Loading...
HomeMy Public PortalAbout21-9906 RFP for Lawn, Shrubs, Trees Palm Maintenance and Pressure Cleaning ServicesSponsored by: City Manager RESOLUTION NO. 21-9906 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING ISSUANCE OF A REQUEST FOR PROPOSALS (RFP) FOR LAWN, SHRUBS, TREES, PALM MAINTENANCE AND PRESSURE CLEANING SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Manager is recommending that the City Commission of the City of Opa-Locka issue a Request for Proposal (RFP) for lawn, shrubs, trees, palm maintenance and pressure cleaning services in support of the City's beautification objectives. The City Manager further recommends the approval of the request to issuance of an RFP to for qualified firms; and WHEREAS, the selected firm will be responsible for providing maintenance of citywide alleys, maintenance of medians (including NW 27th and NW 22nd Avenues), maintenance of three parking lots at 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-Locka Boulevard, tree trimming services, services at Ingram, Segal/Helen Miller and Sherbondy Parks (on an as needed basis when the City requests assistance) and roadway easements (State Road 9) as well as the pressure cleaning of areas adjacent to City facilities, Citywide sidewalks, Citywide median curbs, and Entry Signs/ Features; and WHEREAS, the scope of services proposed in the current proposed RFP, attached hereto as Exhibit "A", is broader than was envisioned when the Fiscal Year 2022 budget was developed and will require a budget amendment when the contract is awarded. WHEREAS, the City has determined that issuance of an RFP is in the best interest of the City and its residents; and WHEREAS, this City Commission authorizes the City Manager to issue an RFP for Lawn, Shrubs, Trees, Palm Maintenance and Pressure Cleaning Services, attached hereto as "Exhibit A". NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Resolution No. 21-9906 Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby approves the issuance of a Request for Proposals (RFP), attached hereto as Exhibit "A", for provision of Lawn, Shrubs, Trees, Palm Maintenance and Pressure Cleaning 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. 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 8th day of September, 2021. Matthew A`Pigatt, Mayor ATTEST: nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: \r' Burnadette Norris -Weeks, `P.A. City Attorney 2 Resolution No. 21-9906 Moved by: Vice Mayor Williams Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Taylor YES Commissioner Bass YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo City Manager: John E. Pate CM Signature: 7 Commission Meeting Date: 09.08.2021 Item Type: (EnterXin box) Resolution Or n c Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading. (EnterXin box) 1st Reading 2" Reading Est. $3,000 Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X mi III • EN • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to issue an RFP for: Maintenance of Citywide Alleys Maintenance of Medians, Including NW 27th and NW 22nd Avenues Maintenance of Three Parking Lots at 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka Boulevard Tree Trimming Services Services at Ingram, Segal/Helen Miller and Sherbondy Parks (as needed) basis when the City requests assistance Roadway Easements (State Road 9) Staff Summary: Staff believes it is in the best interests of the City to issue a Request for Proposal (RFP) for Lawn, Shrubs, Trees and Palm Maintenance Services in support of the City's beautification objectives. Financial Impact The RFP will be issued primarily electronically, but may require additional advertising,_ estimated to not exceed $3,000. If additional advertising funding is required, it will be funded as follows: Account Description Available Project Remaining Balance 41-541340 Other Contracted Services $10,257 $3,000 $7,257 The scope of services proposed in this RFP is broader than was envisioned when the FY 22 budget was developed and will require a budget amendment when the contract is awarded. Proposed Action: Staff recommends the approval of this request to issue the RFP to seek quotes for qualified firms. Attachment Draft RFP City of Opa-locka RFP N0: 21-XXXXXXX REQUEST FOR PROPOSAL (RFP) MAINTENANCE OF CITYWIDE ALLEYS MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIANS MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441 OPA-LOCKA BOULEVARD TREE TRIMMING SERVICES INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK (As needed) basis when the City requests assistance STATE ROAD 9 ROADWAY PRESSURE CLEANING SERVICES CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX MAINTENANCE OF CITYWIDE ALLEYS MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIANS MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441 OPA- LOCKA BOULEVARD TREE TRIMMING SERVICES INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK STATE ROAD 9 ROADWAY PRESSURE CLEANING SERVICES 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 15 Part IV - Evaluation of Proposals 17 Proposer Qualifications 19 Price Proposal 20 Debarment, Suspension Certification 22 Drug -Free Certification 24 Non -Collusion Affidavit 25 Non -Discrimination Affidavit 26 E -Verify Form 27 2 1 P a CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 21-XXXXXXX MAINTENANCE OF CITYWIDE ALLEYS MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIAN MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441 OPA-LOCKA BOULEVARD TREE TRIMMING SERVICES INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK (As needed) STATE ROAD 9 ROADWAY PRESSURE CLEANING SERVICES Sealed Proposals for Lawn Maintenance will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Wednesday, October 27, 2021 by 1:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Maintenance of Citywide Alleys, Maintenance of NW 27th Avenue and 22nd Avenue Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka Boulevard, Tree Trimming Services, Ingram Park, Segal/Helen Miller Park, Sherbondy Park (as needed), State Road 9 Roadway, and Pressure Cleaning Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 21-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A Mandatory pre -bid meeting will be held on Wednesday, October 13, 2021 at 10:00 a.m. at 780 Fisherman Street, Ste. 220, Opa-locka, FL 33054 and via zoom. The purpose of this meeting is to provide an overview of this Solicitation and to answer any questions by participants. City Clerk Joanna Flores, CMC 31Page CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX MAINTENANCE OF CITYWIDE ALLEYS MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIAN MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441 OPA-LOCKA BOULEVARD TREE TRIMMING SERVICES INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK (as needed) STATE ROAD 9 ROADWAY PRESSURE CLEANING SERVICES PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional consultants to provide Lawn Maintenance services throughout the City. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00pm on Wednesday, October 27. 2021. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 21-XXXXXXX - Maintenance of Citywide Alleys, Maintenance of NW 27th Avenue and 22nd Avenue Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka Boulevard, Tree Trimming Services, Ingram Park, Segal/Helen Miller Park (as needed), Sherbondy Park, State Road 9 Roadway, and Pressure Cleaning 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 41Pdge to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the 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 5 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. 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 6 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". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE The City of Opa-locka seeks proposals from qualified professionals with expertise to provide maintenance of City Alleys, Medians, Parking Lots, Park Facilities, and Roadway Easements. Contractor will cut three times per month during rainy season and twice per month during dry season. The successful bidder shall furnish all labor, materials, machinery, equipment and ancillary services to fulfill the requirement of these specifications for the maintenance program. City Alley Project Location: • List of Alleys are included as Exhibit "A" City Median Project Location: • NW 22nd Avenue Median - NW 22nd Avenue from 151st Street to NW 135th Street • NW 27th Avenue Median - NW 27th Avenue from 151st Street to NW 127th Street • Sharazad Boulevard Median - Sharazad Boulevard from NW 27th Avenue to Ali -Baba Avenue (Veteran's Way) • President Barack Obama Avenue (Perviz Avenue) - President Barack Obama Avenue from NW 151st Street to Sharazad Boulevard • Drainage Pond - NW 27th Avenue SR -9 and Burlington Street (Cut/maintain trees and grass) 3 Parking Lots Project Location: • 700-750 Ali -Baba Avenue • 664 Fisherman Street • 441 Opa-locka Boulevard Tree Trimming Location: • Citywide as directed by Public Works, to maintain proper line of sight as per Miami -Dade County Tree Ordinance. Ingram Park, Segal/Helen Miller Park, and Sherbondy Park: (As needed) • Citywide State Road 9 Roadway: • Citywide Pressure Cleaning Services: • Areas adjacent to City facilities, Citywide sidewalks, Citywide median curbs, and Entry Signs/Features. 8 All work shall be performed in accordance with the Occupational Safety & health Act (O.S.H.A.) and its amendments, and all Department of Transportation (D.O.T.) safety standards, including but not limited to safety glasses, safety vest, hearing protection, traffic notification, placement of traffic cones, and all pertinent landscape standards. The awarded Bidder will be require to have an Maintenance of Traffic (M.O.T.) certified person onsite at any time workers are physically parked, standing or working in the roadways with City limits. Qualified proposer 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: • A detailed description of the firm including address, telephone number License Classification with number and date of expiration, applicable License status, and banking and credit references. • Briefly describe the educational background and professional experience in a resume format of the firm owners, supervisors and key employees. • List similar contracts for landscape maintenance now held by your firm and other similar contracts, if any formerly held. List at least one person for each such contract whom may be contacted by us who is knowledgeable about your work. List telephone numbers for these individuals. • This contract will be awarded only to responsible Contractors qualified by experience to do the work specified herein. The Bidder shall submit a satisfactory evidence of experience in like work and that he is fully prepared with the necessary organization, capital, equipment and machinery to complete the work to the satisfaction of the Owner. • Company shall have been in continuous service and incorporated in the State of Florida for a minimum of three (3) years. • Company must have a proven history in the care and maintenance of grass types and public facilities. • Company must be fully licensed with all required State and/or Local government licenses, and permits (irrigation, pest control, horticultural services, etc.) • Company must have an I.S.A. Certified Arborist or Miami -Dade County's Tree Trimmer License Class A on staff or on call for the work involving plant propagation and cultivation with the aim of improving plant growth, yields, quality, nutritional value, and resistance to insects, diseases, and environmental stresses. • Company must have a staff member with a Maintenance of Traffic Certification. 9 " Demonstrate an overall combination of skills, prior work experience, business 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. 2-4 PERSONNEL MANAGEMENT REQUIREMENTS: " Managers must have excellent communication skills and be capable of directing all regular maintenance and additional landscape services and coordinating these with the designated City of Opa-locka staff. " Managers shall constantly use their experience and training to prevent, detect and control adverse conditions by physically inspecting the landscape and properly guiding the maintenance program. " Managers shall have internet access to provide correspondence via E-mail to City designated staff. 2-5 TECHNICAL SERVICES: " To provide an adequate number of personnel specifically trained, experienced and licensed in the following areas: grass maintenance, irrigation maintenance, tree maintenance. " Provide a Certified Chemical Applicator license through the State of Florida, Department of Health and Rehabilitative Service or have personnel on call. " Provide and I.S.A. Certified Arborist or Miami -Dade County's Tree Trimmer License Class A with a minimum of three (3) years' experience with South Florida trees. 2-6 SCOPE OF WORK The vendor shall adhere to the Ansi Z-133 standards. The Specific requirements are as follows: a) GRASS MOWING Mowing wet grass shall be avoided whenever possible. Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris remaining on the grass surface after 24 hours shall be removed. Clippings, mulch or other plant debris must be prevented from entering into the street or onto a pedestrian pathway, ponds, lakes, water features, or drains. In the event that this occurs, the materials shall be removed immediately. b) LITTER CONTROL The vendor shall retrieve and dispose of all litter and debris as necessary. This shall include clearing all areas prior to mowing. This includes glass, rocks, dead foliage, metal, branches, palm 10 fronds or other debris subject to becoming a projectile if engaged by a mower. Contractor will be responsible for hauling and disposal of collected debris. c) ST. AUGUSTINE GRASS Mow only with a rotary mower a minimum of once per week during the growing season of mid April through the end of October for a total of 43 cuts per year or as scheduled by the City's/Divisions representative. The cutting height shall be a minimum of 3" to a maximum of 4" above the soil. d) BAHIA GRASS Mow only with a rotary mower of a minimum of once per week during the growing season of mid April through the end of October for a total of 36 cuts per year or as scheduled by the City's/Divisions representative. The cutting height shall be a minimum of 3" to a maximum of 4" above the soil. e) EDGING AND CLEAN-UP The vendor shall trim and properly edge all shrub and flower beds as well as tree rings, curbs, walks, lighting, concrete or paver medians and all other obstacles in the landscape and remove and dispose of clippings. Paved areas (hard edges) shall be edged every mowing with respect to the grass type adjacent to the edging. Remove all errant vegetation in expansion joints, cracks or crevices in any portion of concrete areas. Edging of beds and tree rings (soft edging} shall be executed every mowing with respect to the grass type adjacent to the edging. Damage to property or existing vegetation caused by improper trimming or edging shall be repaired or replaced within 48 hours at the vendor's expense. All walks and other paved areas shall be vacuumed, swept or blown off while the mowing, edging or trimming is in process so that the appearance suffers for the least amount of time. Landscape lighting shall be wiped, blown off or vacuumed as needed to prevent accumulation of clippings and dead insects. Landscape areas shall be raked and cleaned of clippings, leaves, sticks, and all litter each time the soft edging is done. Mowing schedules shall be approved by the City's/Divisions representative. f) SHRUBS, TREES AND PALM MAINTENANCE Shrubs and ground cover material shall be pruned a minimum of once per month to ensure the best shape, health and character of the individual plant. Mechanical trimming may not be utilized when the health or appearance of the plant will be compromised by the use mechanical trimmers. Ground cover plants shall be selectively cut back to encourage lateral growth and kept in bounds and out of other plantings, walkways, lighting, etc. All shrubs within a clear sight zone shall be kept at a 30" minimum height from the roadway. Prune, thin, and trim all trees at least once per year to keep the trees healthy, to maintain the natural character of the variety, to control shape and to prevent crowing. Pruning in general shall consist of the removal of dead, broken, fungus, infected, superfluous and intertwining branches, vines, and the removal of decaying stumps and other undesirable growth. Palms shall be pruned as needed to remove dead fronds and weak stalks only between 9 and 3 under the direction of the City's representative. Certain Washingtonian palms will be an exception to the pruning practices of normal palm maintenance when existing dead fronds are maintained. Tree pruning will also be 11 required from time to time to remove damaged branches caused by storms or when blocking sight distances following the ANSI 300 ad ANSI Z-133 Standards and Miami -Dade County tree ordinances. All cuts should be made with sharp and proper tools. When cutting parts of branches, leave a living bud at the end of the stub. Make cuts sufficiently close to parent stem so that healing can readily start under normal conditions. On trees known to be diseased, disinfect tools after each cut and between trees. Prune only at the time of season proper for the variety. Prune or trim at least once or twice each growing season to keep the natural shape of the individual plant. g) PRUNING SHALL INCLUDE THE FOLLOWING ITEMS: • Dead, dying or unsightly part of the tree. • Removal of sucker growth from the base of trees in which an exposed trunk character is desired. • Branches that grow toward the center of the tree. • Crossed branches that may rub together. • "V" crotches if it does not ruin the appearance of the tree. • Multiple leader if the tree normally has a single stem. • Nuisance growth that interferes with the view, traffic, signage, walks or lighting. Nuisance growth includes the removal of all dangerous thorns, spikes or appendages which show potential conflict with people. • Shape the top of small trees as needed. All branches, dead wood and cuttings shall be removed from the job site at the time of pruning and disposed of in an acceptable manner. All lawn and shrub areas damaged by pruning equipment shall be restored at the vendor's expense. • Pruning of trees and palms shall only take place under the direction of the City's representative. h) PEST AND DISEASE MANAGEMENT The vendor shall control or eradicate infestations by chewing or sucking insects, leaf miners, fire ants and other pests and diseases by spraying the affected plants with chemical sprays and combinations of sprays suitable for that particular pest when the infestation or infection becomes evident and as often thereafter as necessary. The vendor shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. i) APPLICATION OF HERBICIDES The vendor may apply various herbicides by means of spray type devices to aid in the control of unwanted weeds and vegetation. All applications shall be performed by persons holding a valid herbicide application license as issued by the State of Florida and shall be done in accordance with the herbicide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. Herbicides may be used only with prior approval by the City's/Divisions representative as to type, location and method of application. The vendor shall exercise extreme care not to over spray and affect areas not intended for treatment. Areas adversely affected by such over spray shall be restored at the vendor's expense. 12 j). IRRIGATION The vendor shall be responsible for the operation and maintenance of the automatic irrigation system, and for setting and adjusting the time clocks to ensure proper watering of all plant material and grass in the landscape. The vendor shall be responsible for the labor and supervision needed to make minor irrigation repairs to the lateral lines, risers and sprinkler heads up to two (2) inches in diameter as required to keep the system operating. Major repairs to main lines, valves, pumps and intake piping shall be reimbursed by the City/Division. Reimbursable repair work shall require authorization by the City's/Division representative prior to commencement. Prior to the commencement of the maintenance program, the vendor shall have forty-five (45) days from the start of contract to inspect the irrigation system and report existing damage or incorrect operation and coverage to the City/Division. The vendor shall be responsible for the integrity of the system after this initial inspection report and subsequent repairs. Time clocks shall be checked once a week or as may be required. The vendor shall, at least once per month, fully operate all irrigation zones and replace, repair or clean all irrigation heads, lines, valves, valve boxes and controllers as needed. Any equipment damaged by the vendor's operation shall be replaced with the same equipment and by the same manufacturer unless otherwise approved by the City's/Division representative. The irrigation shall be capable of providing 1 " of water to all grass and shrub beds each week or as often as required to provide a uniform, lush green landscape appearance. The system shall be adjusted during the various seasons. The vendor shall be required to make all repairs within a minimum 24 hour period or sooner as described by the City's/Division representative. Any form of damage to the irrigation system must be reported to the City's representative immediately upon discovery. Irrigate as necessary during periods of little or no rainfall unless there is an automatic irrigation system in place. Supply any supplemental watering necessary to apply the proper amount of water to keep the plant material in optimal health. Supplemental watering may require a large portable watering tank, impact sprinklers or additional hose to be supplied by the vendor. A written irrigation schedule shall be provided by the vendor to the Citys'/Division representative. The vendor shall be responsible for controlling the amount of water used for irrigation and any damage that • results from over -watering or insufficient watering. k) HAZARDS The vendor shall inform the City's/Division representative of any immediate safety hazards or vandalism (including graffiti) upon discovery in the field. The vendor shall fill any holes found which would constitute a safety hazard. 13 1) GENERAL REQUIREMENTS: • Grass Maintenance • Describe proposed mowing schedule and procedures • Describe proposed preventative pest management program. Tree and Palm Maintenance Program • Describe proposed pruning schedule and procedures • Describe proposed preventative management program • Shrub and Ground Cover Maintenance Program • Provide type(s) of fertilizer and rates proposed for general use, and other specific additives • Irrigation Maintenance Program • Describe preventative maintenance program • Equipment Specifications • List all tools, equipment (including manufacturer), age of equipment and quantities of each type that will be proposed to perform the maintenance • Describe the preventative maintenance program for equipment m). PRESSURE CLEANING SERVICES • Sidewalk pricing should be based on the cost per square foot of area to be cleaned. • Median Curbs pricing should be based on the cost per linier foot of area to be cleaned. • Acid Wash Sidewalk's pricing should be based on the cost per square foot of area to be cleaned. • Acid Wash Median Curbs pricing should be based on the cost per linier foot of area to be cleaned. 14 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. 15 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, base 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 Lawn Maintenance 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. 16 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing Lawn Maintenance 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 services for governmental clients including at least two 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 2. Value of added services 35 TOTAL 100 17 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 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. 18 RFP NO. 21-XXXXXXX PROPOSER QUALIFICATIONS Maintenance of Citywide Alleys, Maintenance of NW 27th Avenue and 22nd Avenue Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka Boulevard, Tree Trimming Services, Ingram Park, Segal/Helen Miller Park, Sherbondy Park (as needed), State Road 9 Roadway, and Pressure Cleaning Services The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 19 RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM Maintenance of Citywide Alleys, Maintenance of NW 27th Avenue and 22nd Avenue Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka Boulevard, Tree Trimming Services, Ingram Park, Segal/Helen Miller Park (as needed), Sherbondy Park, and State Road 9 Roadway 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 20 RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM Pressure Cleaning 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 21 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed 22 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 23 CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 24 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 25 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: 26 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or ifa 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. 27 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: 28