Loading...
HomeMy Public PortalAbout21-9874 RFP for Bus Benches/ Shelters and Trash Receptacales AdvertisingSponsored by: City Manager RESOLUTION NO. 21-9874 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR BUS BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING AND MAINTENANCE; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") does not have an active contract for Bus Benches / Shelters and there is a need and desire on the part of the City to solicit said services; and WHEREAS, the City of Opa-Locka desires to issue a Request for Proposals ("RFP") for Bus Benches/Shelters and Trash Receptacle Advertising and Maintenance Services; and WHEREAS, the selected firm will be responsible for providing transit bus bench/shelter and trash receptacle advertising, including: installation, removal, maintenance and advertising at specified locations throughout the City; and WHEREAS, the City Commission authorizes the City Manager to issue an RFP for Bus Benches / Shelters and Trash Receptacle Advertising and Maintenance services. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to issue the Request for Proposals (RFP), attached hereto as Exhibit "A", for qualified and experienced firms to provide Bus Benches/Shelters and Trash Receptacle Advertising and Maintenance Services. Section 3. SCRIVENER'S ERRORS. Resolution No. 21-9874 Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 23rd day of June, 2021. Mayor Matthew Pigatt Attest to: a Flores Ci ' Clerk Approved as to form and legal sufficiency: ES Burnadette Norr[��-Week, P.A. City Attorney Moved by: Commissioner Burke Seconded by: Commissioner Taylor VOTE: 5-0 Commissioner Taylor YES Commissioner Burke YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo City Manager: John E. Pate CM Signature: 7 ---- Commission Meeting Date: 06.23.2021 Item Type: (EnterX in box) Resolution r • in nce Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading. (Enter X in box) 1s, Reading 2nd Reading x $est. 2,000.00 Public Hearing: (Enter X in box) Yes No Yes No X x Funding Source: Account# : 19-511493 (Enter Fund & Dept) Ex: General Expense Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communcation Area: m Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X M III - MI Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to issue an RFP for Bus Benches / Shelters and Trash Receptacle Advertising with Maintenance Program. Staff Summary: The City of Opa-locka would like to issue a Request for Proposal (RFP) for Bus Benches / Shelters and Trash Receptacle Advertising with Maintance Program to solicit proposals from qualified and experienced firms. Staff had previously identified a bus bench contractor operating in other cities in Florida who had provided an attractive proposal to staff. After extensive negotiations, staff had prepared an agenda item recommending approval of this contractor to provide these services. However, one day before this item was to be presented for approval, staff received information that there were legal issues precluding the City from doing business with this contractor. Even though these services are exempted from competitive bidding requirements by Florida Statutes, it is believed that an RFP is the best way to potentially obtain a wide range of responses to avoid further issues such as were recently encountered. Financial Impact The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $2,000. Proposed Action: Staff recommends the approval of this request to issue the RFP to seek quotes from qualified firms. Attachment Draft RFP City of Opa-locka RFP NO: 21XXXXXXX - REQUEST FOR PROPOSAL (RFP) BUS BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING WITH MAINTENANCE PROGRAM CITY OF OPA-LOCKA BUS BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING WITH MAINTENANCE PROGRAM RFP NO. 21-XXXXXXX TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 15 Price Proposal 16 Debarment, Suspension Certification 17 Drug -Free Certification 19 Non -Collusion Affidavit 20 Non -Discrimination Affidavit 21 E -Verify Form 22 CI TYOF OPA LOCKA REQUEST FOR PROPOSALS RFP NO: 21-XXXXXXX Bus Benches / Shelters and Trash Receptacle Advertising with Maintenance Program Sealed Proposals for Bus Benches / Shelters and Trash Receptacle Advertising with Maintenance Program will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, July 27, 2021 by 1:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Bus Benches / Shelters and Trash Receptacle Advertising with Maintenance Program. 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 the contract to that proposer whose proposal best complies with the RFP NO: 21-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A Mandatory pre -bid meeting will be held on Tuesday, July 13, 2021 at 10:00 a.m. at Sherbondy Village, 215 Perviz Avenue, Opa-locka, FL 33054. City Clerk Joanna Flores, CMC CITY OF OPA-LOCKA RFP NO.21-XXXXXXX BUS BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING WITH MAINTENANCE PROGRAM PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is requesting proposals from qualified professional consultants to provide Bus Bench / Shelters and Trash Receptacle Advertising with Maintenance services for the City of Opa-locka. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00pm on Tuesday. July 27. 2021. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 21-XXXXXXX - Bus Benches / Shelters and Trash Receptacle Advertising with Maintenance Program. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise 4 description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City anticipates that the final Agreement will be in substantial conformance with this sample Agreement; nevertheless, Proposers are advised that any Agreement may result from the RFP may deviate from the Sample Agreement. 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. 5 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 6 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka seeks proposals from qualified professional firms with expertise to provide transit bus bench / shelter and trash receptacle advertising, including provision, installation, removal, maintenance and advertising at specified locations throughout the City of Opa-locka. The bus benches will be located exclusively at designated and signed bus/transit stop locations. Bus Benches: The contractor shall have the exclusive right to construct, erect, install, and maintain self -standing public bus benches (excludes bus shelter benches) at no cost to the City, and to place such benches at locations within the public right-of-way within the City of Opa-locka. Bus Shelters: The contractor shall have the exclusive right to advertise only on the City's existing bus shelters located within the City of Opa-locka. The Contractor will, at its own expense, recruit, employ, train and supervise all employees necessary for the smooth and efficient operation of the services. All employees of the contractor shall be considered to be at all times the sole employees of the contractor, under the contractor's sole direction, and not an employee or agent of the City of Opa-locka. The contractor shall supply competent and physically capable employees and the City may require the contractor to remove any employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose presence on work site is not in the best interest of the City. The City shall not have any duty to implement or enforce such requirements. The following detailed information is attached: Attachment A - Bus Bench Locations Advertising: The contractor shall be authorized to provide, install and maintain, at its sole cost and expense quality, professionally designed, commercial advertising to be placed upon specified benches and shelters approved by the City. Provided, however, that advertising of tobacco, alcoholic beverages, political campaign ads, firearms, adult book stores, adult theaters, adult escort services and pornographic or obscene material is prohibited. The determination of objectionable, obscene or pornographic advertising shall be the right of the City whose decisions on these matters shall be final. All Ads, except where noted below, will be obtained for the sole purpose of generating revenue. No advertising shall be displayed that contains material that is immoral, lascivious or obscene as defined in 5.847.001, Florida Statutes. Moreover, the Contractor may not pay any commission(s) to any employee, outside advertising agency, or anyone else for the sale of advertising under this 8 agreement for businesses engaged in any activity that requires the exclusion of minors pursuant to Chapter 847, Florida Statutes. No advertising or sign on any bus bench shall be displayed except in the area designated for advertising pursuant to the approved design diagrams. No advertising or sign on any bus bench shall display any work; phrase, symbol, or character likely to interfere with, mislead, or distract traffic, or conflict with any traffic control device. Self -standing advertising Bus Benches: Advertising displays on the self -standing bus benches may not be back -lit and shall not exceed 48 inches in height from the ground. Unless approved by the City, no more than one bus bench shall be placed at a bus stop location. Bus Shelter Advertising: The bus shelter advertising should follow the above general allowed advertising requirement as to content of the actual advertising. The advertising shall be the size of the existing ad panel which is 47 inches x 68.5 inches, 1mm PVC, per side to reflect the existing back -lighting inside the ad panel. LOCATION SELECTION The contractor will pre -identify and submit to the City the locations where they find it feasible to install and/or replace bus benches to install advertising bus benches for the City's approval. The bus benches shall follow Florida Administrative Code, Chapter 14, Department of Transportation and shall meet the U.S. Department of Transportation "ADA Standards for Transportation Facilities." Prior to the replacement of any new bus benches by the contractor within the City, the Contractor shall submit to the City a list of such proposed sites which have been selected for said benches, and shall obtain the placement approval for such sites from the City and from any other governmental authority necessary to carry out such placements. All bus bench locations must be approved by the City. Within the service area, the potential locations shall include public bus stops located at parks, shopping centers, business zones, and in other similar area needed for pedestrian convenience and for the accommodation of the public. Notwithstanding the aforementioned, the Contractor may locate bus benches on private property within the service area provided, however, that the Contractor secure, at its own expense, written leases, authorizations, or grants of easements from the owners of such property as may be necessary, and provided further that such bus benches shall be subject to compliance with the provisions of the bid. Specifications and regulations pertaining to placement in the service area, including distance from curb and intersections, as well as design and structure requirements, must adhere to all Federal, State, and local laws, ordinances, and regulations. Where rights -of -way prohibit the pouring of concrete slab to facilitate the installation of a primary bus bench, the Contractor shall install an alternate design to insure no disruption of service, provided that such alternate design adheres to all Federal, State, and local laws, ordinances, and regulations. In addition, the color of the new 9 benches shall match the burgundy as close as possible to the existing bus benches with the City's approval prior to installation of the new bus benches. DESIGN Any design proposals submitted shall include a complete set of drawings detailing the design and construction of any and all bus benches proposed to be placed in the service area. The City shall have the right to reject for any reason whatsoever designs that in its opinion are not suitable or aesthetically pleasing. All bus benches shall meet or exceed hurricane wind resistance building code requirements and be ADA compliant. Contractor shall locate and design the bus benches so that access for utilities and cable is not impaired and will coordinate with such utilities and cable companies. ADVERTISING BUS BENCHES INSTALLATION The contractor shall be responsible, at contractor's expense, to remove and replace existing bus benches for the purpose of installing new advertising bus benches. The removed benches will be delivered and returned to the City to the Public Works Department only if the bench is in good condition; otherwise, they can be disposed with City approval. RELOCATION OF BUS STOPS In the event of change in transit stops or other transportation system designations, changes in street design or right-of-way or changes the City deems necessary for the public health, safety, welfare and convenience, the contractor, at the City's written request, shall relocate a designated bench to another location mutually agreed to by the City and the contractor. The relocation of the bus bench shall be completed within ten (10) working days of the submittal of the written request by the City. The expense in connection with such relocation shall be borne by the contractor. MAINTENANCE OF BUS BENCHES The contractor shall be responsible, at contractor's expense, to maintain the actual bench and bench site and surrounding area for a minimum distance of ten (10) feet from the bench to ensure that the site is free of graffiti, trash, high grass, weeds, and other rubbish. The contractor shall also be required, at contractor's expense, to maintain trash receptacles; including the removal and proper disposal of trash from within these receptacles. The contractor shall provide trash collection and disposal at a minimum two times per week, or on a more frequent basis as to prevent any overflowing of trash. All bus benches and trash cans shall be cleaned and polished every quarter (four (4) cycles per year), and inspected for structural damage. As part of the bus bench and trash receptacle cleaning, inspection and repairs, the successful contractor is responsible, every cycle, under this bid to properly secure to the concrete (sidewalk) bus benches and trash receptacles that become loose, and to replace any damage bus bench and/or trash receptacle. Example of damage includes; but it is not limited to: broken/missing parts and trash receptacle damage due to fire. Re- setting of the bus benches and trash cans shall be required in case of concrete failure. Loose concrete, and anchor holes left behind due to the re -setting of the bus benches and/or trash receptacles shall be repaired by the contractor at no extra cost to the City. 10 Damaged bus benches and trash receptacles due to damage caused by acts of god, accidents, vandalism, etc. shall be removed within 24 hours. Such repairs shall be completed within three (3) working days of the incident being reported to and by the City, unless the required parts are on backorder. The contractor shall properly dispose, at its own cost, of any waste resulting from the work being performed in an approved facility at an approved site unless otherwise specified in this document. It is the bidder(s) responsibility to become familiar with the existing conditions of all the bus benches that are included in this bid, to assist them determine the type of equipment necessary to successfully provide the specified services. It is the bidder(s) sole responsibility to select the equipment necessary to do the job meeting the required specifications. In the event the City determines that a bench constitutes a hazard to persons or property or disrupts the public right of way, the Contractor shall remove the bench no later than twenty-four (24) hours of receipt of such notice. In the event, the Contractor fails to repair, replace, or remove the bus bench within the above -specified period, the City shall have the right to move or remove said bus bench at the expense of the Contractor. The City reserves the right to inspect such bus benches to determine their condition. The Contractor shall replace or recondition, to the satisfaction of the City any bus bench which the City determines are no longer good or stable or serviceable condition. The style and construction of any replacement bus bench shall be the same as the bus bench replaced, unless prior City approval is received. In the event the City determines that a bus bench requires repair, replacement, or removal for the noncompliance, the Contractor shall repair, replace, or remove the same within three (3) working days of receipt of such notice. The contractor shall be required to maintain all bus benches, shelters, and trash receptacles. The Contractor will be responsible for any damages caused by the placement and removal of ads placed in the City's bus shelter ad panel box. MAINTENANCE OF TRAFFIC All maintenance work, if on the road, shall be accomplished with the vehicles facing in the same direction as the traffic. All lane closures shall have the approval of the Public Works Director or his/her designee. While performing work, the contractor will be required to provide the necessary barricade and other traffic safety control devices to protect vehicular and pedestrian traffic, workman and the work area in general. The contractor shall adhere to the Florida Department of Transportation's 2009 or latest edition of the Manual on Uniform Traffic Control Devices for maintenance work zones. In order to provide a safe working environment the Contractor and his employees shall be fully aware of these provisions, especially those applicable to the use of barricades, cones, signage etc. The contractor shall have, at all times, at least one M.O.T. Certified person on site. Failure by the contractor to secure the lane closure approval from the Public Works Director or his/her designee prior to commencing work will result in an immediate stop work order. Laborers will be required to wear approved reflective vests when working in the right-of-way areas so that they are visible to motorists. Contractor shall comply with all OSHA, local, State and Federal requirements. Construction Safety Vests will be supplied by the contractor. 11 The foregoing requirements are to be considered as minimum and the contractor's compliance shall in no way relieve the contractor of final responsibility for providing adequate traffic control devices for the protection of the public and employees throughout the work areas. DAMAGE TO PUBLIC OR PRIVATE PROPERTY If property (public or private) is damaged while contractor is performing work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the contractor in a manner acceptable to the City of Opa-locka prior to the final acceptance of the work. Contractor will be responsible for applying and securing any permits that may be required to complete such repairs. Such property shall include but not be limited to: existing facilities, site amenities, concrete and/or asphalt surfaces, vehicles, structures, parkways, sidewalks, curbs and gutters, driveways, walls, fence, and rights -of -way. If the work site has any pre-existing damage to structures, parkways, sidewalks, curbs, roadways, swales, adjacent improvements, etc., Contractor shall notify the Public Works Department in writing. Failure to do so shall obligate the contractor to make repairs. EMPLOYEES Contractor shall be responsible for the appearance of all working personnel assigned to the project (clean uniform that provides identification of both the Contractor's company and the name of the employee). Personnel must be able to supply proper identification at all times. All employees of the contractor shall be considered to be at all times the sole employees of the contractor, under the contractor's sole direction, and not an employee or agent of the City of Opa- locka. The contractor shall supply competent and physically capable employees and the City may require the contractor to remove any employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose presence on work site is not in the best interest of the City. City shall not have any duty to implement or enforce such requirements. Contractor shall assign an "On Duty" field supervisor who speaks and reads English. Contractor shall provide the City with an emergency contact list identifying the names, positions held, phone numbers, and emails of account manager and/or field supervisor. PUBLIC SERVICE BENCHES Contractor shall provide up to ten percent of its bus benches and bus shelter for public service advertising for the City, and no fees or revenue calculation shall apply to these bus benches at the time when the public service advertising is in place. The Contractor shall provide the bench at no cost to the City with the cost of the advertising panel artwork and production paid by the City. MONTHLY FEE PAYMENTS Contractor shall compensate the City at the guaranteed revenue rate (per bus advertising bench and per bus shelter advertising panel) or the percentage (%) of the total advertising revenue (gross), whichever is greater. 12 Monthly fees shall be paid in advance on the first day of the month of each contract year; provided however, that the first payment shall be due within 30 days of execution of the contract with the City. Contractor shall submit a report with the payment to the City's Finance Director, documenting the basis of the payment and verifying its accuracy. At a minimum, each report shall detail the number and location of the shelter sites, name(s) of advertiser(s), posting dates, contracted amounts and the total advertising revenue for the previous six month period. RECORDS The contractor agrees to keep complete, accurate and up-to-date records of all advertising business conducted by it under the contract, to maintain such records and to include such records as may be necessary with regular payments to the City of Opa-locka. REMOVAL The Contractor shall retain the right to remove any bus bench upon thirty days of notice to the City in the event Federal, State, Municipality, or other proper authority should hereafter establish any rules, regulations, or taxations which shall so restrict location, construction, maintenance, or operation of the bus bench as to substantially diminish the value of the said bus bench for advertising purposes, or in the event of "chronic vandalism." "Chronic Vandalism" shall be defined as damage inflicted to an individual bus bench during any one year period which requires cumulative expenditures for replacement and repair that exceed the original cost of construction and installation of the bus bench. Upon termination of the contract for any reason, the Contractor agrees to remove immediately all the of its bus benches and remove all shelter ad panel advertising; failing to do so within thirty days after notice to do so has been mailed by the City to the Contractor's official address, the City shall have the right to remove said bus benches and shelter advertising inside the ad panel box, and the contractor agrees to pay the City the costs for such removal and site restoration, plus the cost of storage or disposal of said benches and removal of the ad on the bus shelters. Upon removal of any or all bus benches installed by the Contractor, all materials shall be removed from the site. The site shall be restored to the condition as it existed before installation of the bus bench, including complete restoration of any sidewalk upon which said bus bench was located. Qualified firms must demonstrate competence and experience in all areas of expertise required by the scope of services. 2-2 PROPOSER QUALIFICATIONS Adequate information and documentation must be provided in the Proposal to support or confirm satisfaction of the required qualifications below: • The Proposer shall have extensive experience, expertise and reliability in Municipal services; established reputation, particularly with governmental clients; Proposer must have a minimum of five (5) years of consecutive and successful experience in the aforementioned areas. • Proposer's track record in providing Bus Bench services to governmental agencies as well as private entities (Please provide a list of current and relevant projects, including 13 client names, titles, phone numbers and email address. Please ensure that contact information is current.) • Demonstrate an overall combination of skills, prior work experience, business reputation, and commitment to diversity. 2-3 TERM OF CONTRACT The term of the contract is anticipated to be three fiscal years with a renewal of two one-year terms, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-locka City Commission and availability of annual appropriation. PART III PROPOSAL REQUIREMENTS 14 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. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 15 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided Bus Bench services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 16 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 Ability and Qualifications of Proposer Describe the qualifications and relevant experience of the past five (5) years of the key personnel providing the Bench Benches and Trash Receptacle Advertising with Maintenance Program as presented in the proposal. Include the qualifications and relevant experience of the firm and all sub -proposers, if any, to be used in this project. Proposers must show an understanding of the overall needs of the City for such services, as presented in the proposal, including: 1. High -quality level of services to be provided to the City. 2. Understanding of City needs. 3. Ability to convey a depth of understanding of the Scope of Work and the firm's capacity to accomplish it successfully. Points 30 17 4. Firm Organization. 5. Experience. 6. References - provide three (3) references including contact name, title, organization, address, phone and email address for all services completed and active. Describe Service Maintenance and Equipment, including but not limited to: 1. Similar Bus Bench Advertising programs you have operated in the past. 2. Tell us how you would maintain bus benches in good working condition. 3. Tell us how much revenue you would return the City annually from the program. 4. Tell us how your company can financially fulfill this program to the City if chosen. 5. Tell us how the City would benefit most by choosing your company for this program. 30 Proposed Fee 1. Pricing Structure 2. Fee Schedule/Cost Proposal 3. Any other additional costs 40 TOTAL 100 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The 18 City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 19 RFP NO. 21-XXXXXXX US BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING WITH MAINTENANCE PROGRAM PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict; the most stringent requirement shall apply. 20 RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM BUS BENCHES / SHELTERS AND TRASH RECEPTACLE ADVERTISING WITH MAINTENANCE PROGRAM PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2021. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 21 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 22 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 23 CITY OF OPA-LOCKA RFP NO. 21-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 24 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 25 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: 26 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 27 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/subconsultants/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: 28 M IAM I•DA COUNTY CITY OF OP A-LOCKA & MI AMI D ADE C OUNTY BUS ST OP WITH NO BENCH 2 • S 2 w P � k. 9L� 9L 0 O 1 2 3 4 • SH ARAZAD BLVD n3 V 01.1 A LOc 4 e4Lp05 3 6 86 9 10 • Opp, LOC®ICA BLVDO 0 O 0 0 0 8 O 00 6 4,0 NW 27th AVE1tn z 5 n m 11 cP 10 9 0 08 7 0 60 00 5 • NW 135th ST 2 O z 7 110 4 03 • 2 • 4 © • 0* 2 6 fr7 5 4 •p3 2 0 m d 0 2 00 11 0 Legend Bus Stop With NO Bench (64) • Ali Baba Ave (5) • NW 135th St (10) o NW 22nd Ave (11) o NW 27th Ave (9) o NW 32nd Ave (6) • NW 42nd Ave (7) O Opa Locka Blvd (11) o Per viz Ave (2) O Sharazad Blvd (2) • Sinb adAve(1) City Limits Int . - Sesame - St %t 35th St (ES) \ Int. - KR MIAMI COUNTY CITY OF OPA-L OCKA & MI AMI DADE COUNTY BUS STOP WITH NO BENCH NW 22nd Ave. (11) 0 F* 4,C:i.:.l:,ci;(6J4) W • fk.. 7 _=i( A)r ''a.-rl:F,�l DO NOT BLOCK lixnxzn D • IQx JVno,os;f.."I F4 1:7M L33: MIAMF COUNTY CITY OF OPA-LOCKA & MIAMI D ADE COUNTY BUS STOP WITH NO BENCH NW 27th Ave. (9) • RIB) \ Int NW 127 th YSt NW:27th A e: OR)_\ Int ._• NW 13St h St. NW 32nd Ave. (6) • jNW z7 %h. .A:Z.t.t(SB),\jl t Per `'G1R 3sV ZODEYIl3.,o i�l IIIIIIIidlLlll 1'illi 1J,11' 11111 oeic a 81. a�,CM' B) \'Inc. - 2t23 Slag. . • , a. .• --•- .- :::C ad BI d"(EB) \It : ,Po v Ave. City of Op a-Iock a Bus Sh elter L ocati on Map AIRPO RT CURTIS RD ® P erviz A ve. (NB) \ Ar abi a Ave . Q P erviz Av e. (SB) \ Jann Av e. Q NW 135th St. (EB) \ NW 42nd Ave . Q NW 135th St. (EB) \ NW 24th Ave . Q NW 37th Ave. (SB) \ NW 135th St . Q NW 37th Ave. (NB) \ NW 135th St . • NW 27th A ve. (SB) \ NW 151St St . © NW 27th Ave. (SB) \ Ses ame St. O NW 27th Ave (NB) \ P eri St .