "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. 161Page 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. 3.2.5 Tab 4 - Project Approach (Scope & Methodology) - Service A and Service B 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 (Personnel History and Experience) 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 (Cost Proposal - Service A and Service B) 3.2.8.1 Fee basis should be an all-inclusive, hourly fee. 3.2.9 Tab 8 - References (Past Performance and Experience) 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided Financial Accounting 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. 171Page 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. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications / Ability of Professional Personnel/Financial Qualifications and experience of assigned staff 1. Expertise in public, private and/or non-profit sectors. 2. Qualifications & experience of the firm and its subcontractors/suppliers relevant to the Scope of Work. 3. Availability of qualified personnel. 4. Ability to meet set standards. 5. Previous contracting experience with the other public, private and/or non- profit agencies. 6. Financial resources and capabilities by demonstrating financial solvency. 7. Evidence of insurance and/or bonding capacity. 8. Location of local office. 25 Quality of Services / Technical Approach to the Scope of Work 1. High -quality level of services to be provided to the City. 2. Understanding of City needs. 25 181Page 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. Cost Saving Initiatives 1. Development of long-range cost strategies. 2. Innovative ideas for cost containment. 25 Proposed Fee 1. Pricing Structure 2. Fee Schedule/Cost Proposal 3. Any other additional costs 25 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 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. 191Page 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. 201Page RFP NO. 21-XXXXXXX FINANCIAL ACCOUNTING 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: S. 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 thirty-six 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-Iocka 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-Iocka, 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. 211Pag RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM FINANCIAL ACCOUNTING SERVICES SERVICE REQUEST A 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 221PaLrc RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM FINANCIAL ACCOUNTING SERVICES SERVICE REQUEST B 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 231Page 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 241Page 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 251Page 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 Signatu 261 Pa e 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 271F'a NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: By: Title: 281Palc 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 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. lf 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. 291Page 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: 301P