HomeMy Public PortalAbout12-8372 Street Sweeper Sponsored by: City Manager
Resolution No. 12-8372
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA TO AUTHORIZE THE CITY MANAGER TO ISSUE A
REQUEST FOR PROPOSALS (RFP) TO LEASE-PURCHASE AN
EFFICIENT MECHANICAL STREET SWEEPER CAPABLE OF
HANDLING HEAVY CONSTRUCTION DEBRIS OR LIGHT STREET
MAINTENANCE,PAYABLE FROM ACCOUNT NUMBER 43-538640;
PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING
FOR AN EFFECTIVE DATE
WHEREAS the lease-purchase of a mechanical street sweeper will provide support in the
proper maintenance and cleanliness of all roads and streets in the City of Opa-locka,and reduce the
maintenance cost of the City's Storm Water System; and
WHEREAS, the Request for Proposals will be for the lease-purchase of an efficient
mechanical street sweeper of a commercial chassis with full dual controls, single engine design,
capable of handling heavy construction debris or light street maintenance; and
WHEREAS,the City of Commission of the City of Opa-locka desires to lease-purchase an
efficient mechanical street sweeper, cost dependent on responses from the RFP, to be allocated
from Account#43-538640, Storm Water Management Machinery& Equipment.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka,hereby authorizes the City
Manager to issue a Request for Proposals (RFP) to lease-purchase an efficient mechanical street
sweeper of a commercial chassis,with full dual controls,single engine design,capable of handling
heavy construction debris or light street maintenance, to be payable from Account Number 43-
538640.
Resolution No. 12-8372
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 28th day of March, 2012.
YRA TAYLOR
MAYOR
Attest to:
Gw •
Joanna Flores
nterim City Clerk
Appr•ved a• to fo an. leg; fficiency:
SIif
, it
Jos:. S. el er
Ci , Att., ey
Moved by: VICE MAYOR JOHNSON
Seconded by: COMMISSIONER MILLER
Commission Vote: 5-0
Commissioner Holmes: YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
0 ....._
0 4.00-0,
f 09
y 0
m
A„oUEV
R
City of Opa-Locka
Agenda Cover Memo
Commission Meeting 3/28/2012 Item Type: Resolution Ordinance Other
Date: X
(EnterX in box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(Enter X in box) Yes No (Enter X in box)
X Public Hearing: Yes No Yes No
(EnterX in box) X X
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
450:50-Storm Water (EnterX in box) X
Account#43-538640 Mgmnt,Machinery&
Equipment
Contract/P.O.Required: Yes No RFP/RFQ/Bid#: RFP#is Required Before
(EnterXin box) X Advertisement(To Be Assigned)
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(Enter X in box) X specific objective/strategy this item will address)
Enhance Organizational p
Bus.&Economic Dev p 1. Will help keep the City clean.
Public Safety - 2. Will be used for MS4 permit
Quality of Education 0 Compliance with the State of
Qual.of Life&City Image •• Florida.
Communcation O
Sponsor Name City Manager Department: Public Works
Short Title:
REQUEST FOR PROPOSALS (RFP) LEASE PURCHASE MECHANICAL STREET SWEEPER
Staff Summary:
The purpose of this request for proposal (RFP) is to lease purchase efficient mechanical street sweeper on a
commercial chassis with fully dualized controls and a single engine design usable in heavy construction
debris or light street maintenance to keep the city clean and also to use for MS4 permit compliance with the
State of Florida.
Proposed Action:
Staff recommends approval in order to keep the city clean.
Attachment:
1. RFP Advertisement Request
04 O off\
IV' 0'
..ORA(>RPt EO
Memorandum
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timoth Holmes
Commissioner ' : ydus
Commis 'oner Gail Miller
FROM: Bryan K ie, City Manager
DATE• ��h 1 21 2
DATE: c 6,
RE: Request for Proposals(RFP)to Lease Purchase Mechanical Street Sweeper
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,
FLORIDA,AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR
PROPOSAL(RFP)TO LEASE PURCHASE MECHANICAL STREET SWEEPER
TO THE CITY FROM RESPONSIVE VENDORS.
Description: The purpose of this request for proposal is to lease purchase efficient mechanical street
sweeper on a commercial chassis with fully dualized controls and a single engine design usable in heavy
construction debris or light street maintenance to keep the city clean.
Account Number: #43-538640, Storm Water Management Machinery &Equipment
Financial Impact: The cost to lease purchase street sweeper is unknown as the actual cost is dependent
on the responses to the RFP.
Implementation Time Line: As soon as possible.
Legislative History: None
Recommendation(s): Staff recommends approval in order to keep the city clean.
Analysis: Street sweeper will be used for the proper maintenance of all the roads and streets in the city.
The street sweeping is highly recommended nonstructural Best Management Practices (BMPs) by Florida
Department of Environmental Protection Agency to keep the city in compliance with Municipal Separate
Storm Sewer System (MS4) permit with the State of Florida. The use of street sweeper will reduce the
maintenance cost of the City's storm water system.
ATTACHMENT(S): Copy of RFP.
PREPARED BY: Mohammad Nasir, PE,Interim Director,Public Works &Utilities Dept.
END OF MEMORANDUM
City of Opa-locka
44k
Ihe O '4�
O
,„s, iiall
he 0
.....A
0.
g r s
`pia 1l
10 1
xs v
04 ��
AO Al. �O
R
RFP NO: 11-XXXXXXX
REQUEST FOR PROPOSAL
LEASE PURCHASE MECHANICAL STREET SWEEPER
1
RFP—Lease Purchase Mechanical Street Sweeper
�pp"�Oek4\ CITY OF OPA-LOCKA
c
a Advertisement for Request for Proposals
t
2-
pORAt6%
RFP NO: 11-XXXXXXX
Lease Purchase Mechanical Street Sweeper
Proposals for mechanical street sweeper will be received by the City of Opa-Locka at
the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054,
XXXXxxxxx, 2012 by 1:00 p.m. Any proposals received after the designated closing
time will be returned unopened.
The purpose of this Request for Proposals is to lease purchase efficient mechanical
street sweeper on a commercial chassis with fully dualized controls and a single engine
design usable in heavy construction debris or light street maintenance.
An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD's in
PDF format of the proposal shall be submitted in sealed envelopes/packages addressed
to Joanna Flores, Interim City Clerk, City of Opa-Locka, Florida, and marked
Mechanical Street Sweeper. Proposers desiring information for use in preparing
proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman
Street, 4th Floor, Opa-Locka, Florida 33054, Telephone (305) 953-2800 or copies of the
RFP NO: 11- XXXXXXX requirements may also be obtained by visiting the City's
website at www.opalockafl.gov, (click "RFQ /PROPOSALS" located on the right hand
side of the screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the
contract to that proposer whose proposal best complies with the RFP NO: 11-
XXXXXXX requirements. Proposers may not withdraw their proposal for a period of
ninety (90) days from the date set for the opening thereof.
Joanna Flores, CMC
Interim City Clerk
Dated: Published:
2
RFP—Lease Purchase Mechanical Street Sweeper
1.INTRODUCTION
1.1. PURPOSE
The purpose of this Request for Proposals is to lease purchase efficient mechanical
street sweeper on a commercial chassis with fully dualized controls and a single engine
design usable in heavy construction debris or light street maintenance.
1.2. DEFINITIONS
In this RFP the following definitions shall apply:
"City" means the City of Opa-locka;
"City Representative" has the meaning set out in section 2.6;
"City Website" means www.Opa-lockafl.gov
"Closing Time" has the meaning set out in section 2.1;
"Contract" means a formal written contract between the City and a Preferred Proponent to
undertake the Services, the preferred form of which is attached as Schedule B;
"Evaluation Team" means the team appointed by the City;
"Information Meeting" has the meaning set out in section 2.2;
"Preferred Proponent(s)" means the Proponent(s) selected by the Evaluation Team to enter
into negotiations for a Contract;
"Proponent" means an entity that submits a Proposal;
"Proposal" means a proposal submitted in response to this RFP;
"RFP" means this Request for Proposals;
"Services" has the meaning of any and all construction and administration work necessary to
complete this project
"Site" means the place or places where the Services are to be performed; and
"Statement of Departures" means Schedule C-1 to the form of Proposal attached as
3
RFP—Lease Purchase Mechanical Street Sweeper
2. PROPOSAL SCHEDULE
Closing Time and Address For Proposal Delivery
Proposals must be received by the office of:
Office of the City Clerk
780 Fisherman 4Th Floor
Opa-locka, Florida 33054
CONFIDENTIAL— DO NOT OPEN
Proposal Closing Date &Time: at 1:00 P.M. (local time).
Submissions by fax [or email] will not be accepted.
2.1. INFORMATION MEETING
An information meeting (pre-proposal meeting) will be hosted by the City Representative to
discuss the City's requirements under this RFP (the "Information Meeting") at City Hall, 780
Fisherman Street, second Floor, Opa-locka Florida,33054. Attendance is mandatory for all
Proponents, Any proposal received that was not represented during the Information Meeting shall
be disqualified Number of Copies
Proponents should submit the original plus six hard copies (seven in total) of their Proposals.
2.2. LATE PROPOSALS
Proposals received after the Closing Time will not be accepted or considered. Delays caused
by any delivery, courier or mail service(s) will not be grounds for an extension of the Closing
Time.
2.3. AMENDMENTS TO PROPOSALS
Proposals may be revised by written amendment, delivered to the location set out above, at any
time before the Closing Time but not after. An amendment must be signed by an authorized
signatory of the Proponent in the same manner as provided in the original proposals.
All inquiries related to this RFP should be directed in writing, via fax or e-mail to the person
named below (the "City Representative"). Information obtained from any person or source
other than the City Representative may not be relied upon.
Rose McKay
Purchasing Officer
City of Opa-locka
4
RFP—Lease Purchase Mechanical Street Sweeper
Inquiries should be made no later than 7 days before Closing Time. The City reserves the right
not to respond to inquiries made within 7 days of the Closing Time. Inquiries and responses will
be recorded and may be distributed to all Proponents at the discretion of the City.
Proponents finding discrepancies or omissions in the Contract or RFP, or having doubts as to
the meaning or intent of any provision, should immediately notify the City Representative. If the
City determines that an amendment is required to this RFP, the City Representative will issue
an addendum. No oral conversation will affect or modify the terms of this RFP or may be relied
upon by any Proponent.
2.4. ADDENDA
If the City determines that an amendment is required to this RFP, the City Representative will
post a written addendum on the City Website at www.Opa-lockafl.gov (the "City Website") and
upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is
effective unless it is posted in a formal written addendum on the City Website. Upon submitting
a Proposal, Proponents will be deemed to have received notice of all addenda that are posted
on the City Website.
2.5. EXAMINATION OF CONTRACT DOCUMENTS
Proponents will be deemed to have carefully examined the RFP prior to preparing and
submitting a Proposal with respect to any and all facts which may influence a Proposal.
2.6. OPENING OF PROPOSALS
The City intends to open Proposals in private but reserves the right to open Proposals in public
at its sole discretion.
2.7. STATUS INQUIRIES
All inquiries related to the status of this RFP, including whether or not a Contract has been
awarded, should be directed to the City Website and not to the City Representative.
3. PROPOSAL SUBMISSION FORM AND CONTENTS
3.1. PACKAGE
Proposals should be in a sealed package, marked on the outside with the Proponent's name,
title of the Project and reference number.
3.2. SIGNATURE
The legal name of the person or firm submitting the Proposal should be inserted in Schedule C.
The Proposal should be signed by a person authorized to sign on behalf of the Proponent and
include the following:
(a) If the Proponent is a corporation then the full name of the corporation should be
included, together with the names of authorized signatories. The Proposal should be executed
by all of the authorized signatories or by one or more of them provided that a copy of the
5
RFP—Lease Purchase Mechanical Street Sweeper
corporate resolution authorizing those persons to execute the Proposal on behalf of the
corporation is submitted;
(b) If the Proponent is a partnership or joint venture then the name of the partnership or joint
venture and the name of each partner or joint venturer should be included, and each partner or
joint venturer should sign personally (or, if one or more person(s) have signing authority for the
partnership or joint venture, the partnership or joint venture should provide evidence to the
satisfaction of the City that the person(s) signing have signing authority for the partnership or
joint venture). If a partner or joint venturer is a corporation then such corporation should sign as
indicated in subsection (a) above; or
(c) If the Proponent is an individual, including a sole proprietorship, the name of the
individual should be included.
4. EVALUATION AND SELECTION
4.1. EVALUATION TEAM
The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation Team.
The Evaluation Team may consult with others including City staff members, third party
consultants and references, as the Evaluation Team may in its discretion decide is required.
The Evaluation Team will give a written recommendation for the selection of a Preferred
Proponent or Preferred Proponents to the City.
4.2. EVALUATION CRITERIA
The Evaluation Team will compare and evaluate all Proposals in order to determine the
Proposal which is most advantageous to the City, using the following criteria:
(a) Proponent's price proposal in terms of accuracy, completeness, value, local
market and substantiated industry standards.
(b) The proposal must include lease purchase terms and conditions.
(c) The street sweeper shall be a new, latest current model of the manufacturer's
current standard production.
(d) All parts necessary to provide a complete and efficient sweeper shall be
furnished with a unit of this type. Such parts shall conform to current
engineering practices of the industry relative to design, strength, quality of
materials, and workmanship.
(e) The sweeper shall be complete when delivered to the City of Opa-locka, with all
accessories and equipment in place or furnished.
(f) All equipment and accessories shall be as approved by the vehicle manufacturer.
6
RFP—Lease Purchase Mechanical Street Sweeper
(g) Vendor must be capable to make delivery of sweeper within 30 days of receipt of
purchase order.
(h) Complete specifications and descriptive literature shall accompany the bid.
(i) Bidders submitting literature stating warranties must submit a letter from the
manufacturer certifying warranty compliance as an integral part of their
proposal.
The Evaluation Team will not be limited to the criteria referred to above, and the Evaluation
Team may consider other criteria that the team identifies as relevant during the evaluation
process. The Evaluation Team may apply the evaluation criteria on a comparative basis,
evaluating the Proposals by comparing one Proponent's Proposal to another Proponent's
Proposal. All criteria considered will be applied evenly and fairly to all Proposals.
4.3. DISCREPANCIES IN PROPONENT'S FINANCIAL PROPOSAL
If there are any obvious discrepancies, errors or omissions in the Price Proposal (Proponent's
Financial Proposal), then the City shall be entitled to make obvious corrections, but only if, and
to the extent, the corrections are apparent from the Proposal as submitted, and in particular:
(a) If there is a discrepancy between a unit price and the extended total, then the unit prices
shall be deemed to be correct, and corresponding corrections will be made to the extended
totals;
(b) If a unit price has been given but the corresponding extended total has been omitted,
then the extended total will be calculated from the unit price and the estimated quantity; and,
(c) If an extended total has been given but the corresponding unit price has been omitted,
then the unit price will be calculated from the extended total and the estimated quantity.
4.4. LITIGATION
In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a
Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is
or has been engaged directly or indirectly in a legal action against the City, its elected or
appointed officers, representatives or employees in relation to any matter.
In determining whether or not to reject a Proposal under this section, the City will consider
whether the litigation is likely to affect the Proponent's ability to work with the City, its
consultants and representatives and whether the City's experience with the Proponent indicates
7
RFP—Lease Purchase Mechanical Street Sweeper
that there is a risk the City will incur increased staff and legal costs in the administration of the
Contract if it is awarded to the Proponent.
4.5. ADDITIONAL INFORMATION
The Evaluation Team may, at its discretion, request clarifications or additional information from
a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to
only selected Proponents. The Evaluation Team may consider such clarifications or additional
information in evaluating a Proposal.
4.6. INTERVIEWS
The Evaluation Team may, at its discretion, invite some or all of the Proponents to appear
before the Evaluation Team to provide clarifications of their Proposals. In such event, the
Evaluation Team will be entitled to consider the answers received in evaluating Proposals.
4.7. NEGOTIATION OF CONTRACT AND AWARD
If the City selects a Preferred Proponent or Preferred Proponents, then it may:
(a) Enter into a Contract with the Preferred Proponent(s); or
(b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues
and attempt to finalize the terms of the Contract(s), including financial terms. If discussions are
successful, the City and the Preferred Proponent(s) will finalize the Contract(s); or
(c) If at any time the City reasonably forms the opinion that a mutually acceptable
agreement is not likely to be reached within a reasonable time, give the Preferred Proponent(s)
written notice to terminate discussions, in which event the City may then either open
discussions with another Proponent or terminate this RFP and retain or obtain the Services in
some other manner.
The City is under no obligation to accept any Proposal submitted. The City reserves the right in
its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any
Proposal deemed most favorable in the interest of the City, or cancel the competition at any
time without award. Thereafter, the City may issue a new Invitation / Request, sole source or do
nothing.
5. GENERAL CONDITIONS
5.1. NO CITY OBLIGATION
This RFP is not a tender and does not commit the City in any way to select a Preferred
Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City
8
RFP-Lease Purchase Mechanical Street Sweeper
reserves the complete right to at any time reject all Proposals, and to terminate this RFP
process.
5.2. PROPONENTS' EXPENSES
Proponents are solely responsible for their own expenses in preparing, and submitting
Proposals, and for any meetings, negotiations or discussions with the City or its representatives
and consultants, relating to or arising from this RFP. The City and its representatives, agents,
consultants and advisors will not be liable to any Proponent for any claims, whether for costs,
expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever,
incurred by the Proponent in preparing and submitting a Proposal, or participating in
negotiations for a Contract, or other activity related to or arising out of this RFP.
5.3. NO CONTRACT
By submitting a Proposal and participating in the process as outlined in this RFP, Proponents
expressly agree that no contract of any kind is formed under, or arises from, this RFP, prior to
the signing of a formal written Contract.
5.4. CONFLICT OF INTEREST
Proponents shall disclose any potential conflicts of interest and existing business relationships
they may have with the City. If requested by the City, Proponents should provide all pertinent
information regarding ownership of their company within forty-eight (48) hours of the City's
request.
5.5. SOLICITATION OF COMMISSION MEMBERS
Proponents and their agents will not contact any member of the City Commission or City staff
with respect to this RFP at any time prior to the award of a contract or the termination of this
RFP, and the City may reject the Proposal of any Proponent that makes any such contact.
5.6. CONFIDENTIALITY
All submissions become the property of the City and will not be returned to the Proponent. The
City will hold all submissions in confidence unless otherwise required by law. Proponents
should be aware the City is a "public body" defined by and subject to the Freedom of
Information and Protection of Privacy Act of the State of Florida
For all requests for clarification please contact Mrs. Rose McKay at(305) 953-
2868
9
RFP—Lease Purchase Mechanical Street Sweeper
O> Ck4
h0/ D
wry.
is
RFP NO: 11-XXXXXXX
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Vendor'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 five 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
Vendors, 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.
10
RFP—Lease Purchase Mechanical Street Sweeper
CITY OF OPA-LOCKA
n CERTIFICATION REGARDING DEBARMENT, SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OFRESPONSIBILITY
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.
11
RFP—Lease Purchase Mechanical Street Sweeper
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
VENDOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
12
RFP—Lease Purchase Mechanical Street Sweeper
CITY OF OPA-LOCKA
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
13
RFP—Lease Purchase Mechanical Street Sweeper
op°�-ooKe
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
Date
14