Loading...
HomeMy Public PortalAboutResolution No. 23-011 - Resolution authorizing RFP for water, wastewater and stormwater rate studySponsored by: Interim City Manager RESOLUTION NO. 23-011 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR A QUALIFIED CONSULTANT TO PERFORM A WATER, WASTEWATER, AND STORMWATER RATE STUDY FOR THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, there is a need to update City of Opa-Locka's ("City") Water, Sewer and Stormwater rates to ensure that these Funds generate sufficient revenues to cover operating expenses as well as fund infrastructure improvements; and WHEREAS, the Interim City Manager recommends that the City Commission authorize the issuance of a Request For Proposals (RFP) to obtain consulting services to develop recommendations to ensure the financial well-being of said funds; and WHEREAS, the City previously observed a rate plan which recognized the need for increasing rates to ensure the Water -Sewer and Stormwater funds were capable of covering operating costs while also investing in infrastructure improvements. For the Water -Sewer Fund, in particular, this meant upgrading an older system with insufficient capacity for future city growth. For the Stormwater Fund, this meant installation of a storm drainage system in need of upgrades in several portions of the City; and WHEREAS, between October 1, 2015 and October 1, 2018, Water -Sewer rates were programmed to increase by Twenty -Six percent (26%) while Stormwater rates were programmed to increase by Two Hundred Fifty Eight percent (258%); and WHEREAS, in 2018, pursuant to Ordinance 18-13, due to a concern of increasing rates while the City and its residents were experiencing financial challenges, the City Commission rolled rates back to 2015, with the added provision that there would be no rate increases until a rate study was completed; and WHEREAS, consequently, the City is currently using Fiscal Year 2016 rates (effective October 1, 2015) to pay for Fiscal Year 2023 expenditures, which have grown significantly since Fiscal Year 2016; and Resolution No. 23-011 WHEREAS, additionally, for Fiscal Year 2023 the Water -Sewer Fund is budgeted for a loss of One Hundred Sixty -Four Thousand, Nineteen Dollars ($164,019.00). This includes no Water -Sewer infrastructure investment from this fund due to lack of available funds; and WHEREAS, the Stormwater Fund is in better financial condition with the Fiscal Year 2023 budget indicating that current year revenue is sufficient to cover operating expense while providing Four Hundred Fifty -Seven Thousand, Twenty - One Dollars ($457,021.00) for Stormwater infrastructure investment. However, with the City's storm drainage system requiring investment in the tens of millions of dollars range, to substantially mitigate citywide flooding, the ability of the Storm water Fund to contribute to these needs is insufficient; and WHEREAS, the City continues to upgrade both the Water -Sewer and Stormwater infrastructures with grants and loans, but these sources are not reliable and require City funding, in the form of grant matches or debt repayment. To have this funding available will require rate increases. Consequently, it is recommended that an RFP be issued to obtain a consultant to develop rate options for City Commission consideration; and WHEREAS, the Interim City Manager recommends that the City Commission approve the issuance of an RFP to obtain a rate consultant to prepare options for City Commission consideration in order to strengthen the financial health of the Water -Sewer and Stormwater Funds and further authorizes spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary; and WHEREAS, the Interim City Manager shall ensure that the RFP include a minimum of no less than two (2) community outreach and engagement events designed to encourage robust community discussion and participation; and WHEREAS, the City Commission finds it in the best interest of the City and its residents to authorize the Interim City Manager to issue an RFP for a qualified consultant to perform a Water, Wastewater and Stormwater Rate Study for the City and to further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: 2 Resolution No. 23-011 Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby authorizes the Interim City Manager to issue Request for Proposals (RFP), attached hereto as Exhibit "A", for provision of a qualified consultant to perform a Water, Wastewater and Stormwater Rate Study for the City and to further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary. Section 3. 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. 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 25th day of Jan ury, 20 TTEST: Joanna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burr eYette Ngfris-Weeks, P.A. City Attorney John ylor, ayor 3 Resolution No. 23-01 1 Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 4 City of Opa-loc➢ca Agenda Cover Menlo Department Director: Airia Austin Department Director Signature: drl, City Manager: Darvin Williams CM Signature: wei_ic./. Commission Meeting Date: 01/25/2023 Item Type: (EnterX in box) Resolution Ordinance Other Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 15r Reading 2nd Reading X public Hearing: g: (Enter X in box) Yes No Yes No X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (EnterXinbox) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: 0 EH Strategic Plan 04/Strategy: (llstthe specific objective/strategy this item will address) X MI IN OE El Sponsor Name City Manager Department: Ci City Manager Shu rt Title: A Resollution to issue an RFP to select a qualified consu➢tent to perform a Water, Wastewater, and Stormwater rate study Staff Summary: Issue / Recommendation: There is a need to update Water, Sewer and Stormwater rates to ensure these Funds generate sufficient revenue to cover operating expense as well as fund infrastructure improvement. Staff recommends the City Commission authorize the issuance of a Request For Proposal (RFP) to obtain consulting services to develop recommendations to ensure the financial well- being of these funds. History: The City previously had a rate plan which recognized the need for increasing rates to ensure the Water -Sewer and Stormwater funds were able to cover operating costs while also investing in infrastructure improvements. For the Water -Sewer Fund, this meant upgrading a very old system with insufficient capacity for a growing city. For the Stormwater Fund, this meant installation of a storm drainage system which was lacking in several portions of the City. Between October 1, 2015 and October 1, 2018, Water -Sewer rates were previously programmed to increase by 26% while Stormwater rates were programmed to increase by 258%. Due to a concern of increasing rates while the City and its residents were experiencing fmancial challenges, in 2018 the City Commission rolled rates back to 2015, with the added provision that there would be no rate increases until a rate study had been completed. (Ordinance 18-13) Consequently, the City is currently using FY 16 rates (effective October 1, 2015) to pay for FY 23 expenditures, which have grown significantly since FY 16. Consequently, for FY 23 the Water -Sewer Fund is budgeted for a loss $164,019. This includes no Water -Sewer infrastructure investment from this fund due to lack of available funds. The Stormwater Fund is in better financial condition with the FY 23 budget indicating that current year revenue is sufficient to cover operating expense while providing $457,021 for Stormwater infrastructure investment. However, with the City's storm drainage system requiring investment in the tens of millions of dollars range to substantially mitigate citywide flooding, the ability of the Stormwater Fund to contribute to these needs is insufficient. Current Activity: The City continues to upgrade both the Water -Sewer and Stormwater infrastructures with grants and loans, but these sources aren't reliably available and also require City funding, in the form of grant matches or debt repayment. To have this funding available will require rate increases. Consequently, it is recommended that an RFP be issued to obtain a consultant to develop rate options for the City Commission's consideration. Financial Impact: The immediate impact of the issuance of an RFP will be up to $3,000 in advertising cost to ensure this opportunity is made aware to the broadest possible range of potential bidders. This will be funded from the advertising account in the Non -Department Division. The long-term financial impact, subject to future City Commission approval, will be the implementation of rates that will permit the City to move forward more aggressively in making the necessary upgrades to its Water - Sewer and Stormwater infrastructures. Proposed Action: Staff recommends the City Commission approve the issuance of an RFP to obtain a rate consultant to prepare options for City Commission consideration to strengthen the financial health of the Water -Sewer and Stormwater Funds. Attachment: 1. Agenda 2. RFP City of Opa-locka Agenda Cover Memo Department Director: Bob Anathan Department Director Signature: City Manager: E. Williams Darvin E �/`-`�. CM Signature: bu'� ®, Commission Meeting Item Type: Resolution Ordinance Other Date: Jan 25, 2023 (EnterX in box) R Fiscal Impact: Yes Ordinance Reading: 1st Reading 2nd Reading (EnterX in box) No (EnterX in box) X Public Hearing: g: Yes No Yes No (Enter X in box) Funding Source: (Enter Fund & Dept) Advertising Requirement: Yes No Account#: Ex: (EnterX in box) Contract/P.O. Yes No RFP/RFQ/Bid#: Required: (EnterX in box) X Strategic Yes No Strategic Plan Priority Area: Strategic Plan 04/Strategy: Plan Related (EnterX in box) X Enhance Organizational 0 Bus. & Economic Dev • Public Safety III Quality of Education • Qual. Of Life & City Image MN Communication III (list the specific objective/strategy this item will address) Sponsor N Name City Manager Department: City Manager Short Title: RFP For An Agent of Record For General Liability, Cyber Liability, Auto Liability and Physical Damage, Property, and Workers Compensation Insurance Staff Summary: Issue / Recommendation,: Staff recommends the City Commission authorize the Interim City Manager to issue an RFP for an Agent of Record that will manage the process of identifying the best qualified insurance company to provide General Liability, Cyber Liability, Auto Liability and Physical Damage, Property and Workers Compensation insurance coverage for the City. History: The Florida Municipal Insurance Trust (FMIT) has provided insurance coverage for the City since 2002. FMIT provides excellent customer service and provides a wide range of proactive services designed to assist its clients in reducing their insurable losses. City of Opa-locka RFP NO: 23- X REQUEST FOR PROPOSAL (RFP) WATER, WASTEWATER, AND STORMWATER RATE STUDY CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 23-XXXXXXX WATER, WASTEWATER, AND STORMWATER RATE STUDY Sealed Proposals for the Water, Wastewater, and Stormwater Rate Study 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, Friday, February 10, 2023 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 eight (8) copies for a total of nine (9) 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 Water, Wastewater, and Stormwater Rate Study. 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: 23-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, January 26, 2023 at 10:00 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/j/4638013145?pwd=UGFpTmFpbE52c2dOZnBTenB4Z21HZz09 Meeting ID: 463 801 3145 Passcode: 780334 One tap mobile +13126266799„4638013145#,,,,*780334# US (Chicago) +16465588656„4638013145#„„*780334# US (New York) Dial by your location +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 301 715 8592 US (Washington DC) +1 346 248 7799 US (Houston) +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) Find your local number: https://us02web.zoom.us/u/k1HRpbFTd Joanna Flores, CMC City Clerk 3 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. 6 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. 8 SECTION 1. GENERAL SCOPE STATEMENT Scope of Services The first task will be to conduct a comprehensive water, wastewater, and stormwater rate study. Respondent should be able to conduct a detailed utility rate study providing justifiable and equitable methodologies for appropriate user fees that are adequate to fully fund the expenses associated with utility system operations (including General Fund Administration), Renewal & Replacement and capital improvements through Fiscal Year ending September 2033. The scope of services for the water, wastewater, and stormwater rate study is as follows: 1. Revenue Sufficiency Analysis - Conduct a five (5) year revenue sufficiency analysis, including the development of a projection of water, wastewater, and stormwater rate revenue requirements and required water, wastewater, and stormwater rate revenue increases that are needed in each year of the projection period to fund all water, wastewater, and stormwater system requirements, including capital expenditures. 2. Specific Rates - Develop specific water, wastewater, and stormwater rates to meet the City's rate policy objectives, comply with generally accepted rate making practices and provide the required water, wastewater, and stormwater rate revenues identified in the revenue sufficiency analysis of Item 1. 3. Customer Impact Analysis - Perform an analysis of the impact of proposed water, wastewater, and stormwater rates upon the customers of the system(s). 4. Comparative Rate Survey - Prepare a comparative analysis of the impact of the City's current and proposed water, wastewater, and stormwater rates upon typical customers' monthly bills to other utilities in the Miami -Dade County region. 5. Rate Resolution/Ordinance - Assist in the development of water, wastewater, and stormwater rate resolutions and/or ordinances to enact the proposed rates, assuming adoption by the City. 6. Commission Workshop/Hearings - Attend no less than two (2) community outreach and engagement events designed to encourage robust community discussion and participation for adoption of water, wastewater, and stormwater rates. Submission Requirements Respondents should provide the following: 1. Qualifications - A statement of its qualifications to provide water, wastewater, and stormwater rate studies and related services in accordance with the specific tasks listed in Section 2. 2. Project Team - Identification of the specific consultants to be assigned to this project, their roles, a summary of their individual qualifications and experience, and detailed resumes for each. 10 Operational Opportunities: Specifically, the Consultant shall perform the following: • Compare and contrast the City's operational revenues/costs with other municipal/county operations (preferably Florida) of comparative size and treatment levels/processes to identify areas for potential improvement. • The Consultant shall review and compare the prevailing rates and charges of neighboring and/or similar utilities, review operating costs in relations to revenue for unusual trends. • Prepare an itemized list, with associated dollars so identified, of opportunities for revenue enhancement Key Assumptions: Specifically, the Consultant shall provide a formal listing of key assumptions (or policies) to be applied to the utility rate study. The assumptions shall be reviewed, modified (if necessary) and applied upon receipt of the City's concurrence. Reporting: The Consultant shall present the findings in the rate study final report in a clear and concise manner. Revenue enhancement opportunities shall be thoroughly described including the means and methods for their capture. The report should include detailed recommendations for changes, if any, to current practices and/or procedures to improve water, wastewater, sanitation, and stormwater financial self-sufficiency. The Consultant shall provide a schedule for timely and coordinated execution of all essential aspects of the report per the Time Schedule set forth in Section 5 below. The City has an adopted financial policy that enterprise funds are self-supporting. The City seeks to establish water, wastewater, and stormwater rates that cover the true cost of providing water, wastewater, and stormwater service to customers, maintains positive working capital and positive cash balances as well as meets debt service requirements, O&M costs, R&R costs and capital improvements needs. In doing so, the proposed rate structure shall ensure an equitable effect of all charges on future and current users. The Consultant shall also continue the City's commitment to a water rate structure that encourages water conservation. The Consultant is to present three alternatives (based on variations in inputs: R&R, etc.) displaying water, wastewater, and stormwater rate structures sufficient to meet the City's financial responsibilities through September 2033, to include any alternative revenue enhancements. The Consultant shall provide net operating statements for the water, wastewater, and stormwater functions through September 2033 applying the City's current budget format. The net operating statements shall reflect the debt covenant ratio and any adjustments needed to derive said ratio. The Consultant shall provide cash positions at the end of each fiscal year. These are minimum requirements; the City is willing to entertain other options. General Issues for Consideration: The Consultant shall include the following criteria in preparation of the rate study. • Bond Compliance in Accordance with the Capital Improvement Revenue Note, Series 2006 • Establishment of an Enterprise Fund Standard (self-supporting) • Continuance of Current Watering Restrictions Specific Issues for Consideration: The Consultant shall develop a utility rate model by addressing, at a minimum, the following requirements. • Refinement of Current Monthly Base Charge, Customer Charge Unit Charge and Tiered Block Structure within water conservation rate structures per DEP rules and the City's Water Use Permit • Merits of Consumer Price Index (CPI) Rate Adjustments 12 It is anticipated that a final decision on the firm to be selected will be made on June 6, 2016. All Proposers will subsequently be contacted and advised of the Commission decision. Upon award, the Consultant and the City shall be deemed to have entered into the Agreement for Consultant Services, attached as Appendix B. This document establishes the contract that will be created upon award and should be thoroughly understood prior to submission of a proposal in response to this RFP. SECTION 6. COST OR PRICE SUMMARY Respondent shall complete and submit a fee proposal as provided for in Section 7, Part E of this RFP. SECTION 7. PROPOSAL REQUIREMENTS Proposals shall be based on the above scope of services. Any modifications to or deviations from the scope of services shall be specifically stated in the response. Please review this Request for Proposal carefully to ensure your understanding of all City requirements prior to developing your proposal. Please submit the following information in your proposal (in the order shown below) to assist in the selection process. Part A. A summary of your firm's proposed work plan, approaches to the project, and understanding of the project requirements. Part B. Why your firm is best qualified to provide the desired services. Part C. An exhibit showing the individuals comprising the project team. In conjunction with this, please provide a listing of similar projects handled by this project team. Provide at least three (3) recent client references, including name of jurisdiction, name of contact and telephone number. Part D. An exhibit showing your firm's ability to comply with the Time Schedule. If you cannot meet the Time Schedule, identify the time required to complete the work outlined in this RFP. Part E. Fee proposal for performance of the services requested by this RFP. The City does not intend that fee proposals submitted for this solicitation will be the total and final fee for this project, nor does the City intend this to be a bidding situation for professional services. The City understands that adjustments in the scope of services may be required. The City does intend that a fee proposal submitted as a result of this solicitation will be considered as part of the basis for selection of a Consultant but may choose, in its sole and absolute discretion to negotiate fees with the successful Respondent. The fee proposal should include not -to -exceed costs for the study and should include all travel, food, and lodging costs, and other out-of- pocket costs, as these will not be reimbursed separately. Part F. Any modifications in the City's scope or project emphasis that would, in your professional judgment, better serve the intent of the project. 14 SECTION C GENERAL CONDITIONS Respondents are required to submit proposals upon the conditions expressed in these instructions. In the case of a conflict between these General Conditions and the specific conditions set forth in Section [B], the specific conditions shall control. The provisions of this RFP will be incorporated into any resulting contract as if every detail of the RFP Documents were stated therein. The RFP Documents shall constitute all documents released by the City as a part of this RFP, including any addenda released following the initial issuance of this RFP. 1. RESPONDENT'S ABILITY: It is the intent of the City to award a contract for this work to a Respondent whose experience, skill, and financial resources are fully equal to the task of prosecuting the work in a rapid and satisfactory manner, and successfully completing it within the time limit set. Upon request by the City, any Respondent shall be prepared to submit an attested statement of his ability, financial status, and history. 2. PROHIBITED INTERESTS No Member of or Delegate to Congress, City Commissioner, or City Employee shall be permitted any share or benefit that may arise from this RFP. No official, employee, architect, attorney, engineer, or inspector authorized by the City to exercise any legislative, executive, supervisory, or other similar functions in connection with this RFP, shall become directly or indirectly interested personally in this RFP, or the resulting contract or in any part thereof, or to any subcontract, insurance contract, or any other contract pertaining to the services sought by this RFP. 3. RESPONDENT'S OBLIGATION OF EXAMINATION All of the conditions known to affect the performance of the work have been described in the RFP Documents. Upon written request within the time period for questions, additional information pertaining to existing conditions in the possession of the City will be provided to the Respondents. However, this information is furnished as a service and the correctness of such information is not guaranteed as to accuracy and completeness. Respondents are required to examine the RFP Documents and any other information that may be on file in the offices of the City. No ignorance of conditions that may exist, or of conditions or difficulties that may be encountered under this RFP, as a result of a failure to make the necessary examinations and investigations, will be accepted as an excuse for any failure or omission on the part of the Respondent to fulfill in every detail all the requirements of the RFP Documents, or will be accepted as a basis for any claims whatsoever for extra compensation. 4. BASIS UPON WHICH PROPOSALS ARE SOLICITED AND AWARDED Proposals are solicited on the basis of the evaluation criteria set forth in Appendix A to this RFP. Award of the contract will be to the Respondent who has submitted the most responsive and responsible proposal as determined by City staff and City Commission. The City's decision will be final. The City reserves the right to informally negotiate certain points of the final contract with a qualified Respondent. 5. LAWS TO BE OBSERVED The act of submitting a proposal in response to this RFP shall constitute an agreement by the Respondent that it has made itself familiar with, and shall at all times observe and comply with, federal, state, and local 16 of each Respondent, prior to submitting a response, to contact the City of Opa-locka's Clerk office (305- 953-2868 Ext 1101) to determine if addenda were issued and to make such addenda part of the response. 10. INSURANCE REQUIREMENTS A. General As part of its proposal, the Respondent shall provide evidence of the following described insurance. These insurance requirements shall not limit the liability of the Respondent. The City does not represent these types or amounts of insurance to be sufficient or adequate to protect the Respondent's interests or liabilities, but are merely minimums. If requested by the City, the Respondent shall furnish complete copies of the Respondent's insurance policies, forms and endorsements. Except for workers' compensation, the Respondent's insurance policies shall be endorsed to name the City as an additional insured to the extent of the City's interests arising from this contract or agreement. The Respondent's deductibles/self-insured retention shall be disclosed and may be disapproved by the City. They shall be reduced or eliminated at the option of the City. The Respondent is responsible for the amount of any deductible or self -insured retention. Submitting certificates or other documentation of insurance or policies or copies of policies which indicate less coverage than required does not constitute a waiver or alternation of the minimum required amounts set forth below. B. Coverage and Limits: 1. Commercial General Liability Respondent shall maintain Commercial General Liability insurance with minimum limits of $1,000,000 per claim and $1,000,000 per occurrence, written on an occurrence basis. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have a minimum rating of "A -"as assigned by AM Best. The City shall be named as an additional insured on such policy(ies) and shall be given thirty (30) days' written notice of cancellation, non - renewal, or adverse change to any policies. Respondent shall, at the request of the City, provide an indication of the amount of claims payments or reserves chargeable to the aggregate amount of liability coverage. Coverage A shall include premises, operations, products and completed operations, independent vendors, contractual liability covering this agreement or contract, and broad form property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. 2. Business Auto Liability Respondent shall maintain Business Auto Liability insurance with minimum limits of $500,000 per claim and $500,000 per occurrence, written on a [claims/occurrence] basis. All insurance policies 18 APPENDIX A WATER, WASTEWATER AND STORMWATER RATE STUDY EVALUATION CRITERIA The criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Consultant in public sector utility ratemaking ability to meet the defined scope of work (minimum of 5 years of experience) 30 Qualifications of the Project Team 30 Project approach, methodology and satisfactory schedule for completion 20 References: five (5) required 10 Cost of proposal 10 20 A. The Consultant shall provide rate study and consultant services in accordance with the specification and scope set forth in the RFP (the "Services"). Consultant represents and warrants that it has read the specification for the Services and understands them. The Consultant shall commence work on the Services immediately upon written request from the City and shall complete the Services in accordance with the time schedule set forth in the Contract Documents or, for additional projects in addition to the rate study set forth in the Contract Documents as provided in the written task order from the City. B. The relationship of the Consultant to the City is an independent contractor providing the Services, and the Consultant shall provide the Services in accordance with professional standard of care. No employer/employee relationships shall be deemed to be established and the Consultant, its agents, and employees shall be independent contractors at all times. C. The Consultant shall be responsible for the professional quality, accuracy, timely completion, and compliance with regulations, codes and rules for the Services. If the City determines there are any errors, omissions or other deficiencies in the Consultant's reports and other services, the Consultant shall, without additional compensation, correct or revise said errors or omissions to the satisfaction of the City. D. Acceptance by the City shall not in any way relieve the Consultant of responsibility for the accuracy of its work. The City's review, approval or acceptance of, or payment for, any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. E. The Consultant shall be solely responsible for compliance with all federal, state, county, and local laws, rules and/or regulations, and lawful orders of public authorities including those set forth in this Agreement and that, in any manner, could bear on the Services and the Contract Documents including, but not limited to all rules and regulations related to safety and compliance therewith. Omission of any applicable laws, ordinances, rules, regulations, standards or orders by the City in the Contract Documents shall not relieve the Consultant of its obligations to comply with all laws fully and completely. Upon request, the Consultant shall furnish certificates of compliance with all such laws, orders and regulations to the City. The Consultant shall be responsible for obtaining all necessary permits and licenses required for performance and completion of the Services. F. This Agreement is not exclusive. The City specifically reserves the right to contract with other entities for the Services described in the Contract Documents or for similar services if it deems, in its sole discretion, such action to be in the City's best interest. G. The City will provide information, data and other City documents relating to the Services, including information relating to the current and past billing rates, cycles, procedures, etc. associated with water, wastewater, and stormwater management, which is in the possession and control of the City. Information for any additional tasks will be set forth in each respective 22 A. The terms and provisions of the Contract Documents shall be binding upon the Parties, their respective partners, successors, heirs, executors, administrators, assigns and legal representatives. However, the rights and obligations of the Consultant may not be transferred, assigned, sublet, mortgaged, pledged or otherwise disposed of or encumbered in any way without the City's prior written consent. The City may subcontract a portion of its obligations to other firms or parties but only after having first obtained the written approval of the subcontractor by the City. If Consultant's assignee or subcontractor fails to perform in accordance with the terms of its assignment or subcontract, Consultant shall complete or pay to have completed the work which the assignee or subcontractor failed to complete at no additional cost to the City. Additionally, in the event of any breach or noncompliance by any of Consultant's assignee(s) or subcontractor(s), Consultant shall be directly and wholly responsible for any such breach or noncompliance and shall bear all attributable costs. B. Unless otherwise stated in the Consultant's Response, the Consultant agrees to make the prices in the Consultant's Response available to any other governmental entity, should any such governmental entity desire to purchase under the terms and conditions of the Contract Documents. For purposes of this section, "governmental entity" shall mean all State of Florida agencies, the legislative and judicial branches, political subdivisions, counties, school boards, community colleges, municipalities, transit authorities, special districts, or other public agencies or authorities. VIII. DELAY IN PERFORMANCE/FORCE MAJEURE A. The timely receipt of the Services and all deliverables to the City is essential. If the Services and all deliverables associate therewith are not received on time, the City may cancel the unfilled portion of this Agreement for cause, purchase substitute requirements elsewhere, and recover from the City any increased costs and damages thereby incurred by it. B. The Consultant shall only be entitled to a reasonable extension of time from the City for the delays resulting from damage to the Consultant's property caused by fire, lightning, earthquakes, tornadoes, and other extreme weather conditions, power failures, riots, acts of war, strikes or lockouts beyond the control of the Consultant ("Force Majeure"). Any delay other than one caused by Force Majeure or as set forth in Section VIII(C) below shall constitute a breach of the Consultant's obligations under the Contract Documents. C. The City may, in its sole discretion, extend the time for completion for a determined number of days of excusable delay. A delay is unavoidable only if the delay was not reasonably expected to occur in connection with or during the Consultant's performance; was not caused directly or substantially by negligent errors, omissions, or mistakes of the Consultant, its subcontractors, or its suppliers or their agents; was substantial; and, in fact, caused the Consultant to miss delivery dates and could not adequately have been guarded against. The Consultant shall not be entitled to any claim for damages on account of hindrances or delays in the work from any cause whatsoever, including any delays or hindrances caused by the City. This paragraph shall include, but not be limited to, any actions which result in delays in scheduling, substantial changes in scope of the Services or increases in the costs of performing the work under the Contract Documents. The Consultant will notify the City as soon as the Consultant has, or should have, knowledge that an event has occurred which will delay completion of the Services. Within five (5) working days, the Consultant will confirm such notice in writing, furnishing as much detail 24 insurance as specified therein. The Consultant shall maintain such insurance throughout the entire Contract Term and any Renewal Terms. XI. INDEMNIFICATION A. The Parties recognize that Consultant is an independent contractor. Consultant agrees to assume liability for and indemnify, hold harmless, and defend the City, its commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorneys' fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance, nonperformance, or enforcement of this Agreement, or resulting from activities in any way connected to this Agreement, whether or not due to or caused by the negligence of the City, its commissioners, mayor, officers, employees, agents and attorneys. Consultant's liability hereunder shall include all attorneys' fees and costs incurred by the City, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of Respondent against the City, and Consultant hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. The obligations contained in this provision shall survive the termination of this Agreement, however terminated, and shall not be limited by any amount of insurance required to be obtained or maintained under this Agreement. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability the City may be entitled to under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. B. Subject to the limitations set forth is this provision, the Consultant shall assume control of the defense of any claim asserted by a third party against the City arising from or in any way related to this Agreement and, in connection with such defenses, shall appoint lead counsel, in each case at the Consultant's expense. The Consultant shall have the right, at its option, to participate in the defense of any third -party claim, without relieving the Consultant of any of its obligations hereunder. If the Consultant assumes control of the defense of any third -party claim in accordance with this paragraph, the Consultant shall obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding anything to the contrary in this provision, the Consultant shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by the City and all expenses including experts' fees, if (i) an adverse determination with respect to the third party claim would, in the good faith judgment of the City, be detrimental in any material respect of the City's reputation; (ii) the third party claim seeks an injunction or equitable relief against the City; or (iii) the Consultant has failed or is failing to prosecute or defend vigorously the third party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third -party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith. X. ATTORNEYS' FEES In the event of legal action or other proceeding arising under this Agreement, the City shall be entitled to recover from Consultant all its reasonable attorneys' fees and costs incurred by the City in the prosecution or defense of such action, or in any post -judgment or collection proceedings and whether incurred before suit, at the trial level or at the appellate level. This shall include any bankruptcy proceedings. The City also shall be entitled to recover any reasonable attorneys' fees and costs incurred in litigating the entitlement to attorneys' fees and costs, as well as in determining the amount of attorneys' fees and costs due to the City. The reasonable costs to which the City will be entitled include costs that are taxable under any applicable 26 Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. D. Severability. If any one or more provisions of the Contract Documents shall be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions hereof shall not in any way be affected or impaired thereby and the Contract Documents shall be treated as though the invalidated portion(s) had never been a part thereof. E. Waiver. No waiver of any default or failure to perform shall be valid unless set forth in writing by the waiving party and shall not constitute a waiver of any other default or failure to perform under the Contract Documents, or of any rights or remedies to which either Party may be entitled to on account of any such default or failure to perform. F. Controlling Law and Venue. The Contract Documents shall be construed by and controlled under the laws of the State of Florida. The Parties consent to jurisdiction over them and agree that venue for any state action arising under this Agreement shall lie solely in the courts located in Miami -Dade County, Florida and for any federal action shall lie solely in the United States District Court, Middle District of Florida, Miami Division. G. No Third Party Beneficiaries. This Agreement is entered into solely for the benefit of the Parties and the Contract Documents shall not be construed as a benefit to any third parties, including but not limited to the general public, constituents or citizens of the City, nor shall it be construed as enforceable by any third parties. H. Heading and Section References. The headings and section references in this Agreement are inserted only for the purpose of convenience and shall not be construed to expand or limit the provisions contained in such sections. I. Authorization. The Parties represent and warrant that each are authorized to enter into this Agreement without the consent and joinder of any other party and that the individuals executing this Agreement have full power and authority to bind their respective party to the terms hereof. J. Entire Agreements. The Contract Documents constitutes the entire agreement between the Parties as to the subject matter hereof and supersedes all previous written or oral negotiations, agreements, bids, and/or understandings. There are no understandings, representation, warranties, or agreements with respect to the subject matter hereof unless set forth explicitly in the Contract Documents. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date. CITY OF OPA-LOCKA CONSULTANT By: Print Name: Title: By: Print Name: Title: 28 APPENDIX C CITY OF OPA-LOCKA, FLORIDA PROPOSAL FORM UTILITY RATE STUDY SERVICES RFP NO. 2023-01 Firm Name Home Office Address City, State Telephone Number Address: Branch office servicing City of Opa-locka (other than above) Name, Title & Telephone No. of Contact Representative for City The undersigned attests to his (her, their) authority to submit this Proposal and to bind the firm herein named to perform as per contract, if the firm is awarded the contract by the City. Signature Witness Signature Typed Name & Title of Above Signer Witness Signature 30 partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under the arm's length agreement, shall be a prima facie case that one (1) person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or any entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of the entity. 6. Based upon information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement (indicate which statement applies). Neither the entity submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of this entity nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement or one (1) or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of this entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting the sworn statement or one (1) or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of this entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Office of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THE PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDER YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature Sworn to and subscribed before me this day of, 20 Personally known Or produced identification Notary Public - State of My Commission expires (Printed, typed or stamped commissioned name of Notary Public) 32 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 34 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 Consultant in public sector utility ratemaldng ability to meet the defined scope of work (minimum of 5 years of experience) 30 Qualifications of the Project Team 30 Project approach, methodology and satisfactory schedule for completion 20 References: five (5) required 10 Cost of proposal 10 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 36 RFP NO. 23-XXXXXXX PROPOSER QUALIFICATIONS WATER, WASTEWATER AND STORMWATER RATE STUDY 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 ensure 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. 38 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. 40 CITY OF OPA-LOCKA RFP NO.23-XXXXXXX DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 42 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: 44 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: 46