HomeMy Public PortalAbout12-8396 RFP fo rQualified Consultants for the Preparation of Water and Sewer Systems Sponsored by: City Manager
Resolution No. 12-8396
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA,FLORIDA,TO AUTHORIZE THE CITY MANAGER
TO ISSUE REQUEST FOR PROPOSALS (RFP) FOR QUALIFIED
CONSULTANTS FOR THE PREPARATION OF WATER AND
SEWER SYSTEMS ATLAS,PAYABLE FROM ACCOUNT NUMBER
64-533630; PROVIDING FOR INCORPORATION OF RECITALS;
PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the Public Works and Utilities Department rely on human memory and staff
familiarity with the City's Water and Sewer system to maintain some areas of the system, since the
Water and Sewer Atlas in the City of Opa-locka is antiquated and is in need of an update; and
WHEREAS,the City needs to have accurate locations of the system in order to monitor and
prevent leaks and breakages, within the system; and
WHEREAS, as the City of Opa-locka considers major improvement projects to its
underground infrastructure, the accurate location of its physical assets will assist in sustainable
managements and will bring the system into line with the current technology; and
WHEREAS, the water and sewer Atlases are both funded in FY 2012, and the City
Commission of the City of Opa-locka desires to authorize the City Manager to issue Request for
Proposals(RFP)to qualified consultants for preparation of Water and Sewer Systems Atlases for the
City of Opa-locka.
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
Resolution No. 12-8396
Manager to issue Request for Proposals (RFP) for qualified consultants for the preparation of
Water and Sewer System Atlases, to be funded from Account 64-533630, Water Division-
Improvements other than Buildings.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 25th day of April, 2012.
(4":'
MY TAYLOR
MAYOR
ttest to: ,4\.,
1 s anna Flores
terim City Clerk
Appr.ved as to form and legal su ciency:
,i 11,1 ' Q " '
r
Jos- 6 !G: er
Cit, • ttorne
Moved by: COMMISSIONER MIL ER
Seconded by: VICE MAYOR JOHNSON
Commission Vote: 4-1
Commissioner Holmes: NO
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
Ocp.LOCk4.
F
%' 0?
City of Opa-Locka
Agenda Cover Me mo
Commission Meeting 4/25/2012 Item Type: Resolution Ordinance Other
Date: X
(EnterX in box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(EnterXin box) Yes No (EnterX in box)
x Public Hearing: Yes No Yes No
(Enter X in box) X x
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
Ex: (Enter X in box)
Account#64-533630 X
Contract/P.O. Yes No RFP/RFQ/Bid#:
Required: RFP#is required
(Enter X in box)
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy:
(Enter X in box) (list the specific objective/strategy this
X Enhance Organizational 0 item will address)
Bus.&Economic Dev
Public Safety NI 1. Will help reduce man-
Quality of Education El hours water and sewer
Qual.of Life&City Image EN system repair and
Communication p maintenance.
2. Is required per Consent
Agreement with
Miami-Dade County.
Sponsor Name City Manager Department: Public Works
Short Title:
Request for Proposals(RFP)for the preparation of Water and Sewer Systems Atlas
Staff Summary:
The purpose of this Request for Proposal is to seek service of qualified professional consultants to provide
Citywide Surveying and Preparation of Water and Sewer Systems Atlas in the City of Opa-Locka.
Proposed Action:
Staff recommends approval in order to comply with Consent Agreement with Miami-Dade County.
Attachment:
1. Agenda Write-up
2. RFP
Q..� Op f O 0y QNORAl E'?
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Rose Tydus
Commissioner �G.1 Mile
FROM: Bryan K.Fin '• tee"`' 1 anager•
DATE: Apr' 012
RE: Request for Proposals(RFP)for the preparation of Water and Sewer Systems
Atlas
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA, REQUESTING APPROVAL TO AUTHORIZE THE
CITY MANAGER TO PREPARE AND ISSUE A REQUEST FOR
PROPOSALS (RFP) FOR THE PREPARATION OF WATER AND SEWER
SYSTEMS ATLAS.
Description: The Water and Sewer Atlases in the City of Opa-locka are over thirty (30) years old. As a
result, the Public Works and Utilities Department has to rely on human memory and staff familiarity with
the City's system in order to service some areas of the City utilities. Also, the Utility Crew has to react to
problems such as leaks and breakages, etc. rather than monitoring and preventing them. Due to the City's
ongoing aggressive Capital Projects Program, it has become critical to have accurate locations of all
underground utilities; including size and capacity of sewer and water mains; location of hydrants, valves,
manholes, etc. to facilitate design and limit construction costs. Ultimately, this information will become
part of a Citywide Geographic Information System (GIS). As the City considers major improvement
projects to its underground infrastructure, the accurate location of its physical assets will enable
sustainable management of local resources. Using current technology, the City will use the GIS to map its
underground utilities. For example, this will provide a visual tool for the location of a water meter, shut
off valve, and sewer lateral in relation to a service address. Approval shall increased operational
efficiencies, safety of staff and citizens and saving costs, as well as an overall savings over a long term
outlook.
Financial Impact: Both Water and Sewer Atlases are funded in Fiscal Year(FY) 2012 under the capital
projects section and therefore will have no adverse financial impact. Rather, the operational costs savings
with the capacity for new residences and businesses to connect to the wastewater collection system. There
will be cost savings in performing maintenance and repairs which will have a great economic impact for
the entire community.
Account Number: 64-533630- Water Division-Improvements Other Than Buildings
RFP: Water and Sewer System Atlas 1
n w
Implementation Time Line: As soon as possible.
Legislative History: NONE
Recommendation(s): Staff recommends approval in order to comply with Consent Agreement with
DERM.
Analysis: This recommendation is based on the City's inaccurate existing Water and Sewer Atlas, which
is over thirty (30) years old. Also, a new atlas will save man-hours in performing maintenance and repairs
and the Geographic Information System (GIS) will have a positive economic impact on the entire
community.
ATTACHMENT(S):
1)RFP
PREPARED BY: Mohammad Nasir,PE,Interim Public Works Director
END OF MEMORANDUM
RFP: Water and Sewer System Atlas 2
City of Opa-locka
O
OTC ‘o
is.ti 0
n
• ,,,,,r-li;,*t 4 airt,iil g ::.4 0
rri
040.1.
" Ifl'It ko- r e,
Z ti
RFP NO: XX-XXXXXXX
REQUEST FOR PROPOSAL (RFP)
FOR THE PREPARATION OF WATER AND SEWER
SYTEMS ATLAS
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA,FLORIDA 33054
UQwt.oe 4
0
0
0� __. /'
CITY OF OPA-LOCKA
Advertisement for Request for Proposal (RFP)
RFP NO: XX -XXXXXXX
Sealed Proposals for preparation of Water and Sewer Systems Atlas 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,
xxx.2012 by 1:00 p.m. Any RFP Package received after the designated closing time will be returned
unopened.
The purpose of this Request for Proposal is to seek service of qualified professional consultants to
provide Citywide Surveying and Preparation of Water and Sewer Systems Atlas in the City of Opa-
Locka.
An original and five (5) copies a total of six(6) plus 1 copy of the qualifications package on CD's in
PDF format shall be submitted in sealed envelopes/packages addressed to Deborah S.Irby,City Clerk,
City of Opa-Locka, Florida,and marked RFP for Water and Sewer Atlas.
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") on 30000000000000C,2012 at
10:00 A.M.at City Hall, 780 Fisherman Street,second Floor, Opa-Locka,Florida-33054.
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: -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
Interim City Clerk
1.INTRODUCTION
1.1. SCOPE OF WORK
The City of Opa-Locka is currently seeking the services of qualified consultants for the preparation
of Water and Sewer Systems Atlas. The bulk of the work would be identifying water and sewer
mains including pipe sizes, inverts, manholes, manhole rim elevations, cleanouts, valves, fire
hydrants, meters for water and sewer Atlas, and also topographic surveys as required by the City.
The City will also require locating easements and/or property line to incorporate into the Water
and Sewer Systems Atlas. The consultant shall complete the necessary research where legal
descriptions / property lines are involved. Where new corners are set, the proper records shall be
filed and a copy delivered to the City.
All information provided by the consultant will be reviewed by City staff. The consultant will be
expected to rectify any omissions and make such changes as deemed appropriate at no additional
cost.
The Water and Sewer Atlas shall be submitted in electronic format using AutoCAD Civil 3D
including point files and also shape files transferrable to GIS system. The consultant shall use the
City's standard borders and layering conventions for drawings.
The consultant is expected to start work within a two week period from receipt of a written
authorization to proceed and a work description unless an alternate time frame has been agreed
upon. The City expects the work to be actively pursued until complete.
Pagel 3
1.2. DEFINITIONS
In this RFP the following definitions shall apply:
"City" means the City of Opa-locka;
"City Website" means www.Opa-lockafl.gov
"Closing Time"has the meaning set out in section 2.0;
"Contract" means a formal written contract between the City and a Preferred Proponent to
undertake the Services.
"Evaluation Team" means the team appointed by the City;
"Information Meeting"has the meaning set out in section 2.1;
"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 response to this RFP;
"Proposal" means a proposal submitted in response to this RFP;
"RFP" means this Request for Proposal;
"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;
Page l 4
2. PROPOSAL SCHEDULE
Closing Time and Address for RFP Package 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:xxxxxxx,2012 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") on xxxxxxxxx, 2012 at 10:00
A.M. 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.
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 RFP
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.
Pagel 5
Rose A. McKay
CITY OF OPA LOCKA-PURCHASING DIVISION
305-953-2868 EXT 1307
305-953-2900 FAX
Inquiries should be made no later than 3 days before Closing Time. The City reserves the right not
to respond to inquiries made within 3 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 in accordance with section 2.4. 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. OPENING OF PROPOSALS
The City intends to open Proposals in private but reserves the right to open Proposals in public at
its sole discretion.
2.6. 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.
Page I 6
3.2. LETTER OF INTRODUCTION
This letter should introduce the consultant's prior experience in surveying and preparation of
Water and Sewer Atlas with different municipalities in South Florida.
3.3. COMPANY PROFILE
Company History; Number of Years in business; Financial Statements for the last fiscal year end and
interim year to date; copy of the consultant's license to do business in the state of Florida.
3.4. PROJECT TEAM
Please provide resumes of key proposed project personnel. Please also indicate number of years
employed by firm. Please include Project Organizational chart, and include names of sub-
consultant(s) the consultant intends to use for this RFP,
3.5. PROJECT EXPERIENCE&REFERENCES
Please provide a list of surveying projects completed in last three (3)years including project name,
location,scope of work including contract amount,and service duration. Please provide the
following information:
• Experience of your firm in performing land surveying,construction surveying, filing
of official maps and records, any other qualifications or specialties which you make
your firm well-suited in assisting the City in survey work other similar activities
• Experience of the staff to be assigned to the project in performing similar services
• Resumes of the individuals who would be assigned to the project(s),including any
sub-consultants
• Proximity and staffing levels of the nearest company office
• Statement and explanation of any instances where your firm has been
removed from a project or disqualified from proposing on a project
• Standard hourly billing rates for consultant and sub-consultant staff
• Detailed list of services available directly from the company
• Mobilization, Bonds&Insurance
Page I 7
Provide each listed projects owner's name,address,telephone number(s),e-mail for reference
and/or performance verification. City Staff will verify and make reasonable efforts to contact
references and provide a report of the results to the evaluation team.City will have no liability for
inaccurate contact information provided by respondents or for unavailable or negative references.
3.6. SIGNATURE
The legal name of the person or firm submitting the Proposal should be included. 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 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 venture should be included,and each partner or joint
venture 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 venture 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 RFP package to determine the strength and
ability of the potential consultants to provide the services required in the most advantageous
manner to the City,using the following criteria:
Qualification Statements that satisfy the minimum requirements will be scored as follows:
• Letter of Introduction 10 points
• Experience of Respondent Firm 75 points
Page I 8
• References 15 points
The maximum total score possible is 100. To qualify for participation in the remainder of the
selection process, a Qualifying Respondent must receive no less than 70 points. Qualifying
respondents will be invited to participate in the final selection process. The final selection process
may include the submission of additional information and/or participation in an oral interview.
(a) EXPERIENCE
The Evaluation Team will consider the Proponent's organization and proposed project team past
experience in undertaking similar construction projects in type,scope,budget and complexity.
(b) QUALITY CONTROL
The Evaluation Team will consider the Proponent's organization internal processes to implement
and maintain high standards of quality control for the project.
(c) NOTE
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. 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 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.
4.4. 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.
Pagel 9
4.5. 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.
4.6. 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 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.
Page I 10
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
Page ( 11
OPP-LOC,...
fo
�t� J�O
09;
RFP NO: XX-XXXXXXX
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Consultant'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 Consultants, 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.
Page I 12
OQp.tOCkq
o,pno
CITY OF OPA-LOCKA
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.
Page I 13
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 CONSULTANT
COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
Page I 14
�0\
9,1
O,
U ��. ` DI
'' iii
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
Page I 15