Loading...
HomeMy Public PortalAbout22-9961 Issuance of RFP for Elevator ModernizationSponsored by: City Manager RESOLUTION NO. 22-9961 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR ELEVATOR MODERNIZATION AND UPGRADE AT 2105 ALI-BABA AVENUE, WITHIN THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the elevator at the Cultural Arts Center at 2105 Ali -Baba Avenue within the City of Opa-Locka ("City") requires significant renovation, for which a Request For Proposals (RFP) to obtain competitive bidding must be issued. The City Manager recommends the City Commission approve the issuance of a Request for Proposal ("RFP") for this service; and WHEREAS, the elevator in the Cultural Arts Center is antiquated and is extensively used by the current tenant. It is no longer cost-effective to continue to maintain the elevator; and WHEREAS, in order to modernize the system and bring it up to current Code requirements certain overhaul is necessary, including obtaining controllers, a new hydraulic system, total renovation of the electrical, phone and fire alarm systems, upgrading the air conditioning and renovation of the elevator pit and machine room; and WHEREAS, it is estimated this renovation will cost approximately One Hundred Seventy -Five Thousand Dollars ($175,000); and WHEREAS, the City desires to issue a Request for Proposal ("RFP") for Elevator Modernization and Upgrades and obtain bids from qualified and experienced firms; and WHEREAS, advertising expense in anticipated to be approximately One Thousand Dollars (S1,000); and WHEREAS, the selected firm will be responsible for the new controller, new pumping unit as well as all necessary electrical, air conditioning, general contractor, fire alarm, pit and hoist way work; and WHEREAS, the City Commission authorizes the City Manager to issue an RFP for Elevator Modernization and Upgrades at 2105 Ali -Baba Avenue. Resolution No. 22-9961 NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to issue an RFP, attached hereto as Exhibit "A", for qualified and experienced firms. 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 9th day of February, 2022. Veronica J. Wiilianis, Mayor ATTEST: Jo a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: urnadette orris -Weeks, P.A. City Attorney 2 Resolution No. 22-9961 Moved by: Vice Mayor Taylor Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice Mayor Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Special Assistant To City Manager �, g Sha'mecca Lawson Special Assistant To City Manager Signature: r City j' : Manager: James W Wright CM Signature: ,. �, � tt i Commission Meeting Date: 02/09/2022 Item Type: (EnterX in box) Resolution O finance Other Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) gst Reading 2nd Reading X Public Hearing: g (EnterX in box) Yes No Yes No X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.®. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organiza;. Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City image Col, ; muncation Area: Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) oral EN ED Cl 1110 0 {3 Sponsor p Name City Manager Department: ° City Manager g r Short Title: A resolution authorizing the City Manager to issue an RFP for Elevator Modernization and Upgrade at 2105 Ali -Baba Avenue. Staff Summary: issue / Recommendation: The elevator at the Cultural Arts Center at 2105 Ali -Baba Avenue requires significant renovation, for which a Request For Proposals (RFP) to obtain competitive bidding must be issued. Staff recommends the City Commission approve the issuance of an RFP for this service. Current Activity: The elevator in the Cultural Arts Center is extremely old and is extensively used by the current tenant. It has reached the point that it is no longer cost-effective to continue to maintain it, to the point that when some parts fail, they are no longer available and must be individually manufactured. To modernize the system and bring it up to current Code requirements involves an entire overhaul, including controllers, a new hydraulic system, total renovation of the electrical, phone and fire alarm systems, upgrading the air conditioning and renovation of the elevator pit and machine room. It is estimated this renovation will cost in the range of $175,000. For procurement of goods and services expected to cost $25,000 or more, the City's procurement code requires formal competitive bidding in most instances, initiated with a solicitation requesting bids, in this instance an RFP. Consequently, staff deems it appropriate to issue an RFP for Elevator Modernization and Upgrades to obtain bids from qualified and experienced firms. It is anticipated that there may be some advertising expense involved in ensuring broad awareness of this request. It is requested that up to $1,000 be authorized to be expended for this purpose as deemed necessary. Financial Impact: The only financial authorization being sought at this time is approval to spend up to $1,000 for advertising expense. Account Description Available Project Remaining Balance 19-515491 Other Advertising $10,000 $1,000 $9,000 Pro 11 sed Acfl (1) nno I� 1! Staff recommends the City Commission approve this request to issue an RFP to seek proposals from qualified firms and also authorize the expenditure of up to $1,000 for advertising this bid solicitation. ttachme ,t: RFP Document. City of Opa-locka RFP NO: 22-XXXXXXX REQUEST FOR ELEVATOR MODE IZATI CITY OF OPA-LOCKA RFP NO. 22-XXXXXXX ELEVATOR MODERNIZATION AND UPGRADE 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 E -Verify Form 26 27 i CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP N0: 22-XXX{XXY ELEVATOR M 1 OERNIZATION AND UPGRA E Sealed Proposals for Elevator Modernization and Upgrade 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, March 9, 2022 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 Elevator Modernization and Upgrade. 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 a contract to that proposer whose proposal best complies with the NO: 22-xxxxxxx 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 Tuesday, February 22, 2022 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 CITY OF OPA-LOCKA RFP NO. 22-X X ELEVATOR MODERNIZATION AND UPGRADE PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide Elevator Modernization and Upgrade services at 2104 Ali -Baba Avenue, Opa-locka, FL 33054. P ' 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals P g 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 ro osals P P by 1:00pm on Wednesday, March 9, 2022. The address to submit sealed is listed below: proposals 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 as follows: RFP NO. package 22- - Elevator Modernization and Upgrade. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing any time prior to the Y 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 directly to the City Clerk's Office at 780 Fisherman proposals Y Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal P p p may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after P P the established deadline will not be considered and will be returned .s unopened to the Pro oser P P () 1-3. Number of Copies: Proposers shall submit an original and six copies (a total (6) of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque a package marked as noted q P g above. The Proposer will be responsible for timely delivery, whether by personaldelivery, delive , US Mall or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses p uses incurred in connection with preparation of a response to this Request for Proposal. Proposers q P p ers should prepare their proposals simply and economically, providing straightforward a g and concise description of the Proposer's ability to meet the requirements of the RFP. 4 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 lemental instructions in the form of written addenda. The CITY may mail written addenda up three(3) to 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 uities 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 proposals until are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1- Contrctual Agreement: This RFP and Consultant/Contractor shall be included proposal 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 g 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 .. ttached nd enclosed as part of the proposal. 1-9. Sellectjsn 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 City prevent the from m 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 g 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 q until an agreement is reached. 1-10. Public Records ° Upon award recommendation or ten (10) days after opening, whichever p g, w ever 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 provide d p d by law in the response to the RFP, and must identify the data or other materials to be protected, and d 5 must state the reasons why such exclusion from public disclosure is necessary. Document files may y be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office g of all news releases or other publicity pertaining to this RFP or the service, study project or ro'ect 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 a Proposer is governmental P entity or a self -insured organization, different insurance requirements may apply. a 1 . Misrepresentation of any material fact, whether intentional or not, regarding Proposers' Pro osers' insurance coverage, policies or capabilities may be grounds for rejection of the and rescission of any ensuing Agreement. proposal 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000 000 Aggregate (Inc1uding 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 P 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 P 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 public a 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 "Conv icted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed paced 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 ethic s of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer P P � p ser may be disqualified from performing the work described in this proposal or from furnishing g the goods or services for which the proposal is submitted and shall be further disqualified from submitting an future proposals for work,goods or q any services for the City of Opa-locka. 6 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. Ter minati;,, n f©r Convenience: A contract may be terminated in whole or in bypart 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 affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka seeks proposals from qualified professionals with expertise to provide elevator modernization at 2105 Ali -Baba Avenue, Opa-locka, Florida, 33054. Description of Work: New Controller • TAC 32 Controller • Remote monitoring • DLM New Pumping unit • EP -80 Power Unit (Submersible) • 5 gallon drum of Biodegradable oil (Citgo NZ) • 55 gallon drum of Biodegradable oil (Citgo NZ) • 2" Shutoff Valve Kit (Pump) • Isolation Couplings All necessary Pit and hoist way work to accommodate the new system and satisfy the elevator safety code are required. Electrical • Replace existing lights in elevator mechanical room with new LED fixtures to meet 19' candle code requirements. • Replace cab lights disconnect as per NEC code requirements. • Replace 3 phase disconnect with heavy duty safety switch with RK5 fuses, rejection clips, dedicated earth ground and lowering relay. • Replace receptacles outlets in machine room and elevator pit. • Install a 120 VAC receptacle for sump pump in elevator pit. • Install new LED lights in elevator pit with compression fittings to meet 10' candle code requirement. • Re -use existing main feeders. • Install new phone line conduit to elevator controller. • Provide all necessary connection for new A/C. • Label disconnects with source ID. • Permits and Inspections must be included in the total. Air Conditioning • Install One 1 Ton mini -split unit. • Install new drain and refrigeration lines. • Install new condensing unit on aluminum brackets and stainless -steel hardware. • Fire caulking all penetrations in machine room. • Permits and Inspections included. 8 General contractor • Paint machine room ceiling, walls and floor and pit floor. • Cut out hole for fixtures, patch and paint to match existing conditions. Fire Alarm • Furnish and install all conduits and wires. • Install EWL relay with base. • Programing, Adjustments and inspections included. • Install Shunt trip monitor relays. 2-2 PROPOSE' 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 elevator modernization and upgrades 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 P the work specified herein. The Bidder shall submit satisfactory evidence of experience in like work and that they are fully prepared with the necessary organization, capital, g 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 elevator maintenance, upgrades, and modernization in public facilities. • Company must be fully licensed with all required State and/or Local government licenses, and permits. • 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 should not exceed one fiscal year. 9 PART I I I PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, shall be organized in proposals the manner specified below and include all information required herein. The must name proposal 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 pursuant proposal to this RFP. P 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings g 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 P 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 etc.) . ) status (corporation, partnership, . g 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 Sta te of Florida and attach copies of all such licenses issued to the business entit y. 10 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 -Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the Cit y. ty. 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 elevator services. Include the name of the organization, brief description of the l roject, name P 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 THIS A PROPOSER. OVE RIEQWWRED DOCUMENTATION M i 11 Y DISQUALIFY PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all submitted. proposals 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 Experience and Qualifications of professional personnel assigned to project 1. Number of years providing elevator services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP eferences 1. Performance of similar services for governmental clients including at least two references Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope Price Proposal 1. Cost of proposed services Points 25 10 30 35 TOTAL 12 100 4-3 ORAL PRESENTATIONS ATHJNS 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 presentation 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 AN CONTRACT EXECUTTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 13 RFP NO.22-XXXXXXX PROPOSER QUALIFICATIONS ELEVATOR MODERNIZATION AND UPGRADE 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. 14 RFP NO: 2 2-XXXXXXX PRICE PROPOSAL FORM ELEVATOR MODERNIZATION AND UPGRADE 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 2022. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 15 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by ara ra h P g p (a) of this provision. The knowledge and information of a Proposer is not required to exceed 16 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 17 CITY OF OPA-LOCKA RFP NO. 22- XXXXXX 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 g implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 18 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DA E being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 19 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 20 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will 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-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 21 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting p g 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 pp 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 subcont ractors 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 g agrees to utilize the U.S. Department of Homeland Security's E -Verify System to i verify lfy the employment eligibility bility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment ployment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcom anies subcontract p / ors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that g g 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 -name d project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions P y p ovislons 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 tha t the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. n 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 p y knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 22