Loading...
HomeMy Public PortalAbout21-9873 Rejecting All Bids in Connection with RFP No. 21-0406200 Property Management ServicesSponsored by: City Manager RESOLUTION NO. 21-9873 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, REJECTING ALL BIDS RECEIVED IN CONNECTION WITH RFP NO. 21-0406200 AND FURTHER AUTHORIZING THE CITY MANAGER TO RE -ADVERTISE AND ISSUE A REQUEST FOR PROPOSALS FOR QUALIFIED FIRMS FOR PROPERTY MANAGEMENT SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Opa-Locka, Florida ("City Commission") issued a Request for Proposals, RFP No. 21-0406200, to solicit competitive proposals from qualified firms for Property Management Services; and WHEREAS, one (1) proposal was received on May 25, 2021 in response to RFP No. 21-0406200; and WHEREAS, the one proposal received is being rejected to allow city staff to re -advertise the services in order to obtain more options for the City; and WHEREAS, the City Manager recommends that all bids in connection with RFP No. 21-0406200 be rejected. 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 Commission of the City of Opa-Locka, Florida hereby rejects all bids received in connection with RFP No. 21-0406200, in its entirety, and authorizes the City Manager to re -advertise and issue a Request for Proposal for qualified firms for Property Management Services. 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. Resolution No. 21-9873 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 23rd day of June, 2021. Mayor Matthew Pigatt Attest to: nna Flores C Clerk Moved by: Vice Mayor Williams Seconded by: Commissioner Taylor VOTE: 5-0 Commissioner Taylor YES Commissioner Burke YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES Approved as to form and legal sufficiency: ON( Uee Burnadette Norris City Attorney 2 eeks, P.A. City of Opa-Locka Agenda Cover City Manager: John E. Pate CM Signature: Commission Meeting Date: 06.23.2021 Item Type: (EnterXin box) Resolution 0 0 e X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading. (EnterXin box) ist Reading Znd Reading x $est. 2,000.00 Public Hearing: (EnterXin box) Yes No Yes No x x Funding Source: Account#: 19-511493 (Enter Fund & Dept) Ex: General Expense Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education QuaL of Life & City Image Communcation Area: so Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • NI IMI IN III Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to reject all proposals received in connection with RFP No. 21- 0406200 and re -advertise for qualified firms. Staff Summary: The City Commission issued a Request for Proposal to solicit competitive proposals to provide Property Management Services at 780 Fisherman Street. One (1) proposal was received, however a request is being made to reject the proposal in attempt to re -advertise to solicit more firms. Staff think it is in the best interest of the City to re -advertise the services to enable us to get a more competitive process and get the best for the City. Financial Impact The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $2,000. Proposed Action: Staff recommends the approval of this request to re -issue the RFP to seek quotes for qualified firms. Attachment: Bid Certification Pre -Bid Meeting Sign In Sheet Copy of proposal received RFP CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 21-0406200 I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that according to the provisions of Sec. 2-320.1 of the Citys Code of Ordinances, sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 2:10 p.m. this 25th day of May, 2021. PROPOSAL(S) RECEIVED NAME/ADDRESS 1. Fusco Management Company, LLC Seybold Building 36 NE 1st Street, Suite 1030 Miami, FL 33132 Contact: Asaf Baruch V/P Director of Real Estate Development Tele: (305) 374-7922 Email: abaruch(a fusco.com LUMP SUM PRICE $ 214,000.00 I further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson Executive Assistant to the City Manager City of Opa-locka Joanna Flores, CMC City Clerk Carlos Gonzale Capital Improvement projects City of Opa-locka CITY OF OPA-LOCKA RFP NO: 21-0406200 PROPERTY MANAGEMENT SERVICES MARCH 23, 2021 @ 10:00 A.M. MANDATORY PRE -BID MEETING SHERBONDY VILLAGE, 2150 PERVIZ AVENUE, OPA-LOCKA, FL 33054 NAME COMPANY NAME EMAIL PHONE # As ' Sokr tick Gs co Moolui3Lh,Pn ,l" o, y-lickQPtiscD. ctvii (,46 Co3ii-5"73ti . Btu, , ?vio, ‘fuSCO Kaug tmo sw k- t rt o,c6. 0� II,seo. to, 16 - gig - 12 (3 ' iicctrc/o / ,..4 in G fiSGi7 4/ Q"a ge,44en f iZr 444 LAS cZ) . cal r.... 3D5 343 ZB 72- . , l \''` Ii \ fir` ^ , 1*�, �� O iVr '% 1--CLv ICIA ' lQ Ct Vle4 ` TS NCO �t \-e5 ����(.02�ee-cy� c-en;v. -iFiCv =1 5O GZ €..� . .:\,CZu. ..i:.(LGk- (-. awse,., ° -locxc- Sk�Aa s©,,.hrkt-)i:e..1 cit.& Fi.o0 , -35- CI S3- a-13-k A2 g2k. A u. s Ciic o o4iR.zQe /Q A ALRo ftiV Z, fov -dos`' -�2r „,. '96__ COVER PAG E Date: May 25, 2021 RFP Title/Number: City of Opa-Locka Request for Proposal (RFP) Property Management Services RFP No.: 21-0406200 Name of Proposer: Fusco Management Company, LLC Office Location: Fusco Management Company, LLC Seybold Building 36 N.E. 1st Street, Suite 1030 Miami, Florida 33132 RFP Contact: Fusco Management Company, LLC Asaf Baruch VP/Director of Real Estate Development 305.374.7922 abaruch@fusco.com Principal in Charge: Fusco Management Company, LLC Lynn Fusco President 203.603.5128 lynn@fusco.com 1 TABLE OF CONTENTS ommisim • 3.2.3 Letter of Transmittal... pg. 03 • 3.2.4 General Information pg. 05 • 3.2.5 Project Approach pg. 06 • 3.2.6 Experience and Qualifications pg. 21 • 3.2.7 Schedule pg. 37 • 3.2.8 Pricing of Services... ...... ... ...... ... ........ ...pg. 38 • 3.2.9 References............ ........................... .....pg. 40 • 3.2.10 Additional Forms... .................. .........pg. 42 2 FUSCO PROPERTY MANAGEMENT May 25, 2021 Sha'mecca Lawson Joanna Flores, CMC City of Opa-Locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locka, FL 33054 Dear Ms. Flores and Ms. Lawson: Fusco Management is pleased to respond to your RFP for Property Management Services. We are very excited about this opportunity and strongly believe that our track record with multiple government agencies make us a great partner for services for Opa-Locka. We understand that the City has other priorities and challenges to deal with and a full service property manager would allow the City to focus on running the City while we deal with the property services. Fusco provides comprehensive property/facilities management solutions for Federal, State and local government (including the FBI, CT Judicial Branch and Department of Transportation), commercial, retail, healthcare, bio-tech and educational sectors. Founded in Connecticut over 97 years ago, Fusco is a privately held family business that operates simultaneously in the spheres of Property Management, Construction and Development. Fusco has owned and managed property in South Florida for over 50 years. We continue to expand our presence in Florida with new development projects and expansion of our customized Property Management services to the Miami market. We have experience delivering a wide range of Management services for our clients including: • Preparation of Annual Operating and Capital Budgets • Tracking and Reporting of Monthly Income and Expenses • Full Accounts Payable/Disbursements services • Oversight of day-to-day operations • Receipt and completion of service requests • Emergency response services • Site Staffing • Planning and oversight of capital work • Ensuring vendor compliance with contracts Based on the pre -bid conference we fully understand the scope of work to be performed and are confident we can deliver the services for the City of Opa-Locka: • Conduct, at a minimum, scheduled weekly inspections of the property and provide inspection reports within 24 hours of inspection. • Notify the City Manager immediately of any issues requiring urgent attention. Fusco Management Company, LLC _.otion !Equal GpporLr't, Seybold Building 36 NE 1st Street, Suite 1030 Miami, Florida 3 FUSCO PROPERTY MANAGEMENT • Provide on -the -spot routine maintenance and repairs as necessary. • Receive requests for and complete repairs to the property as required, often with quick turnaround. • Provide monthly activity logs that document work completed by Property Management firm and outstanding issues that need to be addressed. • Perform such other property management and maintenance tasks for the Municipal Complex as may be mutually agreed upon. • Negotiate rental lease agreements. • Collect rental payments for tenants and immediately submit payments to the City. • Firm must be available to perform the services under this RFP 24 hours per day/365 days per year in the event an emergency arises. • Firm shall maintain and provide the City with a list of pre -approved subconsultants, properly licensed to do work in the State of Florida for services including: electrical, plumbing, HVAC, security, janitorial, etc. Fusco's construction portfolio includes both large-scale construction projects as well as tenant fit - outs, renovations and capital improvement projects delivered as a Construction Manager, Design/Builder and General Contractor. Recent Government Construction Projects include: • FBI Regional Headquarters $35 Million • US Army Reserve Regional Training Institute $ 36 Million • US Army Reserve Center $38 Million • New Britain Government Center $ 45 Million We appreciate your consideration of our attached RFP response. We look forward to the prospect of working with the City on this exciting project. As President of Fusco Management Company, LLC I certify the contents of this RFP submission. G trauqa/r Ly co President, Fusco Management Company, LLC 203.603.5128 Ivnn@ fusco.com RFP Contact: Asaf Baruch VP/Director of Development 305.374.7922 abaruch@fusco.com Fusco Management Company, LLC Ar Affirmative :.' ction I Equal Opportunity Employer =JSCO COlv1 Seybold Building 36 NE 1st Street, Suite 1030 Miami, Florida 4 3.2.4 GENERAL INFORMATION fammou 3.2.4.1 Name of Business: Fusco Management Company, LLC 3.2.4.2 Mailing Address and Phone Number: Fusco Management Company, LLC (Local Office) Seybold Building 36 N.E. 1st Street, Suite 1030 Miami, FL 33132 305.374.7922 555 Long Wharf Drive, Suite 14 (Corporate Office) New Haven, CT 06511 203.777.7451 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. Fusco Management Company, LLC Asaf Baruch VP/Director of Real Estate Development 305.374.7922 abaruch@fusco.com 3.2.4.4 Normal business hours: Office hours are Monday -Friday, 8:30 AM - 5:00 PM. 3.2.4.5 State if business is local, national, or international and indicate the business legal status Fusco Management Company is a regional Limited Liability Corporation headquarterd in New Haven, Connecticut with offices in Miami, Florida. We have clients in CT, NY and Florida 3.2.4.6 Give the date business was organized and/or incorporated, and where. 1975, Connecticut 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. 36 N.E. 1st Street, Suite 1030 Miami, FL 33132 Number of Professional staff: 10 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. N/A 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. See the following attachments included with Proposer Qualification Form under "Additional Forms": • Fusco Management, State of Florida Certificate of Authorization • Fusco Management & Fusco Corporation, Local Business Tax Receipt, Miami Dade County, State of Florida • Fusco Construction Company, State of Florida License, Construction Industry Licensing Board 3.2.5 PROJECT APPROACH The Fusco Management Company is a privately -owned family business founded in 1975. Our portfolio includes Class A office developments, large scale State government buildings, retail and medical facilities, laboratory and research buildings, educational and federal and municipal facilities. We manage over 1 million square feet just for the CT Judicial Branch and the majority of CDOT's Transportation Centers. The company manages a portfolio of over 5.5 million square feet in Connecticut, New York City and Florida. Our goal is to forge relationships with clients that have unique missions. We work closely with each customer to develop specific individualized building operations programs. We focus on our core competencies so that the client's team can focus on its mission. By relieving clients of the responsibilities of day-to-day facility management, they are better able to devote resources and focus attention elsewhere. We learn the individual needs of each client and property, then tailor a specific management approach to meet those needs. We streamline the operation of the property, providing increased levels of service to the users and realizing cost savings for the owners. We have a track record of prompt responses to service requests, thoughtful and well -planned preventive maintenance programs, and for controlling operating costs. We strive to consistently provide the finest quality services in a cost-effective manner in order to maintain a first-rate building environment and to realize the greatest return on investment. We accomplish this through regular communication with the client, accountability of costs and procedures and, hard work and dedication to each property and owner. UMW FOCUS our core competencies LEARN individual needs of each client MANAGEMENT STRATEGY STREAMLINE operation of property PROVIDE finest quality services in cost-effective manner 6 INITIAL REVIEW/BUILDING ASSESSMENT The most important initial step of this project will be a thorough review and assessment of the entire building and all of its systems to determine current conditions and both short and long-term maintenance requirements. This will include a physical inspection and inventory of all building mechanical and life safety equipment, as well as a review of specifications, warranties (if applicable) and O&M manuals. This will inform and guide the preparation of maintenance programs and the development of a comprehensive list of capital improvement recommendations and projects. All architectural, structural and MEP plans will be reviewed, inventoried and stored on site. As part of this process, we would be reviewing all current management and maintenance procedures, practices, vendors and service contracts. Using the results of this review and of the initial building assessment, we will develop the customized maintenance program for this building. Senior Fusco Management Company staff would be guiding this transition and conducting this building audit and can coordinate with some of the area's most competent engineers and professionals if necessary. All service contracts currently in place will also be reviewed for thoroughness and cost effectiveness, and recommendations for improvements will be made to ownership. If the information is available, we will also review historical operating expenses as part of the initial budget preparation process. Our goal will be to complete this review within ninety days of contract commencement, with a thorough report prepared for your review. Following review of our findings with your company, decisions can be made about next steps. It is worth noting that our affiliate company, Fusco Corporation has built some of the most prominent buildings in Connecticut. While Fusco Corporation and Fusco Management Company function autonomously our ability to leverage each other's background, strengths and knowledge will help create a smoother transition for all concerned. We are able to draw on the knowledge and expertise of the construction professionals at Fusco Corporation at any time down the road, should the need arise. STAFFING PLAN Our overall approach to project staffing is to assign a core group of Fusco Management professionals to each building and supplement them with the region's most capable and respected service providers. This approach gives us a tremendous amount of flexibility in terms of response to changing conditions and requirements and has proven to be extremely cost-effective. A dedicated maintenance staff oversees the maintenance program, schedules and monitors service contractors, and works with the Property Manager to complete projects. The building staff will be supported and assisted by our General Superintendent and our Assistant General Superintendent. During normal business hours the maintenance staff will maintain work hours defined by the needs and requirements of both the building occupants and the client. Our on -site staff will be supported, as required, by other Fusco Management Company employees. Staff scheduling will be designed to provide routine building coverage as required by the client. We will implement a clearly defined communication procedure to allow tenants and clients to reach a Fusco Management Company representative in the event that circumstances require a response or decision by the Property Manager or building maintenance staff. Although the maintenance staff is fully qualified, there are occasionally instances where extraordinary maintenance and repairs require assistance. Additional personnel can be dispatched on an as -needed basis to meet specific requirements. Fusco Management Company currently has 57 full-time maintenance professionals. Some of these professionals will be cross -trained to cover your building in the event of an absence or emergency. We are able to provide unmatched response and support in the event of an emergency at the buildings at any time. Based on our understanding of this project, we will provide the following site staff: • Property Manager • One full-time Building Superintendent • General Superintendent (as needed for projects and quality control) • Assistant General Superintendent (as needed for projects) The Property Manager will oversee the daily operation of the facilities, and have many different responsibilities, including: ■ coordinate and prepare the initial review and building assessment ■ maintaining budget guidelines, reviewing all invoices and accounting reports • preparation of bid specs for preventive maintenance and special projects • obtaining competitive bids in accordance with client guidelines • regular inspections of the facilities, meeting with designated contacts • maintain property records and preparation of monthly client reports, contracts and warranties • work with leasing team to facilitate leasing efforts and events • monitor insurance requirements on behalf of owner • monitor building projects on behalf of owner In addition to the Property Manager, we will assign a full-time Building Superintendent to this account. The Building Superintendent's primary duties are: • respond to tenant service requests • perform regular property inspections • maintain building emergency systems 8 " observing and reporting potential liability and security concerns " supervise subcontractors, ensure compliance with contract specifications " perform set ups for special events " on call 24/7/365 for emergencies This staff will be supported by qualified, efficient subcontractors for services such as security, janitorial maintenance, HVAC, elevator and life safety systems. Senior Fusco Staff Financial Analyst Accounts Payable/Receivable Property Manager General Superintendent Tenant Services Coordinator Subcontracted Service Providers Building Superintendent Building Trades 9 One of the keys to the successful coordination of maintenance activities is our Landport Maintenance Management system. During normal working hours, all maintenance requests are entered into Landport. A work order is automatically generated and transmitted to the maintenance staff so response can begin promptly, and work completed in a timely fashion. At the end of each business day, all completed work orders will be closed out and archived. With Landport, we have the ability to retrieve all information on any call in its history. Landport is an interactive, web -based work order system. Our clients and tenants have the ability to log their work requests via the internet directly into our system and track progress through to completion. Once a work order is entered, an automatic email notification is sent to the requester indicating that the work order has been received. Each client will have the ability to log into the system to review open work orders that they have generated. When a work order has been closed, the client will again receive an automatic email notification that it has been closed. Preventive maintenance schedules developed from the original building assessment will set up in Landport so the system can generate preventive maintenance work orders on any building equipment, assuring that crucial preventive maintenance schedules are maintained. Landport tracks all parts and supplies, automatically generating reorder requests when inventories need replenishing. Weekly reports are run on the status of all work orders and reviewed by the Property Manager to assure all work is completed and up to date. The advantages to this centralized, automated system are: 41 CENTRAL DISPATCH Tenant requests are dispatched to the maintenance staff on -site. In the event of an absence, the request will be dispatched to the personnel covering. Building staff is also notified concurrently in emergencies or cases of repeated calls. Tenants and clients are able to check status at any time, day or night. • PREVENTATIVE MAINTENANCE Work orders for preventive maintenance are generated automatically. This allows crucial tasks from to be backed up. • INCREASED EFFICIENCY Tenants have a single point of contact, regardless of their location or the time of day. Building maintenance staff can perform their work knowing a system is in place, and that they will be contacted in an emergency. • REPORTING Reports allow the team to identify problem areas and trends. 10 MARKETING AND LEASING Given today's competitive real estate environment, Marketing Management is a discipline that distinguishes Fusco Management Company from other service providers. While we are skilled, experienced real estate professionals, we are not brokers. Fusco can manage the marketing of your buildings, working with the most effective brokers in all market segments without being affiliated with or committed to any one firm. Unbiased recommendations and an owner's perspective focuses attention on your objectives while meeting the needs of existing and prospective tenants. A team effort is generated with an "exclusive agent" and the asset manager to take advantage of a broker's local experience and knowledge of a market, and Fusco's marketing and proposal expertise. FINANCIAL SERVICES Many clients choose to utilize our suite of Accounting functions to track and pay for all facility - related expenses. Full financial services, including accounting, lease administration, A/R, A/P, budget preparation and administration and the preparation of monthly operating reports is coordinated by the Property Managers and our Accounting staff. Following the closing of the monthly accounting period, our Accounts Payable department prepares a check register and copies of all invoices paid during the period for the Property Managers, who review these for accuracy. The Property Accountant prepares the monthly operating statements and invoice for reimbursement of operating expenses. Upon review, the Property Manager prepares a Variance Report. Our monthly Management Report includes the following: • Monthly and YTD Operating Statement • Budget Variance Report • Tenant List • Open Accounts Receivable/Payables summary • Check Register • Copies of Paid Invoices • Discussion of Notable Ongoing Maintenance & Projects • Leasing Status Report (from leasing agent) 11 MAINTENANCE SERVICES A dedicated maintenance staff oversees the maintenance program, schedules and monitors service contractors, and works with the Property Manager to complete projects. The building staff will be supported by our General Superintendent and our Assistant General Superintendents. During normal business hours the maintenance staff will maintain work hours defined by the needs and requirements of both the building occupants and the client. Our on -site staff will be supported, as required, by other Fusco Management Company employees. All bids for goods and services are considered and evaluated not only for cost, but vendor experience as well. We confirm that the lowest bidder has a long track record with the type of equipment currently in use at the building. References are carefully checked. We also insist that we get the subcontractor's best mechanics, and that supplies and parts are readily available. Once we are satisfied that we have identified the most experienced contractor with the lowest price, we submit proposals to the client for review and approval, in accordance with established procedures. Cost control has always been a high priority with Fusco and we continually pass this concern on to our employees and contractors. We recognize that both price and ability are important. Our subcontractors know that they will receive every bit of assistance required and the assurance of a clean, accessible, safe work place. Experience has shown us that this effort, along with properly structured specifications and a complete explanation of expectations will provide not only the most capable firm, but also the best price. The general repair and maintenance program for each of the following areas is carefully planned and coordinated, taking into account responsibilities that may be shared with abutting property owners. When special expertise or emergency services are required, experienced trade professionals will be contracted on a competitive, pre -determined price basis. Landscaping Landscaping and grounds maintenance services are typically subcontracted, and the subcontractor is augmented by Fusco Management Company staff when necessary. Fire Sprinkler Systems Preventive maintenance and emergency repair services on sprinkler systems and fire pumps are typically subcontracted. Frequently used or replaced parts and supplies are stocked either on site or by the contracted emergency generator service vendor. All labor not covered under a contract will be put out for bid per the client's bidding procedures. Fire Alarm Systems Preventive maintenance and emergency repair services on fire alarm systems and devices are typically subcontracted. Frequently used or replaced parts and supplies are stocked either on site or by the contracted emergency generator service vendor. All labor not covered under a contract will be put out for bid per the client's bidding procedures. HVAC Services/Materials/Supplies Frequently used or replaced parts and supplies are stocked either on site or by the contracted HVAC vendor. All general parts needed to service or repair HVAC components not covered under the service contract are supplied by the building maintenance staff. 12 Electrical Services Installation of new electrical equipment, repair or replacement of large components such as breaker panels, transformers and UPS systems is put out for bid. Plumbing Services Major plumbing installation, replacement or repair (such as replacement of water main valves) is put out for bid per the client's bidding procedures and completed by a licensed, insured vendor. QUALITY CONTROL PROGRAM Fusco Management Company holds regular meetings of our entire management staff to review facility issues at each of our accounts. Each property management account's progress in meeting its stated goals is reviewed, and input and suggestions from the entire management team are encouraged. Plans are developed to address industry -wide issues (ADA requirements, emergency and disaster planning, cost - saving programs, etc.) with comprehensive internal follow-up reporting. In addition to both scheduled and unscheduled inspections by the Property Manager and senior management, regular meetings are held with designated building representatives to ensure that their needs are being met. Results of these meetings are made available to the client, and the client is encouraged to attend these meetings from time to time, to "take the temperature" of the tenant and help evaluate our performance. Fusco Management staff members will be cross -trained to cover in the event of an absence or emergency. We are able to provide support in the event of an emergency at the buildings at any time of day or night. A call list providing the names and telephone numbers of those individuals to be contacted in an emergency will be established. Coverage for vacation or sick -days has been coordinated by the Property Managers in conjunction with the General Superintendent. Each member of the management team will carry smart phones and are accessible 24 hours per day, seven days per week. 13 CONSTRUCTION MANAGEMENT SERVICES Our team can take an active role in planning and implementing capital improvements and interior improvements. Our approach to these projects is to represent the interests of the property owners. We understand the importance of completing these projects in a safe, efficient and timely manner. Since 1924, our affiliate company, Fusco Corporation has provided construction management services across a broad array of industry sectors including Federal, State and Local Government, Retail, Healthcare, Education, Colleges and Universities, Commercial Office Space and Garages. With 90+ years of experience, projects are delivered with the highest levels of quality, safety, and value. Services include: - Project Management -Design/Build -Budgeting/Estimating -Value Engineering -Scheduling - Safety and Site Logistics 14 Detailed responses to Scope of Services as Outlined in RFP Section 2-1: Conduct, at a minimum, scheduled weekly inspections of the property and provide inspection reports within 24 hours of inspection. We will conduct weekly property inspections and provide a detailed report on the condition of the property along with any recommendations for repairs or improvements. Notify the City Manager immediately of any issues requiring urgent attention. We are accessible to our clients and tenants 24/7/365. We provide experienced individuals who have been familiarized with the building as back-ups to assure availability and immediate response to all emergencies, whether they occur during or after normal business hours. Emergency contact information for the management team is given not only to tenants' representatives within the building, but also to the local Police and Fire Departments as well as the City Manager and other appropriate City staff. Although the maintenance staff is fully qualified, there are occasionally instances where extraordinary maintenance and repairs require assistance. Additional personnel can be dispatched on an as -needed basis to meet specific requirements. Provide on -the -spot routine maintenance and repairs as necessary. Our overall approach to project staffing is to assign a core group of Fusco Management professionals to each building, and supplement them with the region's most capable and respected service providers. This approach gives us a tremendous amount of flexibility in terms of response to changing conditions and requirements and has proven to be extremely cost-effective. A dedicated maintenance staff performs routine maintenance and repair activities, and oversees the maintenance program, schedules and monitors service contractors, and works with the Property Manager to complete projects. During normal business hours the maintenance staff will maintain work hours defined by the needs and requirements of both the building occupants and the client. Our on -site staff will be supported, as required, by other Fusco Management Company employees. Staff scheduling will be designed to provide routine building coverage as required by the client. We will implement a clearly defined communication procedure to allow tenants and clients to reach a Fusco Management Company representative in the event that circumstances require a response or decision by the Property Manager or building maintenance staff. Although the maintenance staff is fully qualified, there are occasionally instances where extraordinary maintenance and repairs require assistance. Additional personnel can be dispatched on an as -needed basis to meet specific requirements. Receive requests for and complete repairs to the property as required, often with quick turnaround. One of the keys to the successful coordination of maintenance activities is our Landport Maintenance Management system and our Tenant Services Coordinator. During normal working hours, all maintenance requests are entered into our MMS. A work order is automatically generated and transmitted to the Building maintenance staff so response can begin promptly, and work completed in a timely fashion. All completed work orders will be closed out and archived. With the MMS, we have the ability to retrieve all information on any call, no matter how dated. The M MS also generates preventive maintenance work orders on any piece of equipment, thereby assuring that crucial preventive maintenance schedules are maintained. The MMS also tracks all parts and supplies, automatically generating reorder requests when inventories need replenishing. Weekly reports ale run on the status of all work orders and reviewed by the Property Manager to assure all work is completed and up to date. Landport is an interactive, web -based work order system. Our clients and tenants have the ability to log their work requests via the internet directly into our system and track progress through to completion. Once a work order is entered, an automatic email notification is sent to the requester indicating that the work order has been received. Each client will have the ability to log into the system to review open work orders that they have generated. When a work order has been closed, the client will again receive an automatic email notification that it has been closed. The advantages to a centralized, automated system such as ours are clear. • CENTRAL DISPATCH - Tenant requests are dispatched to the maintenance staff on -site. In the event of an absence, the request will be dispatched to the personnel covering. Building Superintendents are also notified concurrently in emergencies or cases of repeated calls. Tenants and clients are able to check status at any time, day or night. • PREVENTIVE MAINTENANCE - Work orders for preventive maintenance are generated automatically. There is no need for the building staff to calendar their task or remember when they completed it the prior month. This prevents crucial tasks from "falling through the cracks". • INCREASED EFFICIENCY - Tenants have a single point of contact, regardless of their location or the time of day. Building maintenance staff can perform their work knowing a system is in place, and that they will be contacted in an emergency. • REPORTING - Reports are prepared monthly for Property Managers, allowing them to identify problem areas and spot trends. Provide monthly activity logs that document work completed by Property Management firm and outstanding issues that need to be addressed. We provide a monthly Management Report for our clients which includes a detailed summary of open and completed work orders and status of ongoing projects. Perform such other property management and maintenance tasks for the Municipal Complex as may be mutually agreed upon. We pride ourselves on being flexible and adaptive to the changing needs of our clients. We are always available to perform additional services upon our mutual agreement. Negotiate rental lease agreements. We will work with the Broker or Leasing Agent selected for this projectto secure the most advantageous lease terms for city. Collect rental payments for tenants and immediately submit payments to the City. All business terms of existing and new leases are abstracted and entered into our Timberline lease administration/accounting software. Our Lease Administrator oversees and reviews all automated lease billings and prepares all expense participation billings such as utility, insurance, CAM and Real Estate Tax reimbursements. 16 Property Managers receive regular Accounts Receivable reports each month and have the primary responsibility for timely collection of rents and other payments due from tenants. Many clients choose to utilize our suite of Accounting functions to track and pay for all facility -related expenses. Full financial services, including accounting, lease administration, A/R, A/P, budget preparation and administration and the preparation of monthly operating reports is coordinated by the Property Managers and Accounting department at our New Haven headquarters. Fol lowing the closing of the monthly accounting period, our Accounts Payable department prepares a check register and copies of all invoices paid during the period for the Property Managers, who review these for accuracy. The Property Accountant prepares the monthly operating statements and invoice for reimbursement of operating expenses. Upon review, the Property Manager prepares a Variance Report. Our monthly Management Report includes the following: -Monthly and YTD Operating Statement - Budget Variance Report -Tenant List -Open Accounts Receivable/Payables summary - Check Register -Copies of Paid Invoices (if requested) - Bank Reconciliation reports -Discussion of Notable Ongoing Maintenance & Projects - Leasing Status Report (from leasing agent) Firm must be available to perform the services under this RFP 24 hours per day/365 days per year in the event an emergency arises. We are able to provide unmatched response and support in the event of an emergency at the buildings at any time of day or night. Response times are typically thirty minutes or less from notification. Emergency contact lists will be established. In addition to the building maintenance staff and management team, other Building Supervisors, not normally assigned to the building, have been cross -trained on the building in order to provide back-up and support as needed. Coverage for vacation or sick -days has been coordinated by the Property Managers in conjunction with the General Superintendent. Each member of the management team is accessible 24 hours per day, seven days per week. Fusco Management Company also has a thorough contingency plan to help ensure operational readiness during and after an unplanned interruption event. There is no such thing as a 100% guarantee to business survivability. However, the intent of the contingency plan is to ensure information availability, and the ability to deliver critical services to the clients and properties we serve. Our contingency plan includes the ability to operate from a remote location in the event of a disaster. Much of the data from our systems is backed up to the cloud, allowing access from anywhere. Our accounts payable system is completely electronic, and also accessible remotely. We provide our managers with mobile technology such as laptops and i Pads in order to access our systems from almost anywhere. 17 Copies of drawings, plans, contracts, manuals and warranties are typically stored both at the subject property and at Fusco Management Company's headquarters. Additionally, electronic files, including accounting and financial records for all third -party property management contracts are backed up on a nightly basis. We contract with Iron Mountain for all of our information protection and off -site storage requirements. The primary goals of the contingency plan are to: • Provide for the safety of all employees • Ensure the continuance of business operations • Minimize immediate damage or loss • Identify vital and critical services, applications, and processes • Minimize downtime • Reduce recovery effort complexity • Establish management succession • Facilitate effective recovery coordination Regardless of how well facilities are maintained, bad things can and will happen, often at the worst time. For example... On August 7th at approximately 4:30 pm there was an arc incident in a 2,000 amp bus duct that resulted in an explosion that was contained within the duct. Fortunately there were no injuries however this created a smoke condition and resulted in the critical loss of power to eight floors of a fifteen story office building. This incident is a great example of our team can respond, and how we are able to leverage our excellent, long- standing relationships with vendors to resolve a complex emergency condition and minimize disruption and liability. Fusco personnel responded immediately and by 5:00 had found that the failure happened in the bus duct between the eighth and ninth floors. The amount of heat generated by the arc destroyed the bus bar and duct. We contacted one of the state's most skilled electrical contractors who mobilized a team for this project. Fusco personnel and the contractor worked through the night. Because of our long-standing relationships with these contractors and vendors we were able to have access to supply houses and distributors long after business hours had ended. This was important since they were specialized parts and many products such as cabling had to be rented. While the initial repairs were underway, we maintained communications with the impacted tenants so they could plan and make decisions for the next day, as well as plan to protect critical equipment. There are fifteen tenants on the impacted floors, including our headquarters. Since it would take weeks for the replacement bus to be manufactured, we secured a contractor to rebuild the damaged splice plates and installed temporary cabling. Temporary provisions had to be made, and we were able to have a leading manufacturer of breakers engineer and fabricate a temporary bus that night. The electrical contractor picked up the temporary device and installed it. 18 Impacted tenants were notified of the progress and that their spaces would not be ready by the start of the next business day. We were able to provide temporary spaces and services for critical tenant meetings that could not be rescheduled. Since our offices were also impacted, we notified our tenants about our own emergency continuity plan and stationed all Property Managers at client properties. Our emergency continuity plan allowed us to stay in constant contact with everyone involved. Once the electrical work was complete we inspected all similar distribution equipment and notified impacted tenants to prepare their critical data and other equipment for repowering the space. Power was restored at approximately 12:30 pm on August 8th and tenants occupied their spaces twenty hours after the explosion. This event is an excellent example of our ability to respond quickly and effectively to an emergency and put our management and IT response plans to the test Firm shall maintain and provide the City with a list of pre -approved subconsultants, properly licensed to do work in the State of Florida for services including: electrical, plumbing, HVAC, security, janitorial, etc. The general repair and maintenance program for each of the following areas is carefully planned and coordinated, taking into account responsibilities that may be shared with abutting property owners. When special expertise or emergency services are required, experienced, properly licensed and insured trade professionals will be contracted on a competitive, pre -determined price basis. We prepare bid specifications and obtain competitive bids on all service contracts. Bid results will be provided to the city for review and approval prior to any contract execution. Landscaping Landscaping and grounds maintenance services are typically subcontracted, and the subcontractor is augmented by Fusco Management Company staff on occasion. Fire Sprinkler Systems Preventive maintenance and emergency repair services on sprinkler systems and fire pumps are typically subcontracted. Frequently used or replaced parts and supplies are stocked either on site or by the contracted emergency generator service vendor. All labor not covered under a contract will be put out for bid per the client's bidding procedures. Fire Alarm Systems Preventive maintenance and emergency repair services on fire alarm systems and devices are typically subcontracted. Frequently used or replaced parts and supplies are stocked either on site or by the contracted emergency generator service vendor. All labor not covered under a contract will be put out for bid per the client's bidding procedures. HVAC Services/Materials/Supplies Frequently used or replaced parts and supplies are stocked either on site or by the contracted HVAC vendor. All general parts needed to service or repair HVAC components not covered under the service contract are supplied by the building maintenance staff. 19 Electrical Services Installation of new electrical equipment, repair or replacement of large components such as breaker panels, transformers and UPS systems is put out for bid. Plumbing Services Major plumbing installation, replacement or repair (such as replacement of water main valves) is put out for bid per the client's bidding procedures and completed by a licensed, insured vendor. 20 3.2.6 EXPERIENCE AND QUALIFICATIONS 3.2.6.1 Specify the number of years the Proposer has been in business. 46 Years 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. 2.2 Proposer's qualifications: • The Proposer shall have extensive experience, expertise and reliability in providing property management services; established reputation in property management particularly with governmental clients; Proposer must have a minimum of five (5) years of consecutive and successful experience in the aforementioned areas. • Proposer's track record in providing property management services to governmental agencies as well as private entities (Please provide a list of current and relevant projects, including client names, titles, phone numbers and email address. Please ensure that contact information is current.) ® Demonstrate an overall combination of skills, prior work experience, business reputation, and commitment to diversity Fusco Management Company, LLC has been providing comprehensive Property Management Services for 46 years. Our Construction arm, Fusco Corporation, was founded in 1924 and provides general contracting, construction management and construction administration services. WEBSITE: fusco.com Fusco Management manages a portfolio of over 5.5 million SF in CT, NY and Florida. We have owned and managed property in South Florida for over 50 years and are continuing to expand with a new large residential project in Flagler Village, Fort Lauderdale and continue to expand our Property Management services in the South Florida market. Fusco manages over 1 million SF for the CT Judiciary, property for the GSA, CT DOT Train Stations, Class A office space, retail, healthcare, medical office space, research and development facilities and public and private educational institutions (K-12, colleges and universities). Our experience and qualifications are reflected in the services and clients listed below. Services we provide include: Preparation of Operating and Capital Budgets o Full Accounts Payable/Disbursements services o Preparation of Operating Reports o Preparation of Tenant Manuals o Service and Mechanical Specifications o Oversight of Day to Day Operations o Completion of Service Requests o Planning and oversight of capital work o Ensuring compliance with contracts o Assisting in Disaster Plan preparations o Ensuring compliance with safety procedures Fusco Management Company is committed to furthering the professional goals of women and minorities in business, especially in management positions. Our company's Affirmative Action plan is included in this submission. 21 Select Clients/Properties: (See also listing of additional clients with contact information) Government: FBI Regional Headquarters (GSA) Fusco was selected by the GSA to be the Developer/Builder for the FBI Regional Headquarters. The facility is Central Command for Connecticut. This 5 -story building consisting of 90,000 SF of office space combines high security with aesthetic satisfaction. The building includes a 2 -level parking garage below. Built in the heart of New Haven, the building has become a City landmark of design and development expertise. Fusco also provides complete property management services for this facility. New Britain Government Complex Fusco was the Design/Builder for this award -winning 197,000 sf courthouse, and has been the property manager since 2000. This state-of-the-art facility meets the needs of the State of Connecticut Judicial Department as a courthouse that communicates the meaning and importance of our justice system while concurrently providing a facility for effective and economical operation of the courts and their support offices. Stamford Courthouse The largest superior courthouse in Connecticut, the Stamford Courthouse is 250,000 SF and provides parking for over 750 cars. This state-of-the-art facility features more than twenty courtrooms and their support facilities, over forty judges' chambers, jury deliberation rooms, law library, evidence vaults and cellblocks. Fusco Management Company was awarded this prestigious assignment in 2006 has been the property manager for 14 years. New Haven Courthouses Fusco has been the property manager for these two large downtown courthouses for 25 years and oversees all aspects of the maintenance of the facilities. 121 Elm Street The courthouse at 121 Elm Street is a 110,700 square foot, four story building built in 1915. It is on the National Historic Register and is one of the most prominent buildings on the perimeter of the New Haven Green. 235 Church Street Built in 1974, the Superior Courthouse at 235 Church Street is 168,300 sf. It is nine stories tall and houses courtrooms, cellblocks, judges' chambers and administrative offices. New Haven City Hall The City Hall building is a beautiful marriage of old and new architecture featuring the original facade and Grand Staircase, as well as a large columned atrium covered entirely by a glass roof. City Hall also operates under an efficient computer -controlled mechanical and electrical system. Amenities include public meeting rooms, a newly renovated Hearing Room, and the large Aldermanic Chamber. Located in the heart of downtown on the historic New Haven Green, the New Haven Government Center Complex consists of two buildings, totaling 200,000 SF. The complex is comprised of the New Haven City Hall, the Hall of Records, and a landscaped plaza. Fusco Management has overseen all aspects of maintaining this large government complex for the last 25 years through 3 administrations. 22 Stamford Transportation Center The Stamford Transportation Center is one of the busiest train stations on the Metro North rail line from Boston to Washington DC serving over 17,000 passengers a day. The Transportation Center features passenger concourses, office and retail space, and parking facilities with a total capacity of over 2,100 spaces. In 2005, the Connecticut Department of Transportation retained Fusco Management Company to provide complete facility management services including oversight of all parking management functions at these critical facilities. Fusco has managed the Center for 15 years. Commercial Office Space/Retail Long Wharf Maritime Center The Long Wharf Maritime Center, Fusco' northeast headquarters was both built and managed by Fusco. This waterfront development is located at the junction of 1-95 and 1-91 in New Haven. Along the water's edge, a brick paved promenade gives visitors spectacular views of the New Haven Harbor. Amenities include a 10,000 SF cafeteria, day care center, conference room for all tenants, fitness center, ATM and a 1,700 -car garage and valet parking. Tenants include: Medtronics, Chubb, Marcum LLP, Langan Engineering, Hole in the Wall Gang, Northwestern Mutual, Wells Fargo, Janney Montgomery Scott, Lee, and the Knights of Columbus. Seybold Building Located in the heart of downtown Miami, this 150,000 SF building is the third largest diamond and jewelry center in the United States. A nationally registered historic landmark, the Seybold has a three - floor retail arcade with wholesale and manufacturing businesses above, and houses over 350 jewelers. Fusco has owned and managed the Seybold Building for over 50 years. Education - Academia Yale University Fusco has managed a broad variety of buildings on the Yale Campus including historic classroom buildings, rare book library and art storage facility, World Center for the Study of Globalization, World Fellows Organization and the Maurice R. Greenberg Conference Center and dormitories. Healthcare Yale New Haven Health Fusco was the Developer/Builder for this LEED Gold, 140,000 SF clinical laboratory. In addition to medical labs, there is an auditorium with a large public assembly, an underground tunnel to the cancer center and a pedestrian bridge for clinicians. Sustainable features: reclaimed wood was reused for the atrium flooring; several indoor bamboo gardens increase the indoor air quality and provide a connection to nature for occupants and visitors. Fusco Management is the full -service property manager for this state-of-the-art facility. 23 CLIENT LISTING WITH CONTACT INFORMATION: GOVERNMENT CLIENTS: See Government References in Section 3.2.9 • FBI Regional Headquarters • New Haven City Hall and Government Center • New Britain Courthouse / CT Judicial • CT Department of Transportation RETAIL CLIENTS: MJM Global Insurance Jerry Roth, Sr. Vice President 36 N.E. First Street, Suite 300 Miami, FL 33132 305.503.1743 (office) 646.245.1020 (cell) jroth@ mjmglobal.com Services Provided: Tenant Relations, Full Accounting/Budgeting, Maintenance/Service requests, Capital Improvements, Construction Management services. A dedicated onsite staff to oversee a high security detail and systems. Term: October 2017- July 2027 Coral & Stone, Miami Rafael Bild, Owner 551 N. Mashta Drive Key Biscayne, FL 33149 305.610.5631 (cell) RafaelBild@ aol.com Services Provided: Tenant Relations, Full Accounting/Budgeting, Maintenance/Service requests, Capital Improvements, Construction Management services. A dedicated onsite staff to oversee a high security detail and systems. Term: March 2000 - February 2030 • 4f.r :.111/1 or N. = .- ` .. 24 COMMERCIAL OFFICE CLIENTS: Marcum, LLP Joseph Natarelli, Partner in Charge 555 Long Wharf Drive New Haven, CT 06511 203.401.2102 Joseph.Natarelli@marcumllb.com Services Provided: Lease Administration, Tenant Relations, Full Accounting/ Budgeting, Maintenance/Service Requests, Capital Improvements, Construction Management services Term: January 1997 - October 2023 Kennedy, Johnson, Schwab & Roberge, LLC John Kennedy, Esquire, Senior Partner 555 Long Wharf Drive New Haven, CT 06511 203.865.8430 jkennedy@kennedyjohnson.com Services Provided: Maintenance/Service Requests, Lease Administration, Tenant Relations, Full Accounting / Budgeting, Capital Improvements, Construction Management services Term: March 2005 - September 2021 Citizens Bank Lisa W. Maass, Executive Vice President, Commercial Banking President, Citizens Bank Connecticut 555 Long Wharf Drive, 12th Floor New Haven CT 06511 203.821.2400 lisa.maass@citizensbank.com Services Provided: Maintenance/Service Requests, Lease Administration, Tenant Relations, Full Accounting / Budgeting, Capital Improvements, Construction Management services Term: December 2019- April 2025 Sanders, Gale & Russell Julia Cashman, Court Reporters 555 Long Wharf Drive New Haven, CT 06511 203.624.4157 jflvnncashmanPaol.com Services Provided: Maintenance/Service Requests, Lease Administration, Tenant Relations, Full Accounting / Budgeting, Capital Improvements, Construction Management services Term: August 2013 - August 2023 25 MEDICAL CLIENTS: Yale New Haven Hospital Clinical Laboratory Steve Carbery, VP Facilities, Design & Construction 789 Howard Avenue, Room TE 106 New Haven, CT 06519 203.688.5833 stephen.carbery@ynhh.org Services Provided: Tenant Relations, Maintenance/Service Requests Term: December 2009 - December 2029 Endocrinology Associates Adam Mayerson, MD 1952 Whitney Avenue Hamden, CT 06518 203.776.4444 abmayerson@aol.com Services Provided: Lease Administration, Tenant Relations, Full Accounting/ Budgeting, Maintenance/Service Requests, Capital Improvements, Construction Management services Term: November 2014 - May 2025 Yale University Medical School Sue Casio, Director of Leasing and Tenant Services Yale University, Office of University Properties 433 Temple Street New Haven, CT 06511 203.436.4658 (office) 203.859.8983 (cell) susan.cascio@yale.edu Services Provided: Lease Administration, Tenant Relations, Full Accounting / Budgeting, Maintenance/Service Requests, Capital Improvements, Construction Management services Term: March 1995 - March 2022 26 BIOTECH/COMMERICAL OFFICE CLIENTS: TWINING PROPERTIES - 115 MUNSON STREET Alex Twining, President and CEO 535 Fifth Avenue New York, New York 10166 212.704.2025 Alex.twining@twiningproperties.com Services Provided: Lease Administration, Tenant Relations, Full Accounting, Accts Payable/Receivable/Budgeting, Maintenance/Service Requests; Construction Management: Halda Therapeutics Tenant Fit -Out, Contract Value: $2.8M Term: 8/29/19 - 8/31/21 (with renewal options) BIOXCEL THERAPEUTICS Vimal Mehta, Ph.D., Chief Executive Officer & Founder 555 Long Wharf Drive New Haven, CT 06511 203.837.0015 Vmehta@bioxceltherapeutics.com Services Provided: Lease Administration, Tenant Relations, Full Accounting / Budgeting, Maintenance/Service Requests, Capital Improvements, Construction Management services Term: February 2019- February 2026 27 STAFFING (See also Section 3.2.5, PROJECT APPROACH) It is vital to both the client and to Fusco that the individuals assigned to the site be technically qualified and have the experience and the judgement to make decisions and carry out assignments with the overall goals and objectives of the client in mind. We want our personnel to take part in any orientation and training programs that the client may have in place. We want our staff to become part of your team. For this project we will provide the following site staff: • Property Manager, Roy Otero • Assistant Property Manager, Marilou Stewart • Building Superintendent, Richard Caouette See Resumes attached for site staffing and corporate office support personnel: Name Title Role Roy Otero Property Manager On -Site Richard Caouette Superintendent On -Site Marilou Stewart Assistant Property Manager On -Site David Fletcher Sr. Property Manager Corporate Office Support Troy Sobeski Property Manager Corporate Office Support Bill Conant Field Operations Manager Corporate Office Support Mark O'Hagan Lease Administrator Corporate Office Support Dennis Reilly CFO Corporate Office Support Lynn Fusco President Corporate Office Support 28 EXPERIENCE 10+ Years EDUCATION NYU PolyTech. New York SUMMARY Miami Resident Bilingual (Spanish/English) Roy juggles multiple tasks in overseeing the day to day operations of the Seybold Building. He is reliable and conscientious and a quick study with any new assignments. Tenants enjoy working with him. ROY OTERO Property Manager EXPERIENCE Seybold Building, Miami, FL • Responsible for communication with 229 tenants regarding maintenance, cleaning, capital repairs, lease extensions. My job objective is to keep the tenants happy and in compliance with their lease. • Coordinate with all vendors & contractors on premises and ensure insurance and licensing requirements are met that all are working safely and efficiently. • Create bidding specs & criteria for annual vendor/sub-contractor bids for contracts. • Provides support by providing information for proposals to prospective tenants, and preparing data for a lease. • Assist new tenants in obtaining correct insurance policies and required licensing. • Oversee management, maintenance, housekeeping, and security to ensure the building is operating optimally. • Respond to any unforeseen circumstances / emergencies by assessing the situation and finding the solution. B&B Jewelry, Inc (Pandora Jewelry Distributor), Miami, FL • Established PANDORA in 5 new territorios: Colombia, Bolivia, Ecuador, Peru, and Venezuela Negotiated insurance policy for over $4M of inventory covering shipped orders. Obtained liability insurance to cover all retail locations, vendors, and warehouses. • Prepared import and/or export documentation for US Customs and US Fish & Wildlife Service • Coordinated with all departments for effective operations as well as managed the office. • Created competitive pricing in each territory according to import fees and value added tax • Maintained internal inventory levels of products with a quick turnaround . • Analyzed and evaluated store sales and inventory in South America . • Was responsible for accounting activities of a high net worth. • Resolved any unforeseen issues in a timely manner. • Ensured the proper functioning of store retail systems. • Oversaw 6 retail stores in Peru. Apollo Health Street, Bloomfield, NJ • Assist customers in English and Spanish, with any billing concerns and questions over the phone • Obtain patient's insurance or self -pay information and apply to outstanding bills • Document all actions taken and any notes provided by patient • Manage independent reports to follow up with patients who have not been contacted • Handle inbound and outbound contact with patients or insurance companies 29 EXPERIENCE 20 Years EDUCATION Goldcoast Real Estate School, Miami, FL SUMMARY Marilou has the skills, talents and poise to keep management operations running smoothly. She juggles multiple tasks while producing timely reports and is always eager to take on more responsibility. Miami Resident Bilingual (English & Spanish) Real Estate Sales Associate License #SL3068527 Licensure Date: 12/3/2003 Expires: 9/30/2021 Listed in Florida DBPR Online Services MARILOU STEWART Assistant Property Manager EXPERIENCE Fusco Management, Seybold Building, Miami, FL 2017 - Present • Maintain compliance of tenant and vendor insurances. • Oversee cleaning manager and personnel to ensure high standards of cleaning within building. • Oversees the close out of building maintenance issues and tenant facility issues. • Orchestrates tenant move -in / move -out procedures to ensure compliance with protocols. • Team assist with rent collections and lease document processing. • Perform general office administrative duties and organize reception functions. ZOOLOGICAL WILDLIFE FOUNDATION Miami, Florida Property Manager • Assisted President and Vice President in overseeing daily operations of zoo facility, staff, vendors, contractors and customers. • Directed and worked with maintenance, landscapers, vendors and contractors with facility beautification, repairs and building projects • Oversee contract and vendor proposals, invoicing and payments • Compliance renewals of property and personnel licenses, insurance and USDA permits • Directed personnel and daily operations of reservations and hospitality office, tour guide schedules, tour guide assignments and customer reservations, and customer service & complaints • Recruitment coordination - on/off boarding of staff consisting of 30 people, conducting new hire interviews, personnel processing and exit interviews • Reported and processing of payroll, employee vacations and personal time off • Training and development of customer service and tour guides • Planning and scheduling of conference calls, weekly executive and staff meetings, keeping meeting minutes, and assignments of tasks and work assignments • Provided excellent customer service and tracking of customer reviews on Trip Advisor, Yelp, Facebook Updating website information, promotional announcements, tour pricing and information • Event and Tour Coordination & Planning of off and on -site events • Reconciliation of daily financial settlements and petty cash disbursements and deposits • Reporting of Incidents and Risk Management • Compiled tasks and meeting minutes during Quality System Management Review meetings • Overseeing and training temporary personnel on office policy & procedures, and database use • Led/participated in Master Control implementation for 2 organizations. One of which is composed of 1,500+ users. Led migration of all USCO non -trainable material from Lotus notes to EDMS in lieu of Master Control Deployment • Maintained Document, version updates, and process Training Records to ensure compliance REEF MANAGEMENT COMPANY, Miami, Florida Property Assistant SIMON PROPERTY GROUP, Miami, Florida Office Administrator, THE SHOPS AT SUNSET PLACE 5/2015 - 5/2017 8/2000 — 12/2009 6/1998 — 1/2000 30 EXPERIENCE 20 Years Miami resident SUMMARY Facilities Superintendent with extensive experience in the Maintenance & Supervision of commercial properties, high rise apartment complexes, condominiums. Seasoned veteran in HVAC, Plumbing, Electrical repairs and basic knowledge of structural engineering SKILLS & ABILITIES Planning, scheduling, and maintaining property management operations. Perform routine maintenance mechanical, electrical, and structural building systems. Provide recordkeeping on property maintenance activities. Supervise maintenance staff with focus on time management in completing tasks. Interacting with vendors to ensure timely orders and deliveries and minimal disruptions. RICHARD CAOUETTE Lead Superintendent EXPERIENCE 2013 - Present Fusco Management, Seybold Building, Miami, FL Lead Building Engineer • Transferred to Miami in January 2015 to oversee Seybold field personnel for a 200,000 SF renovation which Included a complete elevator modernization, 800 impact window replacements, Upgrade of mechanical systems and ongoing renovation of exterior facades. • Multiple relocation and renovations of office suites, renovate and oversee contractors work orders for high security tenants • Planning, scheduling, and maintaining daily operations and directives for crews on site including MEP systems, sprinkler heads, Fire Panel and HVAC. Fusco Management, CT Judiciary, 2 Courthouses, New Haven, CT Lead Superintendent • Performed routine maintenance and operations • Supervise inspections and repairs to all equipment on a weekly basis • Fully restored courtrooms to their original historical state. 2011 — 2013 Verizon Wireless, Rocky Hill, CT Superintendent • Maintained operations for 3 Verizon Corporate Buildings. • Quality control and supervised inspections and repairs on HVAC, Electrical and Plumbing • Prepared reports on conditions and concerns of various properties 2005 - 2011 Bushnell on the Park, Hartford, CT Maintenance Supervisor for High Rise w/160 Apartments & 36,000 SF • Planned and organized duties for remodeling and maintenance of commercial property facility • Supervised a staff of four (4), ordering and budgeting of supplies • Tended to residential concerns. • Knowledge of state and city fire codes. • Prepared reports for owner on conditions/concerns of properties to be purchased. 2000 - 2005 Morgan Management, Hartford, CT Maintenance Supervisor for 3 High Rises w/447 Apartments & 35,000 SF • Supervised a staff of sixteen (16), including budgeting & contract administration • Developed monthly and annual budgets • Maintained swimming pools and landscaping • Maintained interior/exterior of buildings • Installed hardwood flooring and roofing • Tended to residential concerns. 31 EXPERIENCE 30+ Years Education Naugatuck Valley Technical College - Environmental Science SUMMARY As Director of Field Operations, Bill has overall responsibility for project supervision and works closely with the Property mangers for each site. Functional areas under Bill's direction include equipment purchasing and repairs, quality control, safety enforcement and overall subcontractor/vendor performance. He will visit the job site regularly and will be available as required. BILL CONANT General Superintendent, Director of Field Operations Fusco Management, New Haven, CT 1991 — Present • Hiring, training and supervision of Building Superintendents for 5 M sf • Analyze all properties for Operations staffing requirements • Review and recommend all maintenance contracts • Authorize subcontractor work • Plan and oversight of all company owned and 3rd party contract capital improvement work, repairs and retrofits Areas of Expertise • MEP systems; repair and replacement • Plumbing design, water treatment systems • Energy Management Systems • Fire alarm and suppression systems, security systems • Preventive maintenance program implementation and control • Identifying and recommending energy saving measures and systems • Crisis Management • New construction • Mechanical systems rebalancing 32 EXPERIENCE 35 Years EDUCATION B.S., Finance, University of Connecticut, Storrs, CT Cum Laude CERTIFICATIONS & AWARDS Real Property Administrator (RPA) designation awarded by Building Owners and Managers Institute International. Certified Commercial Investment Member (CCIM) designation awarded by the CCIM Institute Certified Property Manager (CPM®) credential awarded by the Institute of Real Estate Management (IREM). Connecticut CCIM Chapter President IREM Rising Star awarded at the Institute of Real Estate Management's Regional Leadership Conference in Pittsburgh, PA. CT IREM President, 2007/08 CT IREM Treasurer, Current MARK O'HAGAN CCIM, CPM®, RPA I Lease Administrator EXPERIENCE Fusco Management Company, LLC, New Haven, CT, 1999 -present Lease Administrator • Supervise lease revenue and perform financial analysis for a property portfolio consisting of over 5.5 million square feet of government, office and retail space. • Responsible for annual income billings in excess of $50 million • Responsible for annual escalation billings for commercial and retail leases. • Structure income provisions of lease transactions using effective rate and net present value techniques. Review annual operating and capital budgets. • Perform financial analysis for lease transactions. • Help determine and implement refinancing and property tax appeal strategy. • Long term financial planning and valuation analysis. • Assisted in the research and purchase of 2 Property Management software systems and implementations. Ruben Company, Inc. New York, NY, 1989 —1990 Assistant Controller/Lease Administrator • Supervised a staff of 4 . • Responsible for $60 million in annual accounts receivable. • Lease administration and financial lease analysis of commercial office, retail and residential properties. Approximately 2 million square feet office and retail space and 750 residential units. • Prepared income projections, real estate tax and operating expense escalations included Porter's Wage escalation for many New York City tenants. • Implement accounting policies and financial controls for property management. • Integrated Resources Inc, New York, NY, 1989 Senior Accountant • Supervised 4 staff accountants in all general accounting functions. • Reviewed lease arrangements for all properties. Approximately 50 properties with gross revenues of $50K - $20 million each and 2,000 — 500,000 square feet. • Assist in preparation and analysis of annual operating budgets. • Monitor accounting database and set new properties up on-line. 33 EXPERIENCE 30+ Years EDUCATION B,A,, Marietta College, Marietta, Ohio Real Estate Sales, Marketing, Appraisal and Management seminars and courses. SUMMARY David is experienced in managing residential, commercial, office and government facilities from 50,000 to 750,000 square feet. He joined Fusco Management Company in 1992 and has served as Property Manager for a broad range of real estate. DAVID FLETCHER Sr. Property Manager • Develop the Team plan to meet owner's objectives • Engagement with tenants to ensure owner's goals are met • Financial management to meet long terms goals and needs • Coordination and oversight of capital improvement projects • Business development initiatives EXPERIENCE RETAIL PROPERTIES: Planning/spec development for common area maintenance and capital improvements, budgeting and monthly reporting, lease administration and tenant billings/collections including common area and real estate tax participation billings for the following retail properties; • Ansonia Shopping Center (Stop & Shop anchor) - Ansonia CT - 120,000 sf • Marketplace at Hamden (Stop & Shop, Pier 1, Old Navy), Hamden CT - 240,000 sf • Marketplace Shopping Center (Stop & Shop anchor) Branford CT - 70,000 sf • Shelton Marketplace (Big Y anchor) Shelton CT - 123,000 sf • Torrington Commons (Stop & Shop, JC Penney) Torrington CT - 160,000 sf GOVERNMENT PROPERTIES: Planning/spec development/execution of all maintenance and repair programs, capital improvements. Oversight and responsibility for electronic security and security guard services. Budgeting and monthly reporting. • 25 Sigourney Street (Connecticut Dept of Revenue Services HQ) - Hartford CT - 467,000 sf • 61 Woodland Street (CT State Colleges & Universities HQ) - Hartford CT - 161,000 sf • 75 Elm Street (CT Appellate Courthouse) - Hartford CT - 60,000 sf • 79 Elm Street (CT DEP HQ) - Hartford CT - 249,000 sf • Middletown Superior Courthouse - Middletown CT - 131,000 sf • Milford Superior Courthouse - Milford CT - 37,000 sf • New Haven Government Center (City Hall and Hall of Records) - New Haven CT - 200,000 sf COMMERCIAL OFFICE / R&D PROPERTIES: Services include planning/spec development/execution of all maintenance and capital improvements. Oversight and responsibility for electronic security and security guard services. Budgeting and monthly reporting, lease administration and tenant billings/collections including common area and real estate tax participation billings. • 1952 Whitney Avenue (office building) - Hamden CT - 55,000 sf • Armstrong Park (office campus) - Shelton CT - 325,000 sf • Glastonbury Corporate Center (office campus) - Glastonbury CT -178,000 sf • Pond View Corporate Center (office campus) - Farmington CT - 230,000 sf • Science Park (Laboratory/R&D campus) - New Haven CT - 350,000 sf • Winchester Works (Laboratory/Office building) - New Haven CT - 160,000 sf EDUCATION PROPERTIES Services include planning/spec development/execution of all maintenance and repair programs, capital improvements. Oversight and responsibility for electronic security and security guard services. Budgeting and monthly reporting. • AF Endeavor Charter School (grades K-8) - Brooklyn NY - 70,000 sf • Coney Island Prep Charter School (grades 9-12) - Brooklyn NY - 31,000 sf • Crown Heights Charter High School (grades 6-12) - Brooklyn NY - 198,000 sf • Harlem Village Academy High School (grades 9-12) - New York NY - 68,000 sf • PAVE Academy Charter School (grades K-8) - Brooklyn NY - 38,000 sf 34 EXPERIENCE 35 Years EDUCATION B.S., Finance, Bryant College SUMMARY Specializes in Real Estate/Construction Accounting, Financing and Analysis. Experienced in Financing and cash management; financial statement review and analysis; budgeting and forecasting; tax return review and preparation; benefits and insurance administration; as well as administration of loan covenants. , Manages over $300 million of real estate investments. Secures and administers over $200 million of institutional financing. DENNIS REILLY Executive Vice President & Chief Financial Officer Dennis oversees Fusco Group's overall growth and financial health. He provides leadership for Fusco's financial activities, as well as corporate planning, strategy, risk management and information technology functions. Dennis also oversees Fusco's strategic investments. Since joining Fusco, he has risen thru the ranks and has established strategic relationships with financial institutions for underwriting Fusco's broad portfolio of real estate projects including medical, commercial office and retail initiatives. Dennis has served on the Board of Directors of Easter Seals Goodwill for over 15 years. EXPERIENCE Dennis secured the construction financing and permanent placed mortgages for the following development projects: • Yale -New Haven Hospital Clinical Laboratory Building, New Haven, CT - $85 million • Goodwin Square Office and J.P. Morgan Hotel, Hartford, CT - $110M million • Pond View Corporate Center, Farmington, CT - $56 million • Meriden Corporate Park, Meriden, CT - $28 million • Armstrong Office Park, Shelton, CT - $65 million • Yale New Haven Shoreline Medical Center, Guilford, CT - $38 million • Federal Bureau of Investigation Regional Headquarters, New Haven, CT - $21 million • Temple Medical Center, New Haven, CT - $75 million • Long Wharf Maritime Center, New Haven, CT - $235 million 35 EDUCATION B.A., International Relations, University of Texas RELEVANT ACCOMPLISHMENTS • Leads Company that is a top tax payer in the City of New Haven • Leads company culture through a proactive approach to Affirmative Action • The only female CEO of a construction company in the Northeast with Surety Bond of $ 450 M. • Board of Directors; Vice Chair of Paul Newman's Hole in the Wall Gang; Eugene O'Neill Theater, Waterford, CT LYNN R. FUSCO President /Chief Executive Officer SUMMARY Lynn is President and Chief Executive Officer of the Fusco Management Company and Fusco Corporation. Lynn works in both the spheres of construction and property management and has full responsibility for overseeing the operation of the Fusco Group. She is acutely aware of the challenges and demands of the profession. Lynn is responsible for ensuring that the client's needs are met and that the Company maintains its solid financial footing and for the Companies' overall performance. Lynn led Fusco's initiative for building and renovation on Yale University's campus. Fusco performed the major renovations for the Yale University dormitories including Saybrook College and Timothy Dwight and the Swing Dorm. She formed Fusco's joint venture with Bechtel Enterprises, the world's largest privately owned builder. The Fusco/Bechtel JV both built and oversaw $ 1 Billion of modernization on the University of Connecticut campus. Fusco also built the Quinnipiac Law School and the newly completed UConn Health Ambulatory Care Center and the Yale New Haven Health Clinical Laboratory. Fusco's background and experience in leading the teams that design, finance, construct, lease and perform the property management allow the customer to have a one stop shopping experience for the complex challenge of developing a new project. Fusco is a privately held firm and remains family owned which makes it very nimble. Having been in business for over 95 years, the track record of success speaks for itself. Lynn is fully engaged in the oversight of the property management portfolio. She is in regular communication with the customers and is accessible to the tenants, vendors and the company teams assigned to the properties they manage. While we employ the most up to date technologies for cost control and savings, Lynn believes in the value of relationships and direct communication with both employees and clients. Fusco's long standing, long tenured property contracts with Government entities such as the GSA, FBI, State of Connecticut CTDOT, and Connecticut Judiciary (25 years ). Lynn's goals have included a philosophy of fairness and balance within the company, including a proactive approach to Affirmative Action. The Company's employees reflect this commitment to the community as well. 36 3.2.7 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. The schedule below addresses the items above: Assignment of Transition Team Upon contract award Commence Building Assessment Upon contract award Maintenance program development 3-5 weeks following contract award Contract specification development 3-5 weeks following contract award MANAGEMENT CONTRACT START DATE TBD Begin Tenant/User Orientation Program Upon contract award Review contract specifications with client 3-5 weeks following contract award Bid service contracts 5-7 weeks following contract award Employee Selection Upon contract award Employee orientation and training at site Upon contract award Award service contracts 6-8 weeks following contract award Commence service contracts TBD 37 3.2.8 PRICING FOR SERVICES See attached Price Proposal Form 38 RFP NO: 21-0406200 PRICE PROPOSAL FORM PROPERTY MANAGEMENT SERVICES PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ 214,000 SUBMITTED THIS 25 DAY OF May 2021. BID SUBMITTED BY: Fusco Management 203-603-5128 Company Telephone Number Lynn Fusco 203.773.3563 Name of Person Authorized to Submit Bid WkAA 17)N4C(Vr Signature President Title Fax Number lynn@fusco.com Email Address 15 39 3.2.9 REFERENCES New Britain Courthouse (Fusco portfolio included 20 courthouses for the CT Judiciary) Laura Jovino, Deputy Director of Facilities State of Connecticut JUDICIAL BRANCH 90 Washington Street Hartford, CT 06106 860.706.5261 Laura.jovino@jud.ct.gov Services Provided: Tenant Relations, Full Accounting / Budgeting, Maintenance/Service Requests, Capital Improvements. Term: July 1997 - July 2025 FBI Derek Lata, Supervisory Building Management Specialist Public Buildings Service - 1PSL Robert N. Giaimo Federal Building 150 Court Street, Suite 208 New Haven, CT 06510 860.490.0858 (cell) Dereklata@gsa.gov Services Provided: Tenant Relations, Full Accounting/Budgeting, Maintenance/Service requests, Capital Improvements, Construction Management Services and Specialized Protocols to comply with GSA/FBI requirements. Term: January 2000 - January 2030 CT DOT (Services provided for MetroNorth/ConnDOT Train Stations) Dan Baker, State of Connecticut Department of Transportation Office of Rail - Station Operations 4 Brewery Street, 4th Floor New Haven, CT 06511 203.497.3363 (office) 860.308.6211 (cell) Daniel.Baker@ct.gov Services Provided: Tenant Relations, Full Accounting/ Budgeting, Maintenance/Service Requests, Capital Improvements, Construction Management services, Parking management services. Extensive coordination with Metro North Railroad and MTA to maintain the facilities and safety of the commuters at four train stations. Term: July 2005 - August 2023 40 New Haven City Hall and Government Center Giovanni Zinn, City Engineer CITY OF NEW HAVEN 200 Orange Street New Haven, CT 06510 203.946.6417 gzinn@newhavenct.gov Services Provided: Tenant Relations, Full Accounting/ Budgeting, Maintenance/Service Requests, Capital Improvements. Term: July 1996- June 2024 (5 -year terms with options to renew) Italian Jewelry, Miami Maria Del Carmen Hernandez, Owner 16047 Collins Avenue, Apt # 3604 Sunny Isles Beach, Fl 33160 305.632.3163 (cell) ItalianJ1Paol.com Services Provided: Tenant Relations, Full Accounting/Budgeting, Maintenance/Service requests, Capital Improvements, Construction Management services. A dedicated onsite staff to oversee a high security detail and systems. Term: June 1984 - January 2027 MOTEK Restaurant, Miami Charlie Levy, Owner 36 N. E. First Street, Suite 132 Miami, FL 33132 212.470.3874 charlie@ brilliancejewels.com Services Provided: Tenant Relations, Full Accounting/Budgeting, Maintenance/Service requests, Capital Improvements, Construction Management services. A dedicated onsite staff to oversee a high security detail and systems. Term: June 2019 - April 2032 41 RFP NO. 21-0406200 PROPERTY MANAGEMENT SERVICES PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Fusco Management Company, LLC Address: 36 N.E. First Street City, State, Zip: Miami, FL Phone/Fax: 305.374.7922 2. Check One: Corporation () Partnership (A Individual () *Limited Liability Company 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: Lynn Fusco, President Dennis Reilly, CFO 1985 2000 6. The length of time in business: 46 years 7. The length of time (continuous) in business as a service organization in Florida: years We have been m continuous operation in Florida since 1963, managing properties in both Miami and Clearwater, Florida. We operated under different names. 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. See RFP Section 3.2.9, References. 9. A copy of County and/or Municipal Occupational License(s) See attached Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locks and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 14 42 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 3065158 BUSINESS NAME/LOCATION FUSCO MANAGEMENT COMPANY LLC 36 NE 1ST ST STE 1030 MIAMI, FL 33132 OWNER FUSCO CORPORATION Employee(s) MIAMIOAD2 RECEIPT NO. RENEWAL 3203031 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 213 SERVICE BUSINESS BY TAX COLLECTOR 45.00 08/04/2020 1 FPPU 16-20-000894 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a codification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.miamidade.gav/laxcollector LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 43 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7243875 BUSINESS NAME/LOCATION FUSCO CONSTRUCTION COMPANY DOING BUSINESS IN DADE COUNTY OWNER FUSCO CONSTRUCTION COMPANY 196 C/O LYNN R FUSCO PRES Worker(s) MIAM 7,;utt RECEIPT NO. RENEWAL 7530267 SEC. TYPE OF BUSINESS GENERAL BUILDING CONTRACTOR LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 50 CGC1525672 PAYMENT RECEIVED BY TAX COLLECTOR 275.00 07/24/2020 CHECK21-20-062847 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certiication of the holders ganliications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.miamidade.govfaxcollector 44 State of Florida Department of State I certify from the records of this office that FUSCO MANAGEMENT COMPANY, LLC is a Connecticut limited liability company authorized to transact business in the State of Florida, qualified on September 2, 2020. The document number of this limited liability company is M20000008206. I further certify that said limited liability company has paid all fees due this office through December 31, 2020 and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifteenth day of October, 2020 *4111$44-. Secretary of State Tracking Number: 1536037102CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 45 Ron DeSantis, Governor STATE OF FL ORIDA DEPARTMENT OF BUSINESS AND PR OFESSIONAL REGULATI ON C ONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISI ONS OF CHAPTER 489, FLORIDA STATUTES 1 404004111,-:- PLASI L, GREGORY FUSCO CONSTRUCTION COMPANY _ 555 LONG WHART DRIVE SUITE 14 NEW HAVEN CT 06511 -A- il LICENSE NUMBER: CGC1525672 EXPIRATION DA TE: AUGUST 31, 2022 A lways verify licenses o nline at MyFloridaLicense .com Do no t alter this document in any fo rm. This is yo ur license. It is unlawful fo r anyone other than the licensee to use this document . Florida I 46 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Proposer is not required to exceed 16 47 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 /u/401(nr Printed Name Lynn Fusco 17 48 CITY OF OPA-LOCKA RFP NO. 21-0406200 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 Lynn Fusco (Name) President of Fusco Management the (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. May 25, 2021 Date kAA 1NA 18 Signature 49 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Lynn Fusco being first duly sworn, deposes and says that: (1) He/She/They is/are the President (Owner, Partner, Officer, Representative or Agent) of Fusco Management 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: fitness Witness By: Signatu Lynn Fusco, President Print Name and Title 19 50 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 25 day of May , 20 21 Notary Public, State of Plot ida (°,T Else S . Mendez (Printed Name) My commission expires: (-)-7 -'J1 o2S- ELSIE S. MENDEZ NOTARY PUBLIC MY COMMISSION EXPIRES JULY 31, 2025 Title: President 20 51 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 21 52 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: Fusco Management Authorized Signature: Print Name: Lynn Fusco IL,41<)W9oA Title: President Date: May 25, 2021 22 53 City of Opa-locka RFP NO: 21-0406200 REQUEST FOR PROPOSAL (RFP) PROPERTY MANAGEMENT SERVICES CITY OF OPA-LOCKA PROPERTY MANAGEMENT SERVICES RFP NO. 21-0406200 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 CrIYOFOPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 21-0406200 Property Management Services Sealed Proposals for Property Management Services will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, April 6, 2021 by 2:00 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.corn (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Property Management Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 21-0406200 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 Tuesday, March 23, 2021 at 10:00 a.m. at Sherbondy Village, 215 Perviz Avenue, Opa-locka, FL 33054. City Clerk Joanna Flores, CMC CITY OF OPA-LOCKA RFP NO. 21-0406200 PROPERTY MANAGEMENT SERVICES PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is requesting proposals from qualified professional consultants to provide Property Management services for the property located at 780 Fisherman Street, Opa-locka, FL 33504. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00pm on Tuesday. April 6. 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. 21-0406200 - Property Management Services. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise 4 description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City anticipates that the final Agreement will be in substantial conformance with this sample Agreement; nevertheless, Proposers are advised that any Agreement may result from the RFP may deviate from the Sample Agreement. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 5 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 6 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locks. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka seeks a professional, full -service Property Management firm that will provide full service, comprehensive property management and maintenance services necessary to maintain and preserve the Municipal Complex. The Property Management firm will be responsible for regularly assessing the conditions of the property, mobilizing quickly to address repairs and other issues requiring immediate attention, and developing and implementing preventive maintenance measures. The Property Management firm will perform or manage performance of the following services: • Conduct, at a minimum, scheduled weekly inspections of the property and provide inspection reports within 24 hours of inspection. • Notify the City Manager immediately of any issues requiring urgent attention. • Provide on -the -spot routine maintenance and repairs as necessary. • Receive requests for and complete repairs to the property as required, often with quick turnaround. • Provide monthly activity logs that document work completed by Property Management firm and outstanding issues that need to be addressed. • Perform such other property management and maintenance tasks for the Municipal Complex as may be mutually agreed upon. • Negotiate rental lease agreements. • Collect rental payments for tenants and immediately submit payments to the City. • Firm must be available to perform the services under this RFP 24 hours per day/365 days per year in the event an emergency arises. • Firm shall maintain and provide the City with a list of pre -approved subconsultants, properly licensed to do work in the State of Florida for services including: electrical, plumbing, HVAC, security, janitorial, etc. Qualified firms must demonstrate competence and experience in all areas of expertise required by the scope of services. 2-2 PROPOSER QUALIFICATIONS Adequate information and documentation must be provided in the Proposal to support or confirm satisfaction of the required qualifications below: • The Proposer shall have extensive experience, expertise and reliability in providing property management services; established reputation in property management particularly with governmental clients; Proposer must have a minimum of five (5) years of consecutive and successful experience in the aforementioned areas. • Proposer's track record in providing property management services to governmental agencies as well as private entities (Please provide a list of current and relevant projects, including client names, titles, phone numbers and email address. Please ensure that contact information is current.) • Demonstrate an overall combination of skills, prior work experience, business 8 reputation, and commitment to diversity. 2-3 TERM OF CONTRACT The term of the contract is anticipated to be one fiscal year 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. 9 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "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. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 10 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, hourly fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided property management services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 11 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. 4-2 EVALUATION CRITERIA Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing Building/Property Management Services 2. Qualifications and experience of assigned staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar projects for governmental clients including at least three references 10 Resources and approach 1. Adequate resources (financial, equipment, facilities) 2. Capability to undertake the required performance period 3. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must 12 be in attendance. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 13 RFP NO. 21-0406200 PROPERTY MANAGEMENT SERVICES PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City 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 efficiendy perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict; the most stringent requirement shall apply. 14 RFP NO: 21-0406200 PRICE PROPOSAL FORM PROPERTY MANAGEMENT SERVICES PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2021. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 15 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Proposer is not required to exceed 16 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 17 CITY OF OPA-LOCKA RFP NO. 21-0406200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 18 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 19 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 20 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contracts the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 21 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat, "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 22