Loading...
HomeMy Public PortalAboutResolution No. 23-005 - Resolution accepting Quick Painting Group Corp stucco and exterior painting proposalSponsored By: Interim City Manager RESOLUTION NO. 23-005 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF QUICK PAINTING GROUP CORP FOR STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY -OWNED FACILITIES PURSUANT TO RFP NO. 22- 1213200 AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH QUICK PAINTING GROUP, CORP FOR SAID SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on November 4, 2022, the City of Opa-Locka ("City") published Request for Proposals (RFP) 22-1213200 for Stucco and Exterior Painting of Four (4) City -Owned Facilities (Municipal Complex (780 Fisherman), Public Works Headquarters, Helen Miller and Sherbondy Village within the City); and WHEREAS, nine (9) sealed proposals was received by the City Clerk's Office and certified by the City Clerk on December 28, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Quick Painting Group, Corp. as the most responsive responsible bidder; and WHEREAS, Quick Painting Group Corp. is a painting company localized in Central Florida. The company specialize in commercial painting and industrial coatings application.; and WHEREAS, the company utilizes products such as Tnemec, Carboline, Sherwin- Williams, Benjamin -Moore, and PPG Paints which guarantees long durability; and WHEREAS, Quick Painting Group, Corp. has proposed a bid price of One Hundred Fifty -Eight Thousand Dollars ($158,000.00); and WHEREAS, the Interim City Manager recommends the City Commission approve the recommendation for Quick Painting Group, Corp. and enter into an agreement with said company; and WHEREAS, the City Commission accepts the proposal of Quick Painting Group Corp. for Stucco and Exterior Painting of Four (4) City -Owned Facilities pursuant to RFP No. 22-1213200 and further authorizing the Interim City Manager to enter into an agreement with Quick Painting Group, Inc. for said services, attached hereto as Exhibit NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: Resolution No. 23-005 SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby accepts the proposal of Quick Painting Group Corp. for Stucco and Exterior Painting of Four (4) City -Owned Facilities pursuant to RFP No. 22-1213200 and further authorizing the Interim City Manager to enter into an agreement with Quick Painting Group, Inc. for said services, attached hereto as Exhibit "A", for said services, in amount not to exceed of One Hundred Fifty -Eight Thousand Dollars ($158,000.00). 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 of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, 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 upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 11th day of January, 2023. TTEST: nna Flores, City Clerk 2 Resolution No. 23-005 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: .ai r-nadette Norris' eeks, P.A. Moved by: Commissioner Kelley Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: /�'� /CL -(2 2.�(v.'-C Ordinance -- Other Commission Meeting Date: 01.11.2023 Item Type: (EnterXin box) Resolution X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter Xin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter Xin box) Yes No X Contract/P.O. Required: (Enter Xin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter Xin box) Yes No Strategic Plan Priority Enhance Organizational g Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (I(st the specific obJective/strategy this item will address) X Dev El IN El Image IN 0 Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the Interim City Manager to accept the proposal of Quick Painting Group for Stucco and Exterior Painting of Four (4) City -Owned Facilities pursuant to RFP No. 22-1213200 and further authorizing the Interim City Manager to enter into an agreement with Quick Painting Group, Inc. for said services. Staff Summary: Request for Proposals (RFP) 22-1213200 was published on November 4, 2022 for Stucco and Exterior Painting of Four (4) City -Owned Facilities. The four buildings are the Municipal Complex (780 Fisherman), Public Works Headquarters, Helen Miller and Sherbondy. Nine (9) companies submitted proposal documents which were certified by the City Clerk on December 28, 2022. Quick Painting Group, Corp. is a painting company localized in the heart of Central Florida. They specialize in commercial painting and industrial coatings application. They started an independent small group in Florida working and gaining experience for 11 years until they decided to open their own business. Since the moment they have worked hard toward their goals of delivering the best quality job while maintaining competitive prices in the State of Florida. Based on their presentation they have been judged to be a company based on integrity and professionalism. They ensure the use of high -quality products such as Tnemec, Carboline, Sherwin-Williams, Benjamin -Moore, and PPG Paints which guarantees long durability. Financial Impact: Quick Painting Group, Corp. has bid $158,000 to paint the four buildings. This project will be charged to Building & Grounds Maintenance - Building Improvement -39-541620 which is a budgeted project. Proposed Action: Staff recommends the City Commission approve the recommendation for Quick Painting Group and authorize the Interim City Manager to enter into an agreement with said company. Attachment: RFP No. 22-1213200 Bid Certification Bid Proposal CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 3:30 p.m. this 28" day of December, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS 1. Brunt & Company, Inc 10360 SW 186 Street, Unit # 1594 Miami, FL 33197 Contact: Samuel J. Brunt, General Manager Tele: (305) 397-1462 / (833) 278-6820 Email: samb(bruntconstruction.com 2. Roof Painting by Hartzell 3195 N. Powerline Road, Suite 101 Pompano Beach, FL 33069 Contact: Mike Goodwin, Project Director Tele: (954) 658-0515 Email: mgoodwin(ii myhartzell.com 3. Quick Painting Group 9867 S Orange Blossom Trl, # 109 Orlando, FL 32837 Contact: Andres Sanchez, President Tele: (407) 733-0401 / (786) 451-0886 Email: infoAquickpaitinggroup.com 4. SAFA Construction, LLC 11186 SW 17 MNR Davie, FL 33324 Contact: MD Shahinur Rahman, CEO Tele: (954) 326-8295 Email: and.rahman(a,safaconstruction.net 5. All Counties Painting, LLC dba People's Choice Pressure Cleaning & Painting 4341 SW 73 Terrace Davie, FL 33314 Contact: Steve Landis, Owner Tele: (954) 445-8033 LUMP SUM PRICE Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller $30,664.00 $60,461.00 $48,150.00 $60,724.00 $23,575.00 $90,952.00 $40,650.00 $13,115.00 $24,000.00 $56,000.00 $60,000.00 $18,000.00 $35,000.00 $70,000.00 $46,000.00 $30,000.00 $45,366.60 $0 $64,750.13 $39,800.32 Email: allcountiespainting(a,gmail.com Website: https://allpeopleschoice.com 6. Miliani Construction Corp. 10891 NW 17 St, Suite 144 Miami, FL 33172 Adolfo Miliani, President Tele: (305) 542-5075 Email: amiliani(u),milianiconstruction.com 7. Trautman Painting 12370 Kneeland Port Charlotte, FL 33981 Contact: Brett Troutman, Owner Tele: (727) 239-2079 Email: trautmanpainting( ,gmaiLcom 8. Valentino's Painting Signs Corp. 9455 W Flagler St. Apt. C606 Miami, FL 33174 Contact: Angel Pereira, President Tele: (786) 237-8017 Email: angel a(�valentinospaintintsigns.com 9. Alfonso All Services LLC 1310 W 38 Street Hialeah, FL 33012 Contact: Ariel Alonso Herrera, Owner Tele: (786) 486-2157 Email: alfonsoallservicesllcna,gmail.com Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller Public Works Municipal Complex Sherbondy Village Helen L. Miller $192,625.00 $267,116.25 $363,515.00 $201,825.00 $70,000.00 $270,000.00 $120,000.00 $70,000.00 $37,786.80 $98,481.60 $48,991.20 $13,218.00 $49,680.00 $98,155.00 $72,365.00 $71,596.00 Please note that the proposals from Quick Painting Group, SAFA Construction, LLC, All Counties Painting, Miliani Construction Corp., Trautman Painting, Valentino's Painting Signs and Alfonso All Services, LLC were submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on Wednesday, December 28, 2022. I further certify that proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson nna Flores, CMC Assistant City Manager y Clerk City of Opa-locka City of Opa-locka 2 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Company Name: Evaluation Criterion Reviewer Name: Weight 25% Experience and Qualifications References 10% Resources and Approach 30% Price Proposal 35% Total 100% Brunt & Company, Inc. Solomon Rating Bankole Score 3 0.75 3 0.30 4 1.20 4 1.40 3.65 Carlos Gonzalez Rating Score 4 1.00 3 0.30 4 1.20 3 1.05 3.55 Adelina Rating Gross Score 4 1.00 4 0.40 5 1.50 5 1.75 4.65 Roof Painting by Hartzell King Leonard Rating Score 4 1.00 3 0.30 3 0.90 4 1.40 3.60 Solomon Rating Bankole Score 3 0.75 2 0.20 3 0.90 3 1.05 2.90 Carlos Gonzalez Rating Score 3 0.75 3 0.30 3 0.90 4 1.40 3.35 Adelina Rating Gross Score 5 1.25 4 0.40 3 0.90 3 1.05 3.60 King Leonard Rating Score 4 1.00 4 0.40 3 0.90 3 1.05 3.35 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Quick Painting Group Solomon Rating Bankole Score 5 1.25 4 0.40 4 1.20 4 1.40 4.25 Carlos Gonzalez Rating Score 4 1.00 4 0.40 4 1.20 4 1.40 4.00 Adelina Rating Gross Score 5 1.25 5 0.50 4 1.20 5 1.75 4.70 Safa Construction, LLC Solomon Rating Bankole Score 1 0.25 1 0.10 2 0.60 2 0.70 1.65 Carlos Gonzalez Rating Score 2 0.50 2 0.20 3 0.90 3 1.05 2.65 Adelina Rating Gross Score 4 1.00 3 0.30 3 0.90 3 1.05 3.25 King Leonard Rating Score 4 1.00 4 0.40 4 1.20 4 1.40 4.00 King Leonard Rating Score 1 0.25 1 0.10 1 0.30 3 1.05 1.70 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities Company Name: Evaluation Criterion All Counties Painting, LLC d/b/a People's Choice Pressure Cleaning & Painting Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Solomon Rating Bankole Score 3 0.75 3 0.30 3 0.90 3 1.05 3.00 Carlos Gonzalez Rating Score 3 0.75 3 0.30 3 0.90 3 1.05 3.00 Adelina Rating Gross Score 4 1.00 4 0.40 3 0.90 2 0.70 3.00 Miliani Construction Corp Solomon Rating Bankole Score 3 0.75 3 0.30 2 0.60 1 0.35 2.00 Carlos Gonzalez Rating Score 3 0.75 4 0.40 4 1.20 2 0.70 3.05 Adelina Rating Gross Score 4 1.00 3 0.30 4 1.20 2 0.70 3.20 King Leonard Rating Score 4 1.00 4 0.40 3 0.90 2 0.70 3.00 King Leonard Rating Score 3 0.75 3 0.30 3 0.90 3 1.05 3.00 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach Price Proposal 30% 35% Total 100% Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Trautman Painting Solomon Rating Bankole Score 2 0.50 2 0.20 3 0.90 1 0.35 1.95 Carlos Gonzalez Rating Score 4 1.00 4 0.40 3 0.90 2 0.70 3.00 Adelina Rating Gross Score 3 0.75 3 0.30 2 0.60 2 0.70 2.35 Valentino's Painting Signs Corp Solomon Rating Bankole Score 1 0.25 2 0.20 2 0.60 2 0.70 1.75 Carlos Gonzalez Rating Score 2 0.50 2 0.20 2 0.60 3 1.05 2.35 Adelina Rating Gross Score 1 0.25 1 0.10 1 0.30 3 1.05 1.70 King Leonard Rating Score 2 0.50 2 0.20 2 0.60 2 0.70 2.00 King Leonard Rating Score 1 0.25 1 0.10 1 0.30 2 0.70 1.35 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities Company Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and Approach 30% Price Proposal 35% Total 100% Alfonso All Services, LLC Solomon Rating Bankole Score 2 0.50 2 0.20 2 0.60 2 0.70 2.00 Carlos Gonzalez Rating Score 2 0.50 3 0.30 2 0.60 2 0.70 2.10 Adelina Rating Gross Score 3 0.75 3 0.30 3 0.90 4 1.40 3.35 King Leonard Rating Score 2 0.50 2 0.20 2 0.60 2 0.70 2.00 EVALUATION MATRIX RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities COMPANY SELECTED Reviewer: Solomon Bankole Carlos Gonzalez Adelina Gross King Leonard Reviewer: Solomon Bankole Carlos Gonzalez Adelina Gross King Leonard Reviewer: Solomon Bankole Carlos Gonzalez Adelina Gross King Leonard AVERAGE RATING AVERAGE RATING AVERAGE RATING Brunt & Roof Painting by Quick Painting Safa Company, Inc. Hartzell Group Construction, 3.65 2.90 4.25 1.65 3.55 3.35 4.00 2.65 4.65 3.60 4.70 3.25 3.60 3.35 4.00 1.70 3.86 3.30 4.24 2.31 All Counties Miliani Trautman Valentino's Painting, LLC Construction Painting Painting Signs 3.00 2.00 1.95 1.75 3.00 3.05 3.00 2.35 3.00 3.20 2.35 1.70 3.00 3.00 2.00 1.35 3.00 2.81 2.33 1.79 Alfonso All Services, LLC 2.00 2.10 3.35 2.00 2.36 EVALUATION FORM RF! , 900 22-12`732®o Straiicoo and Ea teruoir Painting of FOLIP (4) City Owned Faiciiitie By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications Notes: Ratin Date: \2 \ \`ZZ Vt\-x›,s, o S �eC� SS Cy_c dad 2 C) f\i\e, .0 Notes: Rating \5.`,�_� �Czn s. \ e . References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal 3 Rating Form Name: Evaluation Criterion Experience and Qualifications NoteQ S� C6Vk _—e � S.Pr FP C_ov\ Rating References Resources and Approach Price Proposal Notes: EVALUATION FORPJI RFP Mo. 22-1213200 Stucco and Ezterior Panting of flour (4) City Ow By signing this form as an Evaluator, 1 certify that I have no conflict of interest. Reviewer Name: Signature: Firm Mame: Evaluation Criterion Experience and Qualifications References j Resources and Approach 3 Price Proposal Notes: Rati Firm Name Evaluation Criterion Experience and Qualifications 3 References 7 Resources and Approach , Z. Price Proposal ' d f��toofluic6� Date: 11 \3-04k\22-2— ^c -Q_ c r� • + �\\\�\ �� '��.�c.2_ e eC �� `�o G.1aS�,�$e Ratin Firm Mama: Evaluation Criterion Experience and Qualifications References Resources and Approach .:3 Price Proposal 1 Notes: Y•f � E -Jt ASS\� S R Ratin Firm Mime: Evaluation Criterion Experience and Qualifications References -2-- Resources and Approach Price Proposal Notes: Rating v Pte€ € ;� e • EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion PA -Co n3 0 Experience and Qualifications 5 References Resources and Approach Price Proposal 1. Firm Name: Evaluation Criterion v \ ;C Ratin Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Notes: Date: 1Zr3o� Ratin Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Notes: Criterion Experience and Qualifications References Resources and Approach Price Proposal Ratln Notes: EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest Reviewer Name: Signature: Perms I ame: Evaluation Criterion Date: /Z 30.2 PrP ivy/ 2. 78o F:s/rs.,.. .11.3/e C./ M`..T COst--1 %#'A V z Q 4- za 3r N4et/4_ Rating Experience and Qualifications References Resources and Approach Price Proposal 4 3 4 Firm Name: Evaluation Criterion Je_ / t • /- a 6K, a-_ 414 -yo 16,0 3- s.� 4"- ,�`-6q 7z -Y. ° Notes: ✓coo J K - w -L o c, of re "ow, • " ci t� "'V r -we /0-474� _. el Pe -04/74 de ei2. o F - /N77 Pte/ 4 Rating Experience and Qualifications References Resources and Approach Price Proposal 3 3 4 Firm Name: Evaluation Criterion Notes: • 73 ,-5 love //_ z- 9°, 5-z 2 -1-4(7 6 ,1-0 - ,t r? "6"- vtc-L PA. At7-,Ac%q ‘,,e (9 Rating Experience and Qualifications References Resources and Approach Price Proposal 4 Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Rating v Notes: /• Y a vv �z- -40 fi-6� e -a 6a 1 ✓U 4. 4i / e cr i7J F �p�?�L�e7<a0 Notes: ±' *3 r D -i7 2-.,t70 an IF- .=“2.0P0 -' oaf ...Ay, -4_ EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, 1 certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 3 References 3 Resources and Approach )7 Price Proposal 3 /7A, t•/-i P e) Rating Firm Name: Evaluation Criterion Experience and Qualifications 3. References 4 Resources and Approach Price Proposal Date:/2/4/6°,//7.-4-- Notes: Ye S • • /'1 11/07- ,,g;P/ AZ //,,r -e" 71-4.4 7 6/P/Jul y - "X.• /it vein • /- 4S (..G) Z•$V/3- lsv/ 4-7,35/ eve). Rating Firm Name: Evaluation Criterion Experience and Qualifications 4. References 5C. Resources and Approach Price Proposal '2.,�, c e Rating Notes: • S • d e clli: con 57. 4e- • ,Pct e.Q Fi G Ga� d H /��Pi ` 15- 74e - G'� c, 6/...-///e/— //�/ '7 S. 4 ,_ a.z,r, z- zh7,i(a, 3-#36 /s/ 51-4z-,•) 92y 'i,-ec/t'-r AK) /Arrho3 Firm Name: Evaluation Criterion Experience and Qualifications -7-- References Resources and Approach Z Price Proposal 3 Ratin Notes: • Z7 ,/•fi- 1 ems_ • cam c e/c_ —= - 4c_c� t 71" I -e- • J- (70 0 a O Z• 27 d a o 3- /Y -O v a o - 4? J o� / 3 VA c. c T/ )3 a' 3; 4.t4s Notes: Ala yl/orL ,x%714. of /y //r vi" fe N q 7 Cj CV Q -S r 7,e=c/ 2, P 6e -e- i•-s i 37,7$6, z• g -g, tai 3_. 4t-13, 59'// EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion A 1 reams 0 i 1-I_ Experience and Qualifications Z References Resources and Approach '7_ Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications Notes: Date: Q2_. 3v • Z. -7-- yr / 7 S . / 7 a��G -al/ V ; II --71°- / ' c� ` t"cr-� e f .Gt.,1 . . I' 4 r 2,_ 78./ tom/ 3- 7Zt3 ‘ 4-$7/ 5q CO, yon✓ /' - a- — ass ee � Rating Notes: Ratin g References Resources and Approach Price Proposal Firm Name: Notes: Evaluation Notes: Criterion Ratin Experience and Qualifications g References Resources and Approach Price Proposal EVALUATION FORIifi RFP No. 22-12132®® Stucco ,.;uad Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal Firrlm Name: Evaluation Criterion Experience and Qualifications Notes: Rating r� 4 6 Date: loomy gm 5%, Nolet\kcAct PNc)0F.C-7\)(-Pi\ \Diu 4ck.clz-rA Rating 3 Notes: _OmAaAN Yn elau (,k( - c\ Rating A 5 Rating 4 References Resources and Approach Price Proposal Co(15 QGfS `0& P pail ° has 66k avalVes Q4,4 42)Renr j �?tD �('ttC inr,Ar -L EVALUATION FORM Criterion Experience and Qualifications i References 1 Resources and Approach 1 Price Proposal 1 k? Lc CO \ 9) Cep RFP No. 22-12132®Q Stucco and Exterior Feinting of Four (4) City Owned Facilities By signing this form as an Evaluator, 1 certify that t have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 1 References A Resources and Approach 3 Price Proposal Z Rating Firm Name: Evaluation Criterion Experience and Qualifications II References 3 Resources and Approach A Price Proposal `kJ Rating Firm Name: Evaluation Criterion Experience and Qualifications 3 References 3 Resources and Approach Price Proposal 2 Rating Firm Mime: Date: \21.47/ Not s: r M A �. . CO�� n - 72)(60( 64 CI) I PI) (IDOA/ \Cx\1/4en RcR-`1a'g Evaluation Notes: fc�( %� 'lgi Rating 1`' O 1 v t /� `ie m0 v" S� Wn ve.n YYY EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications V '3 References Resources and Approach 3 Price Proposal A Firm Name: Evaluation Criterion Date: Rating Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Notes: Evaluation Notes: criterion Rating Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Notes: Criterion Experience and Qualifications References Resources and Approach Price Proposal Rating EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: 1,4 I n p ifiA Signature: Firm Name: Evaluation Criterion Experience and Qualifications / References 3 Resources and Approach g Price Proposal 4/ Ratin Firm Name: Evaluation Criterion Experience and Qualifications li% References 41 Resources and Approach 3 Price Proposal 3 Ohio 2'o , Date: Notes: 4,;, Sc.ope oc Work on 1'h e' pi -o p osci IL/3o/22 62 i2 ©C Pod Kr)", ')/ c, vi -2e4/ Notes: + 1 Rating I!Je / yi y'G //) Art 0i 7AC. /30 050 Firm Name: Evaluation Criterion cY utet 6 G /✓4',4ev, d rvcl? Ratin Experience and Qualifications 3f References Li Resources and Approach I--/ Price Proposal Lif Firm Name: Evaluation Criterion Notes: Ex Pe rre e to a, n 4 t'T ei wt �4c, I SA FA onS (uLilon r L L c_ Ratin Experience and Qualifications i References Resources and Approach 1 Price Proposal Notes: 1\10 e.'4p>Lv- I eIn c t L4$ -c) o fkR.C,P,-e,t'Ct 11t�t S��e v �Pi S o �P o -I-c 2 EVALUATION FORM RFP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 171 References q Resources and Approach 3 Price Proposal 2_ Rating Firm Name: Evaluation Criterion Experience and Qualifications 3 References 3 Resources and Approach 3 Price Proposal '.3 Date: [1 our�lleS ��r `l�/t .1-L d1x, �� 5 Choi ce SS C..k o r q tr ayld rat ✓ttln Notes: �1 4J-ACND#. l 1 C4 Pero?OSc I 790 hit urt !t:I c,{ t^_nmplex_ 21301ZrZ1 Mi �icrli vvc tove Rating Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach Price Proposal L. Notes: Corp. G19(`)4 ettc-td-CfC{ S i cl 4 -AR(► C -G_ r-0,01-rvics,r, ti5 Rating Firm Name: Evaluation Criterion Experience and Qualifications l References Resources and Approach Price Proposal a_ Rating Notes: y4 Lie e9C eon I 1s- n of %4k — fc,,r)1-, S,7i Notes: yep({ Si`"L No x p e- / el' L., S L4'j /110 f�P%ok-04, =�t-04,- Pro ire el ELS' 3 EVALUATION FORM FP No. 22-1213200 Stucco and Exterior Painting of Four (4) City Owned Facilities By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: h //(or)v /51/n Scr v/c C3 L.0 Evaluation Notes: Criterion Ratin Experience and Qualifications 2. References z Resources and Approach 'L Price Proposal 12.-- Firm Name: Evaluation Criterion Experience and Qualifications References Resources and Approach 'rice Proposal Firm Name: Evaluation Criterion Nn( e perI CACT Date: Notes: Rating Experience and Qualifications References Resources and Approach Price Proposal Firm Name: Evaluation Notes: Criterion Experience and Qualifications References Resources and Approach Ratin Price Proposal Notes: City of Opa-locka RFP NO: 22-1213200 REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES CITY OF OPA-LOCKA RFP NO. 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part 1- Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 2 1 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES Sealed Proposals for the Stucco and Exterior painting of four (4) City owned Facilities will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, December 13, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.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 Stucco and Exterior painting of four (4) City Owned Facilities. 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 RFP NO: 22-1213200 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, November 22, 2022 at 10:00 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via Microsoft Teams. To participate via Microsoft Teams, please use the information listed below: Meeting ID: 224 103 442 337 Passcode: JdPUgB Download Teams 1 Join on the web Or call in (audio only) +1 786-598-20'11 351190175# United States, Miami Phone Conference ID: 351 190 175# Find a local number I Reset PIN Joanna Flores, CMC City Clerk 31 RFP NO. 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide Stucco and Exterior painting of four (4) City Owned Facilities. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Tuesday. December 13, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-1213200 -STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description 41 of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 5IPage 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP and must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 61Pa(=e 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be 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. 7I f' c The City of Opa-locka (City) plans to contract with one or more companies to provide painting services (Services) for various City facilities (Project). The City is seeking firms whose combination of experience and expertise will provide environmentally sound, professional, timely, and cost- effective services to the City. The City reserves the right to enter into one or more contracts with any firm selected under this RFP process. The Company shall provide painting services at various locations as identified by the City. Services consists of providing all labor, materials, equipment, and supervision for the painting and finishing of new and existing surfaces, i.e., walls, doors, jambs, window frames, and other work as directed by the city. Work areas may be occupied and require moving and repositioning of office equipment and furniture. FIELD QUALITY CONTROL / STANDARD OF ACCEPTANCE Painted surfaces shall be considered to lack uniformity and soundness if any of the following defects are apparent: a) Brush/roller marks, streaks, laps, runs, sags, drips, heavy stippling, hiding, or shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings. b) Evidence of poor coverage at plate edges, lap joints, crevices, pockets, corners and re- entrant angles. c) Damage due to touching before paint is sufficiently dry or any other cause. d) Damage and/or contamination of paint due to blown contaminants (dust, spray paint, etc.) Painted surfaces shall be considered unacceptable if any of the following are evident under final lighting source (including daylight) for exterior surfaces: a) Visible defects are evident on vertical or horizontal surfaces when viewed at normal viewing angles from a distance of not less than 10000 mm (39"). b) Visible defects are evident on ceiling, soffit, and other overhead surfaces when viewed at normal viewing angles. c) When the final coat on any surface exhibits a lack of uniformity of color, sheen, texture, and hiding across full surface area. Painted surfaces rejected by the Project Manager shall be corrected at the expense of the Company. Small, affected areas may be touched up. Large, affected areas or areas without sufficient dry film thickness of paint shall be repainted. Runs, sags, or damaged paints shall be removed by scraper or by sanding prior to application of paint. PREPARATION AND CLEANING Perform preparation and cleaning procedures in strict accordance with coating manufacturer's instruction. Use applicators and techniques best suited for the material and surfaces to be applied. Apply paint only to dry, clean, and adequately prepared surfaces in areas where dust is no longer generated by activities such that airborne particles will not affect the quality of finished surfaces. Apply additional coats when 81Page undercoats or conditions show through final paint coat, until paint film is of uniform finish, color and appearance. Work must be evenly uniform in sheen, color and texture; free from brush marks, sags, crawls, runs, or other defects detrimental to appearance or performance. Paint surfaces behind movable equipment and furniture same as adjacent similar exposed surfaces unless otherwise directed by the Project Manager. Apply each material at no less than the manufacturer's recommended spreading rate. SUBMITTALS If requested by Project Manager, submit samples for City's approval of color and sheen. Samples shall be 12" X 12" on properly prepared print out cards or hardboard. Material Safety Data Sheets for each product used shall be maintained on the site as well as one copy furnished to the City. STANDARD PROVISIONS CHANGE ORDERS Alterations or modifications to the work performed under a task order under the contract shall be made only by written Change Order between the company and the City Point of Contact prior to commencement of the altered or modified work. No claims for any extra work or materials will be allowed unless covered by written Change Order. CLEAN UP All clean up shall comply with all applicable Federal, State, and local laws and regulations. Company shall remove paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that are not detrimental to affected surfaces. Company shall, at all times, keep the site free from accumulation of waste materials, debris, or rubbish caused by his or her employees at work. Company shall remove from the site all tools, surplus materials, debris, or rubbish and shall leave the site and the work in a neat and orderly fashion at the completion of the work. Clean equipment and dispose of wash water/solvents as well as other cleaning and protective materials (e.g., rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers, etc., as directed by Project Manager. Whenever possible, clean up shall be conducted with water or water -based agents. Companies may not utilize on -site office trash cans. Arrangements may be made in advance with the Project Manager for the use of City owned or leased waste containers for disposal of the above. Only fully dry paint residues may be disposed of in City containers. Opened cans of partially used paint may not be disposed of in City containers under any circumstances. EMERGENCY CONTACT Company personnel shall be reachable cell phone in urgent or emergency situations. The Company shall provide at least two (2) local telephone numbers that may be used to contact the Company or his authorized representative in the event of an urgent or emergency situation after normal business hours. EQUIPMENT The Company shall have in its possession, or available, sufficient equipment, hand tools, materials, and supplies necessary to perform the work as outlined in this Scope of Services. MATERIALS AND EQUIPMENT STORAGE The Company shall be responsible for locating and providing storage areas for construction materials and equipment. The material and equipment storage shall comply with all local and state 9 1 1' ,< < ordinances throughout the contract period. The Company shall restore the storage area to its original condition upon completion of the Project or upon such time as directed by the City. Such restoration shall be at no additional cost to the City. The Company shall be responsible for the safeguarding of materials and equipment against fire, theft and vandalism and shall not hold the City responsible in any way for the occurrences of same. The Company shall furnish and erect, at no additional cost, whatever works may be necessary for the protection of the public, including but not limited to barricades, fences, etc. Prior to final payment being made, the Company shall obtain a release from the property owner of the storage area utilized for the Project. PROJECT LOCATION INSPECTIONS All trades shall be performed by skilled craftsmen. Satisfactory work and housekeeping will be maintained by the Company at all times. The worksite conditions, progress of work, and quality of work at each Project location may be inspected by the City on a continual basis. Any condition or situation deemed by the City to be unsatisfactory shall be remedied as soon as logistically possible and no later than within 24 hours. During its inspection, the City may note whether each Project location is satisfactory or unsatisfactory. PROTECTION OF PROPERTY Company shall protect all surrounding furniture, surfaces (including glass, aluminum, wood, labels, signage, etc.), mechanical, electrical, computer hardware and other sensitive components from sanding dust, paint splatter, spills and/or overspray. Use sufficient drop cloths and coverings for the protection of floors, furnishings and adjacent surfaces. Company shall be responsible for providing and placement of barricades, drop cloths, tarps, plastic, flag tape and any other safety equipment required to protect the public and employees in the work area. Company shall be responsible for the security of its equipment and materials. SAFETY Provide a safe work environment in accordance with all local, state, Federal, and applicable OSHA regulations. Employees must wear OSHA required safety equipment while working. STAFFING REQUIREMENTS AND IDENTIFICATION OF COMPANY PERSONNEL The Company shall provide a sufficient work force and supervisory personnel to perform the specified services and to meet the requirements of the City. The City has the right to require any additional personnel that the City deems necessary to complete the Project. The City also has the right to require removal and replacement of any personnel deemed unsatisfactory by the City. Personnel shall maintain a neat and clean appearance, with identification clearly identifying the person and the name of their company. Shirts must be worn at all times, with shirt tails tucked in. Tank tops are not permitted. All personnel must wear high visibility safety vests that meet ANSI standards while working in vehicular traffic areas. 101Pa-< PART II MINIMUM SPECIFICATIONS SCOPE OF SERVICES: The primary scope of work is for the STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES which includes, but is not limited to: 1. Public Works Operations Center Building -12950 NW 42nd Avenue Opa-locka, FL 33054 • 31,489 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-locka Public Works Building. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof flashings - Previously painted doors and door frames - Previously painted windows - The metal pole at the front entrance - Concrete Stairs and metal rail - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. 11 P Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Metal Roll -Up Doors TBD Two Gutter and Downspouts TBD Two Concrete Stairs TBD Two Additional Services Surface Area Color Minimum Coats Installation/Replacement Proof Windows of Hurricane TBD Clean -Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 12IPas� 2. The Municipal Complex (City Hall Building) - 780 Fisherman Street Opa-locka, FL 33054 • 82,068 Sq. Ft. Four -Story Building We will be painting the exterior of the City of Opa-locka City Hall building. Surfaces to be painted include: - Stucco/Block Walls - Natural/Stained Overhangs - Fascia and Trim - Metal handrails at the front entrance - Previously painted doors and door frames - Previously painted windows - Gutters and downspouts - The metal pole on the front of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. GENERAL DESCRIPTION: Painting To - Soffit/Overhangs, Stucco/Block, Windows, Doors, Door Frames, Gutters, Downspouts, Fascia, Metal, Handrails, Post. INCLUDED DETAILS Surface Area Color Coats Stucco Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Gutters/Down Spouts TBD Two Fascia TBD Two Posts TBD Two Metal Railing TBD Two 13IP �2. Additional Services Surface Area Color Minimum Coats Window Sealing TBD Clean Up To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is completed. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. 141 age 3. Sherbondy Village - 215 Perviz Avenue Opa-locka, FL 33054 • 40,826 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-locka Sherbondy Park Building. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof flashings - Previously painted doors and door frames (including those inside the building) - Previously painted windows - The metal pole at the front entrance - Metal rails - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Gutter and Downspouts TBD Two Clean Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. 151 Page WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 161f' g 4. Helen Miller Center - 2331 NW 143rd Street Opa-locka, FL 33054 • 11,015 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-Locka Hellen B. Miller (Segal Park) and adjacent facilities. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof flashings - Previously painted doors and door frames (including those inside the building) - Previously painted windows - The metal pole at the front entrance - Metal rails - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Gutter and Downspouts TBD Two Clean Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. 171Paz� WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 18 1 1' -� << � 3.1 Proposal Requirements The proposal shall include the following: 1. Understanding of the Scope of Work. Describe your understanding of the work to be performed. 2. Experience and Qualifications of Firm. List similar projects successfully completed within the last five (5) years. 3. Key Personnel. Please provide the names and qualifications of the key personnel assigned to this contract. 4. References. Provide a list of references from the past and current clients within the last five (5) years. 5 Schedule. Contractor shall submit a timeline as to when each task will be completed 6. Fee Proposal. The fee proposal will be reviewed but is not the sole factor in the selection process. Submit documentation associated with the pricing of each task. 19 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 i "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 20 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 21 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non -responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing masonry services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar services for governmental clients including at least two references 10 Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 22 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral 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 AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 23 RFP NO. 22-1213200 PROPOSER QUALIFICATIONS STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES 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. 24 RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES PUBLIC WORKS OPERATIONS CENTER 12950 NW 42nd AVENUE, OPA-LOCKA, FL 33054 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 25 RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES THE MUNICIPAL COMPLEX (CITY HALL) 780 FISHERMAN STREET, OPA-LOCKA, FL 33054 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 26 RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES SHERBONDY VILLAGE 215 PERVIZ AVENUE, OPA-LOCKA, FL 33054 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 27 RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES HELEN L. MILLER CENTER 2331 NW 143rd STREET, OPA-LOCKA, FL 33054 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 28 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non -responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 29 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 30 CITY OF OPA-LOCKA RFP NO. 22-1213200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 31 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 32 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: 33 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. 34 -f aia Ckq Definitions: E -VERIFY FORM "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/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 of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 35 REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES RFP#22-1213200 ADDENDUM -01 A site visit will be held on Monday, December 12, 2022 at 11:00 a.m. The Site Visit will start at the City of Opa-locka Municipal Complex, 780 Fisherman Street, Opa-locka, FL 33054 and will later proceed to the other locations as listed in the RFP. The deadline to submit proposals have changed from December 13, 2022 at 2:00 p.m. until December 20, 2022 at 2:00 p.m. Pursuant to Florida Statute 255.05, local government projects over $200,000 require performance and payment bonds. The successful PROPONENT(S) shall execute the Contract (Agreement) and provide the required Performance Bond, Payment Bond, and Certificate of Insurance within ten (10) calendar days of Notice of Award by the City. REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES RFP#22-42113200 ADDENDUM -02 Please see responses to all questions asked to date: 1. Can the pre -bid be re -broadcast? We attempted to use the link that was published in the RFP instructions. The meeting was held on November 22, 2002, however we experienced technical difficulties with the recording. 2. Re: Public Works Operations Center Building Are, "Additional Services, p. 12" Installation/replacement of Hurricane proof windows to be included in the LUMP SUM price on p. 25. Please disregard this section as the services are not needed at this time. 3. Re: City Hall Building Are, "Additional Services, p. 14" Window Sealing to be included in the LUMP SUM price on p. 26. Yes, only the front of the building 2nd -4th floors (approximately 80 windows) 4. Re: Public Works Operations Center Building The City of Opa-locka logo, and some letters are missing on the front of the building. Will the city provide the logo and missing letters. Yes 5. Re: Public Works Operations Center Building There is a downspout in the rear of the building that is damaged and needs to be replaced. Will the city have this repaired or replaced before the painting is done. Yes 6. I received the RFP notification through the Dodge Construction Network. Do you have drawings with the exterior dimensions of each building. No 7. Do you want all doors painted. If so, can we use DTM SW. Yes 8. Is there any magnitude our allotted amount (funding) considering this is a very large scale job over $200. The City does have funds for stucco and repainting services. We are requesting that each proposer submit one (1) price proposal form per facility. 9. Are all the cracks in the stucco on all four bldgs. to be repaired. Yes 10. Can we have cars - autos moved specifically on 780 Fisherman Street (caution tape certain areas off) Yes 11. Also can we work on the weekends to be able to spray garage bldg. on list. Yes 12. If awarded can we start job in end of April beginning of May 2023. No, we would like the work to commence immediately. REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES RFP#22-1213200 ADDENDUM -03 Please see responses to all questions asked to date: 1. The City of Opa-locka wishes to fully patch and plaster all the walls of the 4 buildings or only carry out this work in the areas that are affected by plaster blisters, cracks in the walls, etc. Based on the condition of the building, the entire facility must be plastered (stucco). REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES RFP#22-1213200 ADDENDUM -04 Date changed from December 20, 2022 at 2:00 p.m. to December 28, 2022 at 2:00 p.m. The City of Opa-locka will not be accepting any additional questions regarding RFP No. 22-1213200. REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES RFP#22-1213200 ADDENDUM -OS Date changed from December 20, 2022 at 2:00 p.m. to December 28, 2022 at 2:00 p.m. Question: In addition, since you are requesting a full plaster or stucco of all buildings. Are you still requiring the buildings to be painted? Or you going to release the colors of the stucco you want to be clear a full plaster or stucco could eliminate the need for paint. A repair of damage areas would keep the scope the same as there is no need for a full plaster of the buildings in my opinion if the stucco is sound. Response: The City of Opa-locka would like to receive proposals based on plaster/stucco and painting. The City of Opa-locka will not be accepting any additional questions regarding RFP No. 22-1213200. By signing below, you are acknowledging receipt of the following proposal as submitted in response to the City of Opa-locka RFP No. 22-1213200 for Stucco and Exterior Painting of Four (4) City Owned Facilities. NAME OF COMPANY Copies / USB 1. Brunt & Company, Inc 10360 SW 186 Street, Unit # 1594 Miami, FL 33197 Contact: Samuel J. Brunt, General Manager Tele: (305) 397-1462 / (833) 278-6820 Email: samW,bruntconstruction.com 6 Copies / 1 UBB 2. Roof Painting by Hartzell 6 Copies / USB 3195 N. Powerline Road, Suite 101 Pompano Beach, FL 33069 Contact: Mike Goodwin, Project Director Tele: (954) 658-0515 Email: mgoodwin(a myhartzell.com 3. Quick Painting Group Demand Star E -bid 9867 S Orange Blossom Trl, # 109 Orlando, FL 32837 Contact: Andres Sanchez, President Tele: (407) 733-0401 / (786) 451-0886 Email: info(&quickpaitinggroup.com 4. SAFA Construction, LLC Demand Star E -bid 11186 SW 17 MNR Davie, FL 33324 Contact: MD Shahinur Rahman, CEO Tele: (954) 326-8295 Email: and.rahmanAsafaconstruction.net 5. All Counties Painting, LLC dba Demand Star E -bid People's Choice Pressure Cleaning & Painting 4341 SW 73 Terrace Davie, FL 33314 Contact: Steve Landis, Owner Tele: (954) 445-8033 Email: allcountiespainting(a),gmail.com Website: https://allpeopleschoice.com 1 6. Miliani Construction Corp. 10891 NW 17 St, Suite 144 Miami, FL 33172 Adolfo Miliani, President Tele: (305) 542-5075 Email: amiliani(aimilianiconstruction.com 7. Trautman Painting 12370 Kneeland Port Charlotte, FL 33981 Contact: Brett Troutman, Owner Tele: (727) 239-2079 Email: trautmanpaintingAgmail.com 8. Valentino's Painting Signs Corp. 9455 W Flagler St. Apt. C606 Miami, FL 33174 Contact: Angel Pereira, President Tele: (786) 237-8017 Email: angel(u valentinospaintingsigns.com 9. Alfonso All Services LLC 1310 W 38 Street Hialeah, FL 33012 Contact: Ariel Alonso Herrera, Owner Tele: (786) 486-2157 Email: alfonsoallservicesllcAgmail.com Demand Star E -bid Demand Star E -bid Demand Star E -bid Demand Star E -bid \).\�q\y Received by: Office of the City Manager Date 2 AGREEMENT FOR STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES THIS IS AN AGREEMENT, dated the day of 2023, between: THE CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY" and QUICK PAINTING GROUP a Florida Corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Stucco and Exterior Painting of Four (4) City Owned Facilities. 1.2 CITY finds it necessary to seek a professional, full -service company to provide Stucco and Painting services. 1.3 CITY issued RFP 22-1213200 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of January 11, 2023, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Stucco and Painting. 1.4 Contractor's firm will be responsible for Stucco and Painting services rendered pursuant to RFP No. 22-1213200. ARTICLE 2 SCOPE OF WORK 2.1 CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the Request for Proposals RFP 22-1213200, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A", Scope of Services. 2.2 CONTRACTOR shall abide by all specifications outlined in RFP 22-1213200. 2.3 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, and that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR as set forth in CONTRACTOR's response to RFP. 2.4 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with applicable recognized professional standards and relevant Florida Statutes. ARTICLE 3 COMMENCEMENT OF SERVICES 3.1 The CONTRACTOR shall commence work as directed by CITY upon the effective date this Agreement is executed by both parties. ARTICLE 4 CONTRACT SUM The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, for work completed in accordance with this Agreement and RFP 22-1213200. The payment for services pursuant to this Agreement shall not exceed One Hundred Fifty Eight Thousand Dollars and Zero Cents (158,000.00). 4.1 CONTRACTOR shall be solely responsible for and shall provide for the payment of workers compensation insurance coverage and premium, and all other insurance pursuant to Article 5 below, withholding taxes, FICA, pension and profit-sharing contributions, retirement contributions, if any, all remunerations; all labor contract compliance, and all other charges, fees, permits and expenses associated with the employment of such personnel provided by CONTRACTOR hereunder. CITY shall bear no responsibility for any such charge, fees, permits or expenses associated with the employment of such personnel by CONTRACTOR. 4.2 Payment to CONTRACTOR for all tasks and charges under this Agreement shall be based on the following conditions: A. Disbursements. There are no reimbursable expenses associated with this Agreement. B. Payment Schedule. Invoices received from CONTRACTOR pursuant to this Agreement will be reviewed by the appropriate financial staff. If services havebeen rendered in conformity with the Agreement, the invoice will be sent to theCity of Opa-locka's Finance Department for payment and may need to be subsequently approved by the State of Florida. C. Availability of Funds. CITY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation from the CITY. D. Final Invoice. In order for both parties herein to close their books and records,the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final bill to the CITY. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claimsby the CITY. It shall also constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled. ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this paragraph and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the CITY prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms ofthe Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period ofthe contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover bodily injury liability and property damage liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrences. Exposures to be covered are: • Premises and Operation • Products/Completed Operations • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. • Personal Injury Coverage with Employee and Contractual Exclusions removed,with minim limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, and must include: • Owned vehicles • Hired and Non -Owned Vehicles • Employers' Non -Ownership. 5.6 The CONTRACTOR shall hold the CITY, the City of Opa-locka their agents, and employees, harmless on account of claims for damages to persons, property or premisesarising out of the operations to complete this Agreement and name the CITY as an additionalinsured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever onaccount of the work being carried on pursuant to this Agreement. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above - mentioned matters, except in the event that the CITY fails to pay to CONTRACTOR thefees and costs as provided for in Article 4 herein. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and allclaims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees,sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the CITY may possess. The CITY specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CONTRACT BOND 9.1 The bond requirements for this Agreement shall be as follows: This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase, decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreementas described in Article 2 of this Agreement. Such changes or additional services must be in accordance with a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall ata minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement shall commence upon execution of this Agreement and is anticipated to be for six months. 11.2 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes itto be terminated, he shall indemnify the CITY against any loss pertaining to this terminationup to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: this Agreement; RFP 22-1213200, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparingsame shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONTRACTOR withoutthe prior written consent of CITY. For purposes of this Agreement, any change of ownershipof CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records shall be available at all reasonable times for examination and audit by CITY and shall be kept for aperiod of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. CITY is a public agency subject to Chapter 119, Florida Statutes. To the extentCONTRACTOR is acting on behalf of CITY pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall: a. Keep and maintain public records that ordinarily and necessarily would be required to be kept and maintained by CITY were CITY performing the services under this agreement; b. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and d. Meet all requirements for retaining public records and transfer to CITY, at no cost,all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidentialand exempt. All records stored electronically must be provided to the CITY. e. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CH. 119, F..S, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS AT: (305) 953-2868; 780 Fisherman Street, Opa-Locka, FL 33054; jflores@opalockafl.gov. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwiserecover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail or national delivery service withverified confirmation. If by mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Copy To: Contractor: Darvin Williams, Interim City Manager City of Opa-locka Municipal Complex 780 Fisherman Street, 4TH Floor Opa-locka, FL 33054 Burnadette Norris -Weeks, City Attorney Burnadette Norris -Weeks, P.A. 401 North Avenue of the Arts Fort Lauderdale, Florida 33311 Andres Sanchez, President 9867 S Orange Blossom Trail #109 Orlando, FL 32837 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalfof the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those asto which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreementshall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibit hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construedas a waiver or relinquishment for the future of any such provision, condition, or right, but thesame shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-locka ATTEST: BY: Joanna Flores Darvin Williams City Clerk Interim City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, City Attorney CONTRACTOR WITNESSES: BY: Andres Sanchez President ATTEST: SECRETARY STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2023. NOTARY PUBLIC My Commission Expires: EXHIBIT "A" RFP 22-1213200 ("RFP"), City of Opa-locka RFP NO: 22-1213200 REQUEST FOR PROPOSAL (RFP) STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES CITY OF OPA-LOCKA RFP NO. 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES Sealed Proposals for the Stucco and Exterior painting of four (4) City owned Facilities will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, December 13, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.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 Stucco and Exterior painting of four (4) City Owned Facilities. 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 RFP NO: 22-1213200 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, November 22, 2022 at 10:00 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via Microsoft Teams. To participate via Microsoft Teams, please use the information listed below: Meeting ID: 224 103 442 337 Passcode: JdPUgB Download Teams 1 Join on the web Or call in (audio only) +1 786-598-2011„351190175# United States, Miami Phone Conference ID: 351 190 175# Find a local number 1 Reset PIN Joanna Flores, CMC City Clerk RFP NO. 22-1213200 STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide Stucco and Exterior painting of four (4) City Owned Facilities. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Tuesday, December 13, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-1213200 -STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP and must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List" 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be 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. The City of Opa-locka (City) plans to contract with one or more companies to provide painting services (Services) for various City facilities (Project). The City is seeking firms whose combination of experience and expertise will provide environmentally sound, professional, timely, and cost- effective services to the City. The City reserves the right to enter into one or more contracts with any firm selected under this RFP process. The Company shall provide painting services at various locations as identified by the City. Services consists of providing all labor, materials, equipment, and supervision for the painting and finishing of new and existing surfaces, i.e., walls, doors, jambs, window frames, and other work as directed by the city. Work areas may be occupied and require moving and repositioning of office equipment and furniture. FIELD QUALITY CONTROL / STANDARD OF ACCEPTANCE Painted surfaces shall be considered to lack uniformity and soundness if any of the following defects are apparent: a) Brush/roller marks, streaks, laps, runs, sags, drips, heavy stippling, hiding, or shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings. b) Evidence of poor coverage at plate edges, lap joints, crevices, pockets, corners and re-entrant angles. c) Damage due to touching before paint is sufficiently dry or any other cause. d) Damage and/or contamination of paint due to blown contaminants (dust, spray paint, etc.) Painted surfaces shall be considered unacceptable if any of the following are evident under final lighting source (including daylight) for exterior surfaces: a) Visible defects are evident on vertical or horizontal surfaces when viewed at normal viewing angles from a distance of not less than 10000 mm (39"). b) Visible defects are evident on ceiling, soffit, and other overhead surfaces when viewed at normal viewing angles. c) When the final coat on any surface exhibits a lack of uniformity of color, sheen, texture, and hiding across full surface area. Painted surfaces rejected by the Project Manager shall be corrected at the expense of the Company. Small, affected areas may be touched up. Large, affected areas or areas without sufficient dry film thickness of paint shall be repainted. Runs, sags, or damaged paints shall be removed by scraper or by sanding prior to application of paint. PREPARATION AND CLEANING Perform preparation and cleaning procedures in strict accordance with coating manufacturer's instruction. Use applicators and techniques best suited for the material and surfaces to be applied. Apply paint only to dry, clean, and adequately prepared surfaces in areas where dust is no longer generated by activities such that airborne particles will not affect the quality of finished surfaces. Apply additional coats when undercoats or conditions show through final paint coat, until paint film is of uniform finish, color and appearance. Work must be evenly uniform in sheen, color and texture; free from brush marks, sags, crawls, runs, or other defects detrimental to appearance or performance. Paint surfaces behind movable equipment and furniture same as adjacent similar exposed surfaces unless otherwise directed by the Project Manager. Apply each material at no less than the manufacturer's recommended spreading rate. SUBMITTALS If requested by Project Manager, submit samples for City's approval of color and sheen. Samples shall be 12" X 12" on properly prepared print out cards or hardboard. Material Safety Data Sheets for each product used shall be maintained on the site as well as one copy furnished to the City. STANDARD PROVISIONS CHANGE ORDERS Alterations or modifications to the work performed under a task order under the contract shall be made only by written Change Order between the company and the City Point of Contact prior to commencement of the altered or modified work. No claims for any extra work or materials will be allowed unless covered by written Change Order. CLEAN UP All clean up shall comply with all applicable Federal, State, and local laws and regulations. Company shall remove paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that are not detrimental to affected surfaces. Company shall, at all times, keep the site free from accumulation of waste materials, debris, or rubbish caused by his or her employees at work. Company shall remove from the site all tools, surplus materials, debris, or rubbish and shall leave the site and the work in a neat and orderly fashion at the completion of the work. Clean equipment and dispose of wash water/solvents as well as other cleaning and protective materials (e.g., rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers, etc., as directed by Project Manager. Whenever possible, clean up shall be conducted with water or water -based agents. Companies may not utilize on -site office trash cans. Arrangements may be made in advance with the Project Manager for the use of City owned or leased waste containers for disposal of the above. Only fully dry paint residues may be disposed of in City containers. Opened cans of partially used paint may not be disposed of in City containers under any circumstances. EMERGENCY CONTACT Company personnel shall be reachable cell phone in urgent or emergency situations. The Company shall provide at least two (2) local telephone numbers that may be used to contact the Company or his authorized representative in the event of an urgent or emergency situation after normal business hours. EQUIPMENT The Company shall have in its possession, or available, sufficient equipment, hand tools, materials, and supplies necessary to perform the work as outlined in this Scope of Services. MATERIALS AND EQUIPMENT STORAGE The Company shall be responsible for locating and providing storage areas for construction materials and equipment. The material and equipment storage shall comply with all local and state ordinances throughout the contract period. The Company shall restore the storage area to its original condition upon completion of the Project or upon such time as directed by the City. Such restoration shall be at no additional cost to the City. The Company shall be responsible for the safeguarding of materials and equipment against fire, theft and vandalism and shall not hold the City responsible in any way for the occurrences of same. The Company shall furnish and erect, at no additional cost, whatever works may be necessary for the protection of the public, including but not limited to barricades, fences, etc. Prior to final payment being made, the Company shall obtain a release from the property owner of the storage area utilized for the Project. PROJECT LOCATION INSPECTIONS All trades shall be performed by skilled craftsmen. Satisfactory work and housekeeping will be maintained by the Company at all times. The worksite conditions, progress of work, and quality of work at each Project location may be inspected by the City on a continual basis. Any condition or situation deemed by the City to be unsatisfactory shall be remedied as soon as logistically possible and no later than within 24 hours. During its inspection, the City may note whether each Project location is satisfactory or unsatisfactory. PROTECTION OF PROPERTY Company shall protect all surrounding furniture, surfaces (including glass, aluminum, wood, labels, signage, etc.), mechanical, electrical, computer hardware and other sensitive components from sanding dust, paint splatter, spills and/or overspray. Use sufficient drop cloths and coverings for the protection of floors, furnishings and adjacent surfaces. Company shall be responsible for providing and placement of barricades, drop cloths, tarps, plastic, flag tape and any other safety equipment required to protect the public and employees in the work area. Company shall be responsible for the security of its equipment and materials. SAFETY Provide a safe work environment in accordance with all local, state, Federal, and applicable OSHA regulations. Employees must wear OSHA required safety equipment while working. STAFFING REQUIREMENTS AND IDENTIFICATION OF COMPANY PERSONNEL The Company shall provide a sufficient work force and supervisory personnel to perform the specified services and to meet the requirements of the City. The City has the right to require any additional personnel that the City deems necessary to complete the Project. The City also has the right to require removal and replacement of any personnel deemed unsatisfactory by the City. Personnel shall maintain a neat and clean appearance, with identification clearly identifying the person and the name of their company. Shirts must be worn at all times, with shirt tails tucked in. Tank tops are not permitted. All personnel must wear high visibility safety vests that meet ANSI standards while working in vehicular traffic areas. PART II MINIMUM SPECIFICATIONS SCOPE OF SERVICES: The primary scope of work is for the STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES which includes, but is not limited to: 1. Public Works Operations Center Building - 12950 NW 42nd Avenue Opa-locka, FL 33054 • 31,489 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-locka Public Works Building. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof (lashings - Previously painted doors and door frames - Previously painted windows - The metal pole at the front entrance - Concrete Stairs and metal rail - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Metal Roll -Up Doors TBD Two Gutter and Downspouts TBD Two Concrete Stairs TBD Two Additional Services Surface Area Color Minimum Coats Installation/Replacement Proof Windows of HurricaneTBD Clean -Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 2. The Municipal Complex (City Hall Building) - 780 Fisherman Street Opa-locka, FL 33054 • 82,068 Sq. Ft. Four -Story Building We will be painting the exterior of the City of Opa-locka City Hall building. Surfaces to be painted include: - Stucco/Block Walls - Natural/Stained Overhangs - Fascia and Trim - Metal handrails at the front entrance - Previously painted doors and door frames - Previously painted windows - Gutters and downspouts - The metal pole on the front of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. GENERAL DESCRIPTION: Painting To - Soffit/Overhangs, Stucco/Block, Windows, Doors, Door Frames, Gutters, Downspouts, Fascia, Metal, Handrails, Post. INCLUDED DETAILS Surface Area Color Coats Stucco Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Gutters/Down Spouts TBD Two Fascia TBD Two Posts TBD Two Metal Railing TBD Two Additional Services Surface Area Color Minimum Coats Window Sealing TBD Clean Up To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is completed. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-Iocka and the Site Manager. 3. Sherbondy Village — 215 Perviz Avenue Opa-locka, FL 33054 • 40,826 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-locka Sherbondy Park Building. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof flashings - Previously painted doors and door frames (including those inside the building) - Previously painted windows - The metal pole at the front entrance - Metal rails - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD _ Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Gutter and Downspouts TBD Two Clean Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 4. Helen Miller Center — 2331 NW 143rd Street Opa-locka, FL 33054 • 11,015 Sq. Ft. Two -Story Building Specifications: We will be painting the exterior of the City of Opa-Locka Hellen B. Miller (Segal Park) and adjacent facilities. Surfaces to be painted include: - Stucco/Block Walls - Previously painted metal roof flashings - Previously painted doors and door frames (including those inside the building) - Previously painted windows - The metal pole at the front entrance - Metal rails - Gutters and downspouts - The metal roll -up door on the right side of the building - The metal pole on the right side of the building - The metal gates at the garbage area • Prep work will consist of a thorough pressure wash of all surfaces to be painted. Cracks and blisters in the stucco and areas where stucco is missing will be patched. • Surfaces should be scraped and sanded to remove loose and peeling paint to ensure proper adhesion. • New caulking will be applied at any previously caulked areas. • Any areas where stucco has been patched or areas where metal shows signs of rust will be spot -primed prior to painting. • Gutters, downspouts, wires, and conduits will be painted as part of the surfaces they are attached to. Surface Area Color Minimum Coats Stucco/Block TBD Two Windows TBD Two Doors TBD Two Door Frames TBD Two Fascia TBD Two Metal Post TBD Two Gutter and Downspouts TBD Two Clean Up: To be completed in full daily and upon job completion. Clean up shall consist of the property being presentable and fully clean before work is complete. All ladders down and stacked, tools and equipment are stored properly each evening in an acceptable safe location determined by the City of Opa-locka and the Site Manager. WARRANTY ON ALL WORK: All work shall be under warranty for two (2) years against blistering and peeling. 3.1 Proposal Requirements The proposal shall include the following: 1. Understanding of the Scope of Work. Describe your understanding of the work to be performed. 2. Experience and Qualifications of Firm. List similar projects successfully completed within the last five (5) years. 3. Key Personnel. Please provide the names and qualifications of the key personnel assigned to this contract. 4. References. Provide a list of references from the past and current clients within the last five (5) years. 5 Schedule. Contractor shall submit a timeline as to when each task will be completed 6. Fee Proposal. The fee proposal will be reviewed but is not the sole factor in the selection process. Submit documentation associated with the pricing of each task. PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Yz "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non -responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing masonry services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar services for governmental clients including at least two references 10 Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must 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 AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. RFP NO. 22-1213200 PROPOSER QUALIFICATIONS STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES 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. RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES PUBLIC WORKS OPERATIONS CENTER 12950 NW 42nd AVENUE, OPA-LOCKA, FL 33054 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 BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES THE MUNICIPAL COMPLEX (CITY HALL) 780 FISHERMAN STREET, OPA-LOCKA, FL 33054 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 BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES SHERBONDY VILLAGE 215 PERVIZ AVENUE, OPA-LOCKA, FL 33054 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 BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address RFP NO: 22-1213200 PRICE PROPOSAL FORM STUCCO AND EXTERIOR PAINTING OF FOUR (4) CITY OWNED FACILITIES HELEN L. MILLER CENTER 2331 NW 143rd STREET, OPA-LOCKA, FL 33054 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 BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed 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 CITY OF OPA-LOCKA RFP NO. 22-1213200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 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: 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. E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/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 of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: