HomeMy Public PortalAbout21-9930 Calvin, Giordano and AssociatesSponsored By: City Manager
RESOLUTION NO. 21-9930
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF CALVIN,
GIORDANO & ASSOCIATES, INC. FOR THE COMPREHENSIVE
PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT
(EAR) PURSUANT TO RFQ NO. 21-0727100 AND FURTHER
AUTHORIZING THE CITY MANAGER TO ENTER INTO AN
AGREEMENT FOR THE SAME, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY; PROVIDING FOR ADOPTION OF
REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, on July 7, 2021, the City of Opa-Locka ("City") published a Request for
Qualifications (RFQ) 21-0727100 for the Comprehensive Plan Amendment Evaluation
and Appraisal Report (EAR); and
WHEREAS, four (4) sealed proposals were received by the City Clerk's Office and
certified by the City Clerk on August 3, 2021; and
WHEREAS, the Evaluation Committee reviewed the proposals and subsequently
selected Calvin, Giordano & Associates, Inc. as the most responsive responsible bidder;
and
WHEREAS, the City Commission finds that acceptance of Calvin, Giordano &
Associates, Inc.'s proposal for a Comprehensive Plan Amendment Evaluation and
Appraisal Report (EAR) is in the best interest of the City of Opa-Locka and its residents.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA- LOCKA, FLORIDA:
SECTION 1. The recitals to the preamble herein are incorporated by reference.
SECTION 2. The City Commission of the City of Opa-Locka, Florida hereby accepts
the proposal of Calvin, Giordano & Associates, Inc. relating to Request for Qualifications
(RFQ) 21-0727100, to provide a Comprehensive Plan Amendment Evaluation and Appraisal
Report (EAR) and authorizes the City Manager to enter into an agreement in a form acceptable
to the City Attorney.
SECTION 3. 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 the same with the City Clerk.
Resolution No. 21-9930
SECTION 3. This Resolution shall take effect upon adoption and is subject to the
approval of the Governor or Governor's Designee.
PASSED and ADOPTED this 10th day of November, 2021.
Veronica Williams, Vice Mayor
ATTEST:
J s : nna Flores, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
Bernadette Norris -Weeks, P.A.
Moved by: Commissioner Davis
Seconded by: Commissioner Taylor
VOTE: 4-0
Commissioner Bass YES
Commissioner Davis YES
Commissioner Taylor YES
Vice -Mayor Williams ABSENT
Mayor Pigatt YES
City of Opa-locka
Agenda Cover Memo
City
Manager:
John E. Pate
CM Signature:
7
Commission
Meeting
Date:
11.10.2021
Item Type:
(EnterX in box)
Resolution
Or i i < n e
Other
X
Fiscal
Impact:
(EnterX in box)
Yes
No
Ordinance Reading.
(Enter X in box)
151 Reading
god Reading
X
Public Hearing:
(Enter X in box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
(Enter Fund & Dept)
Ex:
See Financial
Impact Section
Advertising Requirement:
(EnterX in 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
m
MI
MI
•
i•
MI
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
A resolution authorizing the City Manager to accept the proposal of Calvin, Giordano & Associates, Inc. for the
Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR) pursuant to RFQ No. 21-0727100
and further authorizing the City Manager to enter into an agreement with Calvin, Giordano & Associates, Inc.
Staff Summary:
Request for Qualifications (RFQ) was published on July 7, 2021 for the Comprehensive Plan Amendment
Evaluation and Appraisal Report (EAR). Four (4) sealed proposals were received by the City Clerk's Office and
certified by the City Clerk on August 3, 2021.
The Evaluation Committee reviewed the proposals and subsequently selected Calvin, Giordano & Associates,
Inc. as the most responsive responsible bidder.
Financial Impact
This service falls under the Florida Consultants Competitive Negotiation Act (CCNA) which requires that a
selection be based on qualifications without immediate consideration as to price. If this consultant is approved
by the Commission, the City will then enter into negotiations with the consultant to establish a cost for this
service. The adopted FY 22 Budget includes $100,000 for this service.
Proposed Action:
Staff recommends the City Commission approve the recommendation for selection of Calvin, Giordano &
Associates, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager
to enter into an agreement with Calvin, Giordano & Associates, Inc. for the development of the Comprehensive
Plan Amendment Evaluation and Appraisal Report (EAR) after the completion of negotiations as to the price
to be charged for this service.
Attachments:
RFP No. 21-0727100
Advertisements
Bid Certification
Committee Evaluation Forms
Bid Proposals
Office of the City Manager
780 Fisherman Street, 4"' Floor
Opa-locka, FL 33054
John E. Pate, MS, CM Telephone (786) 338-6598
City Manager Email: ipate@opalockafi.gov
To:
Mayor Matthew Pigatt
Vice Mayor Veronica Williams
Commissioner Sherelean Bass
Commissioner Chris Davis
Commissioner John H. Taylor, Jr.
From: John E. Pate, City Manager
Date: October 29, 2021
Re: Resolution: Committee Selection for Comprehensive Plan Amendment Evaluation and
Appraisal Report (EAR)
Request:
Description:
Analysis:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF CALVIN, GIARDINO
& ASSOCIATES, INC. FOR THECOMPREHENSIVE PLAN AMENDMENT
EVALUATION AND APPRAISAL REPORT (EAR) PURSUANT TO RFQ NO.
21-0727100; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER
INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE
BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING
FOR AN EFFECTIVE DATE.
Prepare a Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR).
Bid proposals were received by the Office of the City Clerk on August 3, 2021 at 1:15
p.m. The City Clerk's Office opened sealed proposals and certified the bids under the
provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following four (4)
companies submitted proposals:
Calvin, Giardino & Associates, Inc.
Keith and Associates, Inc. dba Keith
The Corradino Group
EL Waters and Company, LLC
The evaluation committee met on October 12, 2021 to review proposals. Members of the evaluation committee
included:
Corion DeLaine, Planner and Interim CRA Manager
Carlos Gonzalez, CIP Project Manager
King Leonard, Public Works Superintendent
Delven Patterson, Parks & Recreation Director
Nelson Rodriguez, Information Technology Director
Each committee member's review evaluation and scoring of proposals were based on the following
criterion and weight system:
Criterion
Weight
Experience and Qualifications
30%
Past Performance
25%
Quality of Service
25%
Scope Response
20%
Below you will find the selection committee evaluations that include scoring of the four (4) proposals.
submitted / received. The proposals are listed in order from highest to lowest in ranking:
Calvin, Giardino & Associates, Inc.
Name
Rating
Corion DeLaine
3.10
Carlos Gonzalez
4.55
King Leonard
5.00
Delven Patterson
5.00
Nelson Rodriguez
5.00
TOTAL
4.53
The Corradino Group
Name
Rating
Corion DeLaine
3.05
Carlos Gonzalez
4.30
King Leonard
4.10
Delven Patterson
5.00
Nelson Rodriguez
4.70
TOTAL
4.23
Keith and Associates, Inc. dba Keith
Name
Rating
Corion DeLaine
4.55
Carlos Gonzalez
4.30
King Leonard
4.30
Delven Patterson
4.00
Nelson Rodriguez
4.70
TOTAL
4.37
EL Waters and Company, LLC
Name
Rating
Corion DeLaine
4.55
Carlos Gonzalez
3.45
King Leonard
3.75
Delven Patterson
4.00
Nelson Rodriguez
3.65
TOTAL
3.88
Recommendation(s):
Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals
submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiates and enters
into an agreement with Calvin, Giardino & Associates, Inc.
Attachments:
Request for Proposal (RFQ) #21-0727100
Advertisements
Bid Certification
Committee Evaluation For►ns
Bid Proposals
EVALUATION MATRIX
RFQ No. 21-0727100
Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR)
Firm Name: Keith and Associates, Inc. dba Keith
Evaluation
Reviewer Name:
Criterion Weight
Experience and Qualifications 30%
Past Performance
Quality of Services
Scope Response
25%
25%
a
Total 100%
Firm Name:
Evaluation
Criterion
Reviewer Name:
Weight
Experiemce ana Qualifications
Past Performance
Quality of Services
Scope Response
30%
25%
25%
Corion
Rating
DeLaine
Score
5
1.50
4
1.00
5
1.25
4
0.80
4.55
20%
Total
100%
Carlos Gonzalez
Rating
5
4
4
4
Score
1.50
1.00
1.00
0.80
4.30
King Leonard
Rating Score
5 1.50
4 1.00
4 1.00
4 0.80
. --- ---4.30
The Corradino Group
Corson
Rating
DeLaine
Score
4
1.20
2
0.50
3
0.75
3
0.60
3.05
Cartos Gonzalez
Rating
Score
5
1.50
4
1.00
4
1.00
4
0.80
4.30
King Leonard
Rating i Score
5 1.50
4 1.00
4 1.00
3 0.60
4.10
Delven Patterson
Rating
Score
4
1.20
4
1.00
4
1.00
4
0.80
- -
--
4.00-.
Deiven Patterson
Rating
Score
5
1.50
5
1.25
5
1.25
5
1.00
5.00
Nelson Rodriguez
Rating
Score
4
5 ..._
1.20
1.25
5 1.25
5. ..-. 1.00
4.70
Nelson Rodriguez
Rating Score
4 1.20
5
5
5
1.25
1.25
_
1.00
4.70
EVALUATION MATRIX
RFQ No. 21-0727100
Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR)
Firm Name:
Evaluation
Criterion
EL Waters and Company, LLC
Reviewer Name:
Weight
Experience and Qualifications
30%
Past Performance
25%
Quality of Services
25%
Scope Response
20%
Total 100%
Firm Name:
Evaluation
Criterion
Reviewer Name:
Weight
Experience and Qualifications
30%
Past Performance
25%
Quality of Services
25%
Scope Response
20%
Total 100%
Corson
Rating
DeLaine
Score
5
1.50
5
1.25
4
1.00
4
0.80
4.55
Carlos Gonzalez
Rating
Score
3
0.90
3
0.75
4
1.00
4
0.80
3.45
King Leonard
Rating
Score
4
1.20
3
0.75
4
1.00
4
0.80
3.75
Delven Patterson
Rating Score
4
1.20
4
1.00
4
1.00
4
0.80
4.00
Calvin, Giardino & Associates, Inc.
Corson
Rating
DeLaine
Score
4
1.20
3
0.75
3
0.75
2
0.40
3.10
Carlos Gonzalez
Rating
Score
5
1.50
4
1.00
5
1.25
4
0.80
4.55
King Leonard
Rating
Score
5
1.50
5
1.25
5
1.25
5
1.00
5.00
FIRM SELECTED
Delven Patterson
Rating
Score
5
1.50
5
1.25
5
1.25
5
1.00
5.00
Nelson Rodriguez
Rating
Score
3
0.90
3
0.75
4
1.00
5
1.00
3.65
Nelson Rodriguez
Rating
Score
5
1.50
5
1.25
5
1.25
5
1.00
5.00
Reviewer:
Corion DeLaine
Carlos Gonzalez
King Leonard
Delven Patterson
Nelson Rodriguez
Keith and
Associates, Inc.
dba Keith
4.55
4.30
4.30
4.00
4.70
The Corradino EL Waters and Calvin, Giardino
Group Company, LLC & Associates, Inc.
3.05
4.30
4.10
5.00
4.70
4.55
3.45
3.75
4.00
3.65
3.10
4.55
5.00
5.00
5.00
AVERAGE RATING 4.37 4.23 3.88 4.53
City of Opa-locka
RFQ NO: 21-0727100
REQUEST FOR QUALIFICATIONS (RFQ)
COMPREHENSIVE PLAN AMENDMENT EVALUATION AND
APPRAISAL REPORT (EAR)
CITY OF OPA-LOCKA
COMPREHENSIVE PLAN AMENDMENT EVALUATION
AND
APPRAISAL REPORT (EAR)
RFQ NO. 21-0727100
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
CITYOFOPA LOCKA
REQUEST FOR QUALIFICATIONS
RFQ NO: 21-0727100
Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR)
Sealed Proposals for Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR) will be received
by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054,
Tuesday, July 27, 2021 by 1:00 p.m. Any RFQ Package received after the designated closing time will be
returned unopened. The City of 0pa-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 0pa-locka,
Florida, and marked RFQ for Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR).
Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting
the City's website at www.opalockafl.gov or www.demandstar.com.
The City reserves the right to accept or reject any and all proposals and to waive any technicalities or
irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal
best complies with the RFQ NO: 21-0727100 requirements. Proposers may not withdraw their proposal for a
period of ninety (90) days from the date set for the opening thereof.
A pre -bid meeting will be held on Wednesday, July 7, 2021 at 10:00 a.m. at Sherbondy Village, 215 Perviz
Avenue, Opa-locka, FL 33054.
City Clerk
Joanna Flores, CMC
CITY OF OPA-LOCKA
RFQ NO. 21-0727100
COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR)
PART
PROPOSAL GUIDELINES
1-1. Introduction: The City of Opa-locka has issued this Request for Qualifications (hereinafter,
"RFQ") with the sole purpose and intent of obtaining proposals from interested and qualified firms
offering to provide a COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL
REPORT (EAR) , in accordance with the specifications stated and/or attached herein/hereto. The
successful proposer will hereinafter be referred to as the "Consultant".
1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by
mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals
may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00pm
on Tuesday. July 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: RFQ NO.
21-0727100 - Comprehensive Plan Amendment Evaluation and Appraisal Report (EAR). 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 description
of the Proposer's ability to meet the requirements of the RFQ.
1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning
or interpretations of the RFQ until eight (8) days prior to the submittal date. City personnel are
authorized only to direct the attention of prospective Proposers to various portions of the RFQ so that
they may read and interpret such for themselves. No employee of the City is authorized to interpret
any portion of this RFQ or give information as to the requirements of the RFQ in addition to what is
contained in the written RFQ document.
1-6. Addendum: The City may record its response to 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 RFQ 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 RFQ 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 RFQ 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 RFQ 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. Method of Source Selection: The City is using the Competitive Sealed Proposals methodology
of source section for this procurement. Each proposal will be reviewed to determine if the proposal is
responsive to the RFQ. Proposals deemed to be non -responsive may be rejected without being evaluated
by the Selection Committee. A responsive proposal is one which has been signed and submitted by the
specified proposal deadline, and has provided the information required to be submitted with the proposal.
Poor formatting, poor documentation, incomplete or unclear information may be considered
substandard submissions and may adversely impact the evaluation of a proposal. Respondents who
fail to comply with the required and/or desired elements of this RFQ do so at their own risk.
The proposals will be evaluated and assigned points. The firm with the highest number of points will
be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed
responsive and responsible.
The City reserves the right to further negotiate any proposal, including price, with the highest rated
Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the
right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until
an agreement Is reached.
1-10. Public Records: Upon award recommendation or 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 RFQ 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 RFQ 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 RFQ submittal. The proposal of any Proposer who is not fully licensed
and certified shall be rejected. If required and/or requested, copies of the required licenses must be
submitted with the proposal response indicating that the entity proposing, as well as the team
assigned to the City account, are properly licensed to perform the activities or work included in the
contract documents. A Consultant, with an office within the City is also required to have a business tax
receipt
1.14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the
Department of Management Services' "Convicted Vendor List". This list is defined as consisting of
persons and affiliates who are disqualified from public contracting and purchasing process because
they have been found guilty of a public entity crime. No public entity shall award any contract to, or
transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes
for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for
a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted
Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting
the RFQ proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor
List".
1-15. Code Of Ethics: If any Proposer violates or is a 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-Iocka.
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 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 Cleric'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.
1-20. Bonding Requirements:
By signing its bid, and if applicable, Proposer acknowledges that it has read and understands the
bonding requirements for this bid. Requirements for this solicitation are checked.
® Not Applicable
❑ Bid Bond: Shall be submitted with bid response in the most recent form of an AIA
document 310.
The Bid Bond shall be retained by the City as liquidated damages if the successful Proposer fails to
execute and deliver to the City the unaltered contract, or fails to deliver any required
Performance and Payment Bonds or Certificates of Insurance, all within twenty-one (21)
calendar days after receipt of the Notice of Selection for Award. Bid Bonds shall be executed by a
corporate surety licensed under the laws of the State of Florida to execute such bonds, with
conditions that the surety will, upon demand, forthwith make payment to the City upon said
bond. The Bid Bonds of the three (3) highest ranked Proposers shall be held until the contract has
been executed by the successful Proposer and same has been delivered to the City together with the
required bonds and insurance. No bids including alternates shall be withdrawn within one hundred
and eighty (180) days after the bid closing date thereof. If a bid is not accepted within said time
period it shall be deemed rejected. In the event that the City awards the contract prior to the
expiration of the one hundred and eighty (1.80) day period without selecting any or all alternates,
the City shall retain the right to subsequently award to the successful Proposer said alternates at a
later time and approved by the Planning and Community Development Director or designee, and the
successful Proposer.
❑ Performance and Payment Bonds: For projects in excess of $200,000, bonds shall
be submitted with the executed contract by Proposers receiving award, and written for 100%
of the Contract award amount, the cost borne by the Proposer receiving an award. The
Performance and Payment Bonds shall be underwritten by a surety authorized to do business
in the State of Florida and otherwise acceptable to Owner; provided, however, the surety
shall be rated as "A-1 or better as to general policy holders rating and Class V or higher rating
as to financial size category and the amount required shall not exceed 5% of the reported
policy holders' surplus, all as reported in the most current Best Key Rating Guide, published
by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038.
Should the contract amount be less than $500,000, the requirements of Section 287.0935, F.S. shall
govern the rating and classification of the surety.
All performance security under the subsequent contract shall be in force throughout the final
completion and acceptance of the project awarded.
If the surety for any bond furnished by Consultant is declared bankrupt, becomes insolvent, its right
to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by
the Contract Documents, the Consultant shall, within five (5) calendar days thereafter, substitute
another bond and surety, both of which shall be subject to the Owner's approval.
PART I1
NATURE OF SERVICES REOUIRED
2-1 PURPOSE AND SCOPE OF WORK
The City of Opa-locka is requesting proposals from qualified Planning Consultants to conduct
necessary research for the development of appropriate documentation for the
COMPREHENSIVE PLAN AMENDMENT EVALUATION AND APPRAISAL REPORT (EAR) to be accepted
and adopted by the City.
The State of Florida's growth policy and planning law, Chapter 163, Part II, Florida Statutes,
requires that all counties and municipalities maintain long-range Comprehensive Planning
programs. The purpose of Comprehensive Planning is to monitor and evaluate community
characteristics related to development, provisions of services, environmental protection, and
other governmental activities.
Planning is a continuous and ongoing process. The City of Opa-locka periodically reviews their
Comprehensive Plan to ensure that it appropriately reflects current and anticipated conditions,
embodies a community vision, targets major issues that the City must address in both the short- and
long-term, complies with state statutes and rules, and is consistent with state and regional policy
plans.
Citywide Visioning Study: A Citywide Visioning Study is to review and develop a single unified
vision for the City of Opa-locka that provides a framework to guide growth and enable the
measurement of progress on key priorities that preserve the City's sense of character and scale
while supporting sustained economic prosperity. It does so with several key elements:
• Outlining the project drivers and process ("Overview of the process") including a capacity
analysis.
• Summarizing the context for the Vision, such as socio-economic characteristics and trends,
prior and ongoing plans, infill and redevelopment opportunities, market, and economic
context.
• Connecting the community outreach to future desired outcomes through core community
themes and values.
• Detailing the Vision elements such as an overall vision map that includes key elements of
transportation, development, neighborhoods, and complete streets; projects are included for
each element.
• Confirming key implementation strategies covering land use, mobility, open space and
recreation.
• Monitoring implementation, including indicators and benchmarks.
Qualified firms must demonstrate competence and experience in all areas of expertise required by the
scope of services.
2-2 SERVICES TO BE PROVIDED
The successful proposer shall be responsible for creating a complete EAR document by conducting,
at a minimum, the following work tasks:
1. Citywide assessment that addresses changes in local conditions including the following areas:
" P o p u l a t i o n g r o w t h
" C h a n g e s i n l a n d a r e a
" V a c a n t a n d d e v e l o p a b l e l a n d a n a l y s i s
" L o c a t i o n o f d e v e l o p m e n t i n r e l a t i o n t o t h a t a n t i c i p a t e d i n t h e p l a n
" D e s i g n a t i o n o f a n I n n o v a t i o n D i s t r i c t
" D e m a n d s o f g r o w t h o n p u b l i c i n f r a s t r u c t u r e
" U t i l i t y S e r v i c e A r e a s
" J o i n t P l a n n i n g a r e a s I n t e r l o c a l A g r e e m e n t s
" R e s i d e n t i a l S u b d i v i s i o n D e s i g n s a n d P o l i c i e s
" U p d a t e s t o t h e C i t y '