Loading...
HomeMy Public PortalAboutResolution No. 23-070 - AuthorizingThe interim Manager to issue request for qualifications for legislative lobbying services.Sponsored By: Mayor Taylor RESOLUTION NO. 23-070 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ISSUE A REQUEST FOR QUALIFICATIONS FOR LEGISLATIVE LOBBYING SERVICES; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") is in need of legislative lobbing services in Tallahassee and at in Washington; and WHEREAS, pursuant to Sec. 2-317 of the City of Opa-Locka's Code of Ordinances Code pertaining to procurement, formal competitive procurement is required for all initial awards of contract for supplies and contractual services when the estimated total cost thereof exceeds twenty- five thousand dollars ($ 25,000 00); and WHEREAS, the City Commission desires to authorize the the Interim City Manager to issue the Request for Qualifications attached hereto as Exhibit "A" for NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF PAHOKEE, FLORIDA AS FOLLOWS: Section 1. Section 2. Adoption of Representations. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and the same are hereby made a specific part of this Resolution. Authorization of City Manager. The City Commission of the City of Opa- Locka, Florida hereby authorizes the issuance of a Request for Qualifications for federal and state legislative lobbying services as set forth in Exhibit "A." Section 3. Effective Date. This Resolution shall be effective immediately upon its passage and adoption. PASSED and ADOPTED this 24th day of May, 2023. Tay or Jr., Mayor Resolution No. 23-070 ATTEST: nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Williams Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 2 City of Opa-locka Agenda Cover Memo City Manager: Datum CM Signature: Z LO Y t i L(L Commission Meeting Date: 05.24.2023 Item Type: (EnterXin box) Resolution aWilliams nce Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading. (EnterXin box) 1st Reading 2nd Reading X Public Hearing: (EnterXinbox) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: N`4 Advertising Requirement: (Enter X in box) Yes • No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin 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 IN • NI • MO Sponsor Name Mayor Taylor Department: City Commission Short Title: A resolution directing the Interim City Manager to take all steps necessary to develop a recommendation to obtain lobbying services to advocate on behalf of the City of Opa-locka. Staff Summary: The City of Opa-locka is need of a lobbying service to represent the city to influence the actions, policies and decisions among the State of Florida Legislature, the Miami -Dade County Board of County Commissioners and other entities as appropriate to accomplish the legislative priorities of the Mayor & Commission. This will require identification of an appropriate lobby firm through adherence to our procurement policies. Financial Impact - The financial impact remains unknown until such time that a lobbying firm evaluation process is conducted, resulting in a recommendation to be presented to the Commission for its consideration, including the cost for the recommended firm. It is estimated that a lobbying firm qualified to meet the city's requirement would cost in the range of $100,000 annually. Proposed Action: It is recommended that the City Commission approve legislation directing the Interim City Manager to take all steps necessary to conduct an evaluation process of potential lobbying firms, resulting in a recommendation to be presented to the City Commission for its consideration. Attachment: CITY OF OPA-LOCKA The city of bright opportunities RFQ NO: 23-XXXXXXX REQUEST FOR QUALIFICATIONS (RFQ) MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES The city of bright opportunities CITY OF OPA-LOCKA 23-XXXXXXX MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING 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. 10 Part IV - Evaluation of proposal. 12 Proposer proposal 14 Price Proposal 15 Debarment, Suspension Certification. 16 Drug -Free Certification. 18 Non -Collusion Affidavit... 19 Non -Discrimination Affidavit 20 E -Verify Form 21 2IPage Tho city of bight opportunities CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 23-XXXXXXX MIAMI-DADE, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES Sealed proposal for Lobbying services for the city of Opa-locka will be received at the City's Clerk Office, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Friday, June 16, 2023 by 2:00 p.m. Any RFQ Package received after the designated closing time will be returned unopened. The city will be accepting proposals by mail; however, it is your responsibility to submit your proposal by the due date. In addition, proposal may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposal 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's Clerk Office and marked RFQ for MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES. Proposers desiring information for use in preparing proposal may obtain a set of such documents by visiting the city of Opa-locka website at https://www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject 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 RFQ NO: 23-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. 3 Joanna Flores, CMC City Clerk The city of bright opportunities 23-XXXXXXX MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES PART I PROPOSAL GUIDELINES 1-1. INTRODUCTION: The city of Opa-locka seeks proposals for the professional Lobbying Services of an experienced and qualified firm, governmental affair consulting firm, business, individual, and/or a combination thereof to provide the city with governmental representation before the executive and legislative branches of the State and Federal Government. 1-2. PROPOSAL SUBMISSION: The city of Opa-locka will be accepting proposals by mail; however, it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The city must receive all proposals by 2:00 pm on Friday. June 16. 2023. 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. 23- XXXXXXX - MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES. This package shall also include the Proposer's return address. Proposers may withdraw their proposal 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, the proposal becomes 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 proposal directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposal. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. ELIGIBILITY: To be eligible to respond to this RFQ the Consultant should have performed similar work and have relevant experience. 1-4. CONE OF SILENCE: You are hereby advised that this Request for Qualifications is subject to the "Cone of Silence," in accordance with Section 2-11.1(t)(a) of the Code of MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES. From the time of advertising until the Interim City Manager issues a recommendation, there is a prohibition on communication with the City's professional staff. The Cone of Silence does not apply to oral communications at pre -bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFQ RFQ RFLI or bid by the City Commission, or communications 4 in writing at any time with the authorized City employee. A copy of all written communications must be filed with the Interim City Manager. Violation of these provisions by any bidder or proposer shall render any Request for Qualifications Lobbying Services RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFQ RFQ RFLI or bid for a contract for the provision of goods or services for a period of one year. All questions regarding this RFQ must be submitted in writing no less than five (5) business days before the proposal due date. All questions and comments should be directed to jflores@opalockafl.gov. Answers to all submitted questions will be posted on the City's web site. 1-5 PUBLIC RECORDS: Florida law provides that municipal records shall always be open for inspection by any person under §119, F.S., as amended from time to time; The Public Records law. Information and materials received by the City in connection with responses shall be deemed to be public records subject to public inspection. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: JOANNA FLORES AT (305) 953-2800, jflores@opalockafl.gov, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054. 1-6 MAILING INSTRUCTIONS AND SUBMITTAL DEADLINE: Sealed proposals must be received no later than 2:00 p.m. local time on Friday, June 16, 2023, at Office of the City Clerk, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054, 4th Floor. Each sealed proposal should be clearly marked and identified as follows: CITY OF OPA-LOCKA, "LOBBYING SERVICES". 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's Clerk Office and marked RFQ for Lobbying Services. The responsibility for submitting a response and its receipt on or before the stated time and date will be solely and strictly the responsibility of the proposer. The city is in no way responsible for delays caused by any delivery system or caused by any other occurrence. Proposals received after the exact time and date stipulated above shall be considered Request for Qualifications Lobbying Services Project No. 2023 - nonresponsive. 1-7 CITY OPTIONS: The City reserves and holds at its sole discretion the right and option to award a Contract(s) for the provision of Lobbying Services. The Interim City Manager will report to the City Commission whether or not a contract award(s) is/are recommended. The City also reserves and holds at its sole discretion the following rights and options: • To issue addenda/clarification to this RFQ. • To reject or accept any and all submittals. • To issue subsequent RFQ. • To enter into contract negotiations. • To wave technicalities. 1-8 AWARD OF CONTRACT: The City intends to select and make a recommendation for the award of a contract to the City Commission. The City Commission shall be the sole judge of the submittals that is/are in its best interest, and its decision is final. The terms of the contract shall be in accordance with the time requirements as set forth in this RFQ Section 2.4 TERM. 1-9 WRITTEN NOTICE TO PROPOSERS: All proposers will be e -mailed, at the time of tentative successful proposal selection, a notification of said selection. 1-10 NON -ASSIGNMENT: The selected firm shall not assign, transfer, convey, or otherwise hypothecate any interest, rights, duties, or obligations it will have under the contract to be awarded, 5 without the prior written consent of the City. The City may, at its option, terminate the Agreement immediately upon notice of such action by the contractor. 1-11 INDEMNIFICATION AND HOLD HARMLESS: The selected firm shall indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising out of or resulting from the proposer's performance of the contract. The selected firm shall also indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising from action of selected firm's employees on City's property or in the course of carrying out any business related to the contract. 1-12 DEFAULT: Failure of the proposer to comply with any covenant of the contract to be awarded shall constitute a default, and the City may at its option terminate the contract thirty days after receipt by the proposer of written notice, unless said default is cured within such period. 1-18. 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. All legal action necessary to enforce the award will be held in MIAMI-DADE COUNTY, FEDERAL, AND STATE LEGISLATIVE LOBBYING SERVICES 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. 1-19. SELECTION PROCESS: The proposal 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 and holds at its sole discretion the right and option to award a Contract(s) for the provision of Lobbying Services. 1-21. 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 days written notice of cancellation. 1-22. 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. 1-23. PUBLIC ENTITY CRIME: Award will not be made to any person or affiliate identified on the 6 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 more than 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". 1-24. CODE OF ETHICS: If any Proposer violates or is a party to a violation of the code of ethics of the CITY 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 proposal for work, goods or services for the city. 1-18. PROTESTS: Protests of the plans, specifications, and other requirements of the Request for Qualifications 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 determines 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 SERVICE REQUIRED 2.1 SCOPE OF SERVICES: The selected Proposer must provide governmental representation and consulting services requested by the City, for various subjects/issues assigned to the selected Proposer. The selected Proposer will receive issue and project assignments based on the City's annual legislative package. The selected Proposer shall: a) Report and meet with the Interim City Manager or City Manager on a weekly basis, or on an as needed basis, during the Florida Legislature's legislative session on those issues important to the City and the actions taken on such issues. b) Report and meet with the Interim City Manager or City Manager monthly, or on an as needed basis, when the Florida Legislature is not in session. c) Prepare monthly reports (weekly during the Legislative session), in a timely manner, advising the City Manager of the status of all issues that they are monitoring or tracking that may affect City of Opa- Locka, the actions taken on such issues, and recommendations for future actions on such issues. d) Raise, discuss, and recommend any affirmative legislative action that may benefit the city. e) If requested; be available on a twenty -four-hour basis during the session; assisting in writing, interpreting, and monitoring legislation and regulations; drafting legislation, amendments, proviso language, position papers, and testimony; and providing monthly written progress reports detailing services that have been rendered. f) Provide a full range of lobbying, legislative consulting, and advocacy services; including meeting with members of the Legislature, testifying at committee meetings on the City's behalf, a designated person assigned to closely monitor and review all substantive floor amendments, bills, and preparing reports advising the City Manager of the status of legislation during the legislative session. g) Integrate its efforts with the City Manager to ensure a strong consistent legislative program. h) Be prepared to obtain and provide documentation and research materials upon request. i) Upon request by the City Manager, forward copies of all required reports to the City Manager as requested by the City Manager for that instance. 2.2 BUDGET The final dollar amount will be negotiated with the selected firm/team as part of the final contract. If the City is unable to negotiate a satisfactory contract with the firm selected, negotiations with that firm will be terminated and the City may select another firm. 2.3 TERM The agreement shall commence upon final execution of the agreement by the City and the term will be for a two (2) year term. 8 PART III PROPOSAL REQUIREMENTS 3-1 GENERAL REQUIREMENTS The purpose of the response is to demonstrate the qualifications, competence and capacity of the firm seeking to provide governmental representation before the executive and legislative branches of the State and Federal Government services for the City of Opa-Locka in conformity with the requirements of this Request for Qualifications. As such, the qualifications will carry more weight than their form or manner of presentation. The technical response should demonstrate the qualifications of the individual or firm and of the staff to be assigned to this engagement. Please provide as much information as possible regarding qualifications and experience. At a minimum, the following information must be included as part of the proposal: Request for Qualifications Lobbying Services. 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 RFQ. The following must be received by the proposal due date. Firm's proposal Proposal and Related Non -Profit and Public Body Experience Sufficient information should be provided regarding the proposal of the firm to provide the requested scope of work. Provide a listing of current non-profit and public entity clients similar to the Authorities for which your firm is providing lobbying services. Personnel proposal Provide sufficient information and related experience of personnel who will perform the appropriate lobbying services. 3-2 SUBMISSION OF PROPOSAL The proposal shall be submitted on 8 1 "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: Cover Page - Show the name of Proposer's agency, attorney/firm, address, telephone number, name of contact person, date, and the proposal number and description. Table of Contents Include a clear identification of the material by section and by page number. A. Executive Summary A summary of the key points of qualifications describing the most important elements. It should restate the purpose of the proposal, highlight the major points of the proposal, and describe any 9 results, conclusions, or recommendations from the proposal. 1. Limit to one or two pages. 2. Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. B. Company Information The general company information must be part of the proposal. 1. General Information. 2. Name of Business. 3. Mailing Address and Phone Number. 4. Names and contact information of persons to be contacted for information or services if different from name of person in charge. 5. Normal business hours. 6. State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 7. Give the date business was organized and/or incorporated, and wHere. 8. Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 9. 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. 10. 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. C. Key Personnel 1. Identification of the service team. 2. Name and address of the Lead Firm or any sub consultants. 3. Point of contact (name, title, email, and phone number). 4. Legal form of company (partnership, corporation, joint venture, etc.). 5. List of key service personnel qualifications and experience. 6. Describe the team's experience working in the industry as it pertains to this service. D. Technical Competence and Qualifications E. Must be licenses with the State of Florida and be in good standing the Florida Bar Association. Qualifications and technical competence of consultant and sub consultants in lobbying services are required. Identify proposed sub -consultants (if any) that will be retained to perform specified items of work listed in this RFQ. Specify the number of years the Proposer has been in business. F. Description of experience with similar services including a list of references with contact information. 1. Identify the Proposer's proposal to perform the services identified in this RFQ as listed in section 2-2 of the Scope of Services. G. Description of the service approach proposed for accomplishment of the work. Outline the basic technical procedures and the managerial approach which the service team leadership will adopt. H. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the city. I. - References: List a minimum of three (3) representative clients in Florida for which the proposer has 10 provided lobbying services FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY THE PROPOSER. PART IV EVALUATION OF PROPOSAL 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 RFQ 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 outlined 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. 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 is intended only for the purpose of providing clarification in response to questions from the Committee. Category Points A. Experience, Capability and Staffing Qualification (35 points) Proposer's knowledge and experience in representing public and private organizations, firms, and corporations, including experience/performance on projects of similar size and scope; Experience of the Proposer, including Key Personnel and experience of sub consultants. 1. 35 B. Methodology (25 points) Proposer's methodology and approach in providing the services in all the subject areas and issues as identified in the RFQ. Proposer's understanding of City of Opa- Locka and experience on key City Issues. 25 11 C. Working Relationship (15 points) Demonstration of an understanding of service goals by providing a thorough, creative, and clear suggested approach to attain the goals outlined in the "Scope of Service". Proposer's demonstrated ability and capability to establish, maintain and enhance working relationships between City elected officials and staff and the executive and legislative branches of the State and Federal Government and relevant state agencies including the Proposer's demonstrated ability to establish relationships with executive and legislative leadership to promote the interests of the City of Opa-locka. 15 D. Completeness of Proposal (15 Points) The top three ranked firms may be scheduled for an interview/presentation. 15 E. References (10 Points) A list of at least three (3) client references who can verify comparable service experience and provide comments regarding the Proposer's work. 10 TOTAL 100 12 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposal. 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 proposal 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 RFQ 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 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 proposal, and the resulting negotiated agreement. The City's decisions will be final. After the notification of the selected firm, it is expected that an Agreement will be executed between both parties. The city staff will recommend an award to the responsible Proposer whose Proposal is determined to provide overall best value to the city, considering the evaluation factors in this RFQ. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposal and oral presentations a recommendation will be made to the Interim Manager for submission to the City Board for final approval. Upon Board 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 CALENDAR OF EVENTS: EVENT DATE/LOCATION Release Date 05/21/2023 Pre -Bid Meeting 06/05/2023 @ 12:30pm Written Questions Due 06/09/2023 @ 5:00pm Email questions With Subject to jbergel@opalockafl.gov line "RFQ No: Bid Questions" Response to Questions 06/12/2023 @ 5:00pm Due Date/Bid Opening 06/16/2023 @ 2:00 pm at: City of Opa-locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 OR Electronic Bid on www.Demandstar.com PHASE 1: 1st Evaluation Committee Meeting (Open to the Public). TBA PHASE 2: (Only if necessary) Shortlist Presentations TBA Committee Ranking (Open Meeting) TBA Contract Negotiations (Closed Meeting) TBA Award Letter Recommendation TBA Post Award TBA 14 Tho city of bright opportunities • RFQ No:23-XXXXXXX PROPOSER PROPOSAL COMPANY INFORMATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED ALONG WITH THE COMPLETE PACKAGE. Company Name: Federal ID No.: Contact Person (Name and Title): Telephone Number: Mailing Address: Email: Fax Number: Type of Organization: ❑ Corporation ❑ Partnership ❑ Individual ❑ Other: 15 The city of bright opportunities RFQ NO: 23-XXXXXXX PRICE PROPOSAL FORM Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2023. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 16 AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 17 Tho city of bright opportunities 23-XXXXXXX DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/ proposal, which are equal with respect to price, quality, and service, are received by the CITY 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. To have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 18 The city of bright opportunities 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 proposer 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 proposer 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 proposer, 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 proposer, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other proposer, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other proposer, 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 proposer 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 The city of bright opportunitios 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 Opa-locka CRA. 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 Tho city o/ bright opportunities Effective January 1, 2021, public and private employers, contractors, and subcontractors will be required to register with, and use the E -verify system 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 CRA; 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 this 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 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 The city of bright opportunities Definitions: "Contractor" means a person or entity that has entered or is attempting to enter 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 the required registration with, and use of the E -verify system 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/subcompanies/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; and Should vendor become successful Contractor awarded for the above -named project, by entering 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 this affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 22