Loading...
HomeMy Public PortalAbout22-019 - Accepting the proposal of the Brand Advocates for Public Relations and MarketingSponsored By: City Manager RESOLUTION NO. 22-019 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF CUNNINGHAM COMMUNICATIONS CONSULTING COMPANY D/B/A THE BRAND ADVOCATES, INCORPORATED FOR PUBLIC RELATIONS AND MARKETING CONSULTANT SERVICES PURSUANT TO RFP NO. 22-0614100 AND FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR SAME, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED FIVE THOUSAND DOLLARS ($105,000.00) PER FISCAL YEAR; PROVIDING FOR INCORPORATION; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on May 11, 2022, the City of Opa-Locka published Request for Proposals (RFP) 22-0614100 for Public Relations and Marketing Services; and WHEREAS, seven (7) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on June 14, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Cunningham Communications Consulting Company d/b/a The Brand Advocates, Incorporated (Proposer) as the most responsive responsible bidder; and WHEREAS, The Brand Advocates, Incorporated proposed One Hundred Five Thousand Dollars ($105,000.00) per year; and WHEREAS, the City Commission finds that acceptance of The Brand Advocates, Incorporated's proposal for Public Relations and Marketing Services and entering into an agreement, attached hereto as "Exhibit "A", for same, is in the best interest of the City of Opa-Locka and its residents. 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. AUTHORIZATION The City Commission of the City of Opa-Locka, FL hereby accepts the proposal of Cunningham Communications Consulting Company d/b/a The Brand Advocates, Incorporated pursuant to Request for Proposal (RFP) 22-0614100, to provide Public Relations and Marketing Services, in an amount not to exceed One Hundred Five Thousand Dollars ($105,000) per fiscal year. Resolution No. 22-019 SECTION 3. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 22nd day of August, 2022. Veronica J. Williams, Mayor TTEST: nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIEN Burnadette Norris -Weeks, P.A. Moved by: Vice Mayor Taylor Seconded by: Commissioner Davis 2 Resolution No. 22-019 VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: c n / / / . Commission Meeting Date: 08.22.2022 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter Xin box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN Dev IN NI • Image No • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of The Brand Advocates, Inc. for Public Relations and Marketing Consultant Services pursuant to RFP No. 22-0614100 and further authorizing the City Manager to enter into an agreement with The Brand Advocates, Inc. Staff Summary: Request for Proposals (RFP) 22-0614100 was published on May 11, 2022 for Public Relations and Marketing Consultant Services. Seven (7) companies submitted proposals/documents which were certified by the City Clerk on June 14, 2022. The Evaluation Committee reviewed the proposals and subsequently selected The Brand Advocates, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) The Brand Advocates was ranked first. The company is an independent public communications firm and full - service creative agency. Since 1998, they have offered award -winning communication services to several government entities as listed in the RFP document. They committed to provide the subject matter expertise across all scope areas for the City of Opa-locka if selected. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (2nd) Roar Media was ranked second. The company is a strategic marketing -communication consultancy that integrates a full spectrum of services to help institutional, private, and public clients achieve their goals. Since 2008, the company has grown steadily to 50 team members based on their outstanding client service and reputation for delivering innovative, practical, and impactful branding and medial solutions. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (3rd) My PR Guru LLC / My Gov Guru was ranked third. The company consider themselves to be one of the leading South Florida municipal government marketing and communications firm. The have served other government entities as listed in the RFP document. Since 2016, they have provided stellar service to their clients. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (4th) SA Nelson & Associates was ranked fourth. The company is filled with innovators who focus on building brands and businesses. The team is proud to work with municipal clients no matter the size. Their goal is setting a new standard for the marketing of municipalities in Florida. Since 2014, the company has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charges with implementing $293 Million Dollars in funding from the Deepwater Horizon Settlement. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (5th) Freeze Frame Marketing & Media, Inc. was ranked fifth. The company is committed to provide the most efficient service to its clients. They are known for exploring options for partnership, both in the public and private sectors to create events and the inclusion in major political and charitable events throughout South Florida. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (6th) Fox Productions, LLC was ranked six. The company have assembled a team that includes veterans with both public relations and marketing experience. With a team of over talented marketing, advertising, and creative resources, they are available to meet the City's needs. Based on the proposal submitted, the company did not submit a proposed detailed fee schedule which was requested in the RFP document. It was listed that a monthly retainer will be agreed upon and the hourly services will be billed at a rate of $300 per hour. (7th) ESP Media Production Company was ranked seven. The company is uniquely positioned to carry out the scope of services requested by the City with the experience and expertise of their staff. The company is one of the fastest growing minority owned marketing firms in the state. Based on the proposal submitted, the company did not submit a proposed detailed fee schedule which was requested in the RFP document. An hourly rate was listed for staffing to include Senior Staff at $125 per hour, Professional Staff at $75 per hour, Clerical Staff at $50 per hour, and All -Inclusive Hourly Fee of $250 per hour. Financial Impact: Although the selection was based in part on the proposed hourly rates provided by each of the bidders, The Brand Advocates estimated that their fees would be $105,000 per year, although this will vary depending on the number of projects assigned to them. If it appears that this amount will be exceeded during the course of FY 23, staff will return to the City Commission with a recommendation to adjust this amount as appropriate. Charges incurred for the remainder of this fiscal year will be charged to Non -Department Account 19-519312, Other Professional Services, which has $202,157 available. Proposed Action: Staff recommends the City Commission approve the recommendation for The Brand Advocates, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company. As part of the budget process, it will be recommended that this service be budgeted for $105,000 for Fiscal Year 2023. If it appears that this amount will be exceeded as the result of the number of projects assigned to this firm, staff will return to the City Commission with a recommendation as to an appropriate adjustment to fund additional projects. Attachment: RFP No. 22-0614100 Bid Certification Committee Evaluation Forms Bid Proposals Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Darvin Williams, JD, MBA, MPH Telephone (305) 953-2821 Interim City Manager Email: dwilliams@opalockafl.gov To: Mayor Veronica Williams Vice Mayor John H. Taylor, Jr. Commissioner Sherelean Bass Commissioner Chris Davis Commissioner Audrey Dominguez From: Darvin Williams, Interim City Manager Date: June 30, 2022 Re: Resolution: Committee Selection for Public Relations and Marketing Consultant Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF THE BRAND ADVOCATES INCORPORATED PURSUANT TO RFP NO. 22-0614100; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Description: Public Relations and Marketing Consultant Services. Analysis: Bid proposals were certified by the City Clerk on June 14, 2022. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2- 320.1 of the City's Code of Ordinance. The following seven (7) companies submitted proposals/documents: Fox Productions, LLC Roar Media Freeze Frame Marketing & Media, Inc. ESP Media Production Company The Brand Advocates Incorporated SA Nelson & Associates My PR Guru LLC / My Gov Guru The evaluation committee met on June 17, 2022 to review proposals. Members of the evaluation committee included: Name Rating Sandra Bridgeman 5.00 Lubotes Dauphin 5.00 Adelina Gross 5.00 Kierra Ward 3.65 Christopher Wills 1.85 TOTAL 4.10 SA Nelson & Associates Name Rating Sandra Bridgeman 4.90 Lubotes Dauphin 4.10 Adelina Gross 2.35 Kierra Ward 3.60 Christopher Wills 4.30 TOTAL 3.85 Name Rating Sandra Bridgeman 4.90 Lubotes Dauphin 5.00 Adelina Gross 3.00 Kierra Ward 3.95 Christopher Wills 4.40 TOTAL 4.25 Roar Media Name Rating Sandra Bridgeman 4.05 Lubotes Dauphin 5.00 Adelina Gross 3.65 Kierra Ward 2.90 Christopher Wills 5.00 TOTAL 4.12 Sandra Bridgeman, Acting Assistant Finance Director - Consultant TriMerge CPA Lubotes Dauphin, Interim Information Technology Director - City of Opa-locka Adelina Gross, CIP Manager - City of Opa-locka Kierra Ward, Human Resources Director - City of Opa-locka Christopher Wills, Deputy City Clerk - City of Opa-locka Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Experience and Qualifications 25% References 10% Resources and approach 30% Price Proposal 35% Below you will find the selection committee evaluations that include scoring of the seven (7) proposals. The proposals are listed in order from highest to lowest in ranking: The Brand Advocates Incorporated (lst) The Brand Advocates was ranked first. The company is an independent public communications firm and full -service creative agency. Since 1998, they have offered award -winning communication services to several government entities as listed in the RFP document. They committed to provide the subject matter expertise across all scope areas for the City of Opa-locka if selected. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (2Rd) Roar Media was ranked second. The company is a strategic marketing -communication consultancy that integrates a full spectrum of services to help institutional, private, and public clients achieve their goals. Since 2008, the company has grown steadily to 50 team members based on their outstanding client service and reputation for delivering innovative, practical, and impactful branding and medial solutions. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. My PR Guru LLC / My Gov Guru (3rd) My PR Guru LLC / My Gov Guru was ranked third. The company consider themselves to be one of the leading South Florida municipal government marketing and communications firm. The have served other government entities as listed in the RFP document. Since 2016, they have provided stellar service to their clients. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (0) SA Nelson & Associates was ranked fourth. The company is filled with innovators who focus on building brands and businesses. The team is proud to work with municipal clients no matter the size. Their goal is setting a new standard for the marketing of municipalities in Florida. Since 2014, the company has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charges with implementing $293 Million Dollars in funding from the Deepwater Horizon Settlement. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. Freeze Frame Marketing & Media, Inc. Name Rating Sandra Bridgeman 4.00 Lubotes Dauphin 3.00 Adelina Gross 2.65 Kierra Ward 2.75 Christopher Wills 4.10 TOTAL 3.03 Fox Productions, LLC Name Rating Sandra Bridgeman 1.55 Lubotes Dauphin 1.30 Adelina Gross 2.55 Kierra Ward 1.90 Christopher Wills 2.30 TOTAL 1.92 ESP Media Production Company Name Rating Sandra Bridgeman 3.05 Lubotes Dauphin 1.25 Adelina Gross 1.70 Kierra Ward 3.05 Christopher Wills 0.00 TOTAL 1.81 (55h) Freeze Frame Marketing & Media, Inc. was ranked fifth. The company is committed to provide the most efficient service to its clients. They are known for exploring options for partnership, both in the public and private sectors to create events and the inclusion in major political and charitable events throughout South Florida. Based on the proposal submitted, the company proposed a detailed fee schedule that explains the cost and services for each description task. (6th) Fox Productions, LLC was ranked six. The company have assembled a team that includes veterans with both public relations and marketing experience. With a team of over talented marketing, advertising, and creative resources, they are available to meet the City's needs. Based on the proposal submitted, the company did not submit a proposed detailed fee schedule which was requested in the RFP document. It was listed that a monthly retainer will be agreed upon and the hourly services will be billed at a rate of $300 per hour. (7th) ESP Media Production Company was ranked seven. The company is uniquely positioned to carry out the scope of services requested by the City with the experience and expertise of their staff. The company is one of the fastest growing minority owned marketing firms in the state. Based on the proposal submitted, the company did not submit a proposed detailed fee schedule which was requested in the RFP document. An hourly rate was listed for staffing to include Senior Staff at $125 per hour, Professional Staff at $75 per hour, Clerical Staff at $50 per hour, and All -Inclusive Hourly Fee of $250 per hour. Recommendation(s): Staff recommends the City Commission approve the recommendation for The Brand Advocates Incorporated based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company. Attachments: Request for Proposals (RFP) #22-0614100 Bid Certification Committee Evaluation Forms Bid Proposals *** END OF MEMORANDUM*** AGREEMENT FOR PUBLIC RELATIONS AND MARKETING FIRM THIS IS AN AGREEMENT, dated the day of . 2022, between: THE CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY" and CUNNINGHAM COMMUNICATIONS CONSULTING COMPANY d/b/a THE BRAND ADVOCATES, INCORPORATED a Florida Corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, andpayments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which thisAgreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Public Relations and Marketing Consulting Services. 1.2 CITY finds it necessary to seek a professional, full service Public Relations and Marketing firm to provide a comprehensive and innovative plan to keep the Community informed for CITY residents. 1.3 CITY issued RFP 22-0614100 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of July 13, 2022, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Public Relations and Marketing firm ("Plan"). 1.4 Contractor's firm will be responsible for creating a unique, memorable identity for the City of Opa-locka, collecting and analyzing data to develop a clear set of goals, policies and standards for CITY's public image, developing a comprehensive public relations plan, advising on media and public relations strategies in multi -disciplinary efforts to address possible changes to the CITY's physical and social fabric. CONTRACTOR's project team agrees to demonstrate the necessary experience, skills, and understanding to develop a Public Relations and Marketing services for the City. ARTICLE 2 SCOPE OF WORK 2.1 CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the Request for Proposals RFP 22-0614100, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A", Scope of Services. 2.2 CONTRACTOR shall abide by all specifications outlined in RFP 22-0614100 and response to applicable RFP. 2.3 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, and that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR as set forth in CONTRACTOR's response to RFP. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with applicable recognized professional standards and relevant Florida Statutes. ARTICLE 3 COMMENCEMENT OF SERVICES 3.1 The CONTRACTOR shall commence work as directed by CITY upon the effective date this Agreement is executed by both parties. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, for work completed in accordance with this Agreement and RFP 22-0614100. The payment for services pursuant to this Agreement shall not exceed One Hundred Five Thousand Dollars ($105,000.00) per fiscal year. 4.2 CONTRACTOR shall be solely responsible for and shall provide for the payment of workers compensation insurance coverage and premium, and all other insurance pursuant to Article 5 below, withholding taxes, FICA, pension and profit-sharing contributions, retirement contributions, if any, all remunerations; all labor contract compliance, and all other charges, fees, permits and expenses associated with the employment of such personnel provided by CONTRACTOR hereunder. CITY shall bear no responsibility for any such charge, fees, permits or expenses associated with the employment of such personnel by CONTRACTOR. 4.3 Payment to CONTRACTOR for all tasks and charges under this Agreement shall be based on the following conditions: A. Disbursements. There are no reimbursable expenses associated with this Agreement. B. Payment Schedule. Invoices received from CONTRACTOR pursuant to this Agreement will be reviewed by the appropriate financial staff. If services havebeen rendered in conformity with the Agreement, the invoice will be sent to theCity of Opa-locka's Finance Department for payment and may need to be subsequently approved by the State of Florida. C. Availability of Funds. CITY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation from the CITY. D. Final Invoice. In order for both parties herein to close their books and records,the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final bill to the CITY. 4.4 The making and acceptance of the final payment shall constitute a waiver of all claimsby the CITY. It shall also constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled. ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this paragraph and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the CITY prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms ofthe Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period ofthe contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover bodily injury liability and property damage liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrences. Exposures to be covered are: • Premises and Operation • Products/Completed Operations • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. • Personal Injury Coverage with Employee and Contractual Exclusions removed,with minim limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, and must include: • Owned vehicles • Hired and Non -Owned Vehicles • Employers' Non -Ownership. 5.6 The CONTRACTOR shall hold the CITY, the City of Opa-Locka their agents, and employees, harmless on account of claims for damages to persons, property or premisesarising out of the operations to complete this Agreement and name the CITY as an additionalinsured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever onaccount of the work being carried on pursuant to this Agreement. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above - mentioned matters, except in the event that the CITY fails to pay to CONTRACTOR thefees and costs as provided for in Article 4 herein. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees,sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the CITY may possess. The CITY specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CONTRACT BOND 9.1 The bond requirements for this Agreement shall be as follows: NOT APPLICABLE ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase, decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreementas described in Article 2 of this Agreement. Such changes or additional services must be in accordance with a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement shall commence upon execution of this Agreement and shall be effective for one (1) fiscal year with a two (1) year renewable clause, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-Locka City Commission, and availability of annual appropriation 11.2 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes itto be terminated, he shall indemnify the CITY against any loss pertaining to this terminationup to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: this Agreement; RFP 22-0614100, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparingsame shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONTRACTOR withoutthe prior written consent of CITY. For purposes of this Agreement, any change of ownershipof CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for aperiod of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. CITY is a public agency subject to Chapter 119, Florida Statutes. To the extentCONTRACTOR is acting on behalf of CITY pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall: a. Keep and maintain public records that ordinarily and necessarily would be required to be kept and maintained by CITY were CITY performing the services under this agreement; b. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and d. Meet all requirements for retaining public records and transfer to CITY, at no cost,all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidentialand exempt. All records stored electronically must be provided to the CITY. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwiserecover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail or national delivery service withverified confirmation. If by mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Copy To: Contractor: Darvin Williams, Interim City Manager City of Opa-locka Municipal Complex 780 Fisherman Street, Fourth Floor Opa- Locka, FL 33054 Burnadette Norris -Weeks, City Attorney Burnadette Norris -Weeks, P.A. 401 North Avenue of the Arts Fort Lauderdale, Florida 33311 Courtney Cunningham, President 1951 NW 7th Avenue, Suite 300 Miami, FL 33136 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalfof the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those asto which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreementshall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibit hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construedas a waiver or relinquishment for the future of any such provision, condition, or right, but thesame shall remain in full force and effect. 13.16 Verification of Employment Eligibility. Consultant represents that Consultant and each Subconsultant have registered with and use the E -Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Consultant violates this section, Municipality may immediately terminate this Agreement for cause and Consultant will be liable for all costs incurred by Municipality due to the termination. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-Locka ATTEST: BY: Joanna Flores City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: 1 Burnadette Norris -Wee Darvin Williams Interim City Manager CONTRACTOR WITNESSES: BY: Courtney Cunningham, President ATTEST: SECRETARY STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE) SS: BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2022. NOTARY PUBLIC My Commission Expires: EXHIBIT "A" RFQ 2022-0614100 ("RFP"), City of Opa-locka RFP NO: 22-0614100 REQUEST FOR PROPOSAL (RFP) PUBLIC RELATIONS AND MARKETING CONSULTANT CITY OF OPA-LOCKA PUBLIC RELATIONS AND MARKETING CONSULTANT RFP NO. 22-0614100 TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 17 Drug -Free Certification 19 Non -Collusion Affidavit 20 Non -Discrimination Affidavit 21 E -Verify Form 22 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 22-0614100 Public Relations and Marketing Consultant Sealed Proposals for Public Relations and Marketing Consulting Services 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, June 14, 2022 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 Public Relations and Marketing Consultant. 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: 22-0614100 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Tuesday, May 24, 2022 at 10:00 a.m. at 780 Fisherman Street, 4th Floor (Human Resources Conference Room), Opa-locka, FL 33054 and via zoom. Join Zoom Meeting https://us02web.zoom.us/j/4638013145?pwd=UGFpTmFpbE52c2dOZnBTenB4Z21HZz09 Meeting ID: 463 801 3145 Passcode: 780334 One tap mobile +13126266799„4638013145#,,,,*780334# US (Chicago) +16465588656„4638013145#,,,,*780334# US (New York) Dial by your location +1 312 626 6799 US +1 646 558 8656 US +1 301 715 8592 US +1 346 248 7799 US +1 669 900 9128 US +1 253 215 8782 US (Chicago) (New York) (Washington DC) (Houston) (San Jose) (Tacoma) Find your local number: https://us02web.zoom.us/u/k1HRpbFTd City Clerk Joanna Flores, CMC CITY OF OPA-LOCKA RFP NO. 22-0614100 PUBLIC RELATIONS AND MARKETING CONSULTANT PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is requesting proposals from qualified professional consultants to provide Public Relations and Marketing consulting services on an as -needed and on- going basis with experience in creating a unique brand/identity, memorable message development and communication through multiple media formats. 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 1:00 pm on Tuesday, June 14, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-0614100 - Public Relations and Marketing Consultant. 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 five (5) copies (a total of 6) plus one copy on USB Flash Drive 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 14 should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addenda: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The City may distribute 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 reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever 15 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 Proposer's insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be 16 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 affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 17 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka seeks a professional, full -service Public Relations & Marketing firm that will provide a comprehensive and innovative plan that will: • Increase awareness of the City's mission and goals to all stakeholders within the community, • Inform the community about the City's plans and ongoing projects, • Garner public and community support and understanding of the City's initiatives and programs, • Be proactive in identifying and responding to any potential issue that may affect the City of Opa- locka. Qualified firms must demonstrate competence and experience in all areas of expertise required by the scope of services, including, but not limited to: crisis management, brand/identity creation, message development and delivery, event planning, execution and communication, design, costing, placement, and prioritizing multi -phased communication campaigns. Qualified firms must also demonstrate competence in graphic and oral communication to large diverse groups and expertise in facilitating consensus from multiple public and private interests. Of particular importance is the ability to develop a branding/PR Campaign to increase positive perceptions of the City of Opa-locka. Specific tasks may include the following: • Creating a unique, memorable identity for the City of Opa-locka • Developing a comprehensive public relations plan • Reviewing and updating the City's web and social media strategies • Creating slogan/logo/tag line/etc. as appropriate • Directing City communications when the City faces a crisis situation • Improve the public and private sector's perception of the City • Advising on media/public relations strategies in multi -disciplinary efforts possible changes to the City's physical and social fabric • Developing and maintaining a diverse media distribution list and media behalf of the City of Opa-locka • Create/Design flyers for City events and functions • Assist City with planning major events 2-2 PROPOSER QUALIFICATIONS to address contacts on 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 providing public relations and marketing services; established reputation in the public relations and marketing community, 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 public relations and marketing services to governmental agencies as well as private firms (Please provide a list of current and relevant projects, including client names, titles, phone numbers and email address. 18 Please ensure that contact information is current.) • Project Manager shall have a minimum of five (5) year experience in public relations and marketing services. 2-3 TERM OF CONTRACT The term of the contract is anticipated to be one (1) fiscal year with a two (1) year renewable clause, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-locka City Commission and availability of annual appropriation. 19 PART III 1 PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Yz "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 20 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. 3.2.6.3 Provide examples of marketing materials, press releases, etc. as described in the Scope of Services. 3.2.6.4 Identify the specific individual who would serve the City on a day-to-day basis as a primary point of contact and be responsible for the service of the Proposer. The individuals identified shall be available within 24 hours' notice by telephone to accomplish the following: • Attend meetings • Respond to telephone calls • Respond to specific inquiries • Draft and release press releases Include resumes, not exceeding one page each, of all key personnel who will be assigned to the Program. 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, hourly fee. Provide a detailed price breakdown including fees itemized for the following staff: a. Senior Staff; b. Professional staff; c. Clerical Staff. 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 marketing and public relations consulting services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 21 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee 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. 4-2 EVALUATION CRITERIA Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing Public Relations and Marketing services 2. Qualifications and experience of assigned staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar projects for governmental clients including least three references at 10 Resources and approach 1. Adequate resources (financial, equipment, facilities) 2. Capability to undertake the required performance period 3. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 2. Value of added services 35 TOTAL 100 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. 22 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 City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 23 RFP NO. 22-0614100 PUBLIC RELATIONS AND MARKETING CONSULTING SERVICES 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. 24 RFP NO: 22-0614100 PRICE PROPOSAL FORM PUBLIC RELATIONS AND MARKETING CONSULTING SERVICES Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Please note payments will be made on a monthly basis based on progress payments. The City may award multiple firms as available, by description or task, or in its entirety, as deemed in the best interest of the City. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. ITEM DESCRIPTION OF TASK HOURLY RATE: YEAR 1 YEAR 2 YEAR 3 1. Marketing and Branding Plan $ $ $ $ 2. Public Relations $ $ $ $ 3. Press releases generation and distribution $ $ $ $ 4. Social media account and management $ $ $ $ 5. Email newsletter $ $ $ $ 6. Email blasts $ $ $ $ 7. Blogs $ $ $ $ 8. Websites $ $ $ $ 9. Specialized marketing $ $ $ $ 10. Promotional services $ $ $ $ 11. Crisis management $ $ $ $ 12. Consultation services $ $ $ $ 13. Photography $ $ $ $ 14. Videography $ $ $ $ TOTAL PER YEAR: $ $ $ 25 ADDITIONAL SERVICES: PLEASE DESCRIBE BELOW IN ROWS 1-4: ITEM DESCRIPTION OF TASK HOURLY RATE: YEAR 1 YEAR 2 YEAR 3 1. $ $ $ $ 2. $ $ $ $ 3. $ $ $ $ 4. $ $ $ $ SUBMITTED THIS BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 26 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, County, State, Federal, or other 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 an 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. 27 AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 28 CITY OF OPA-LOCKA RFP NO. 22-0614100 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 29 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 PROPOSER 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 PROPOSER 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 PROPOSER, 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 PROPOSER, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPOSER, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPOSER, 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 PROPOSER 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 30 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: State of Florida County of The foregoing instrument was acknowledged before me via plOical presence OR onlin❑ notarizations this day of , 2022. By Personally known OR produced identification Notary Public My Commission Expires E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Fox Productions, LLC Reviewer Name: Weight Experience and Qualification 25% References 10% Resources and approach 30% Price Proposal 35% Total 100% Firm Name: Evaluation Criterion Sandra Bridgeman Rating Score 2 0.50 1 0.10 2 0.60 1 0.35 1.55 Lubotes Rating Dauphin Score 2 0.50 2 0.20 2 0.60 0 0.00 1.30 Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion Sandra Bridgeman Rating Score 5 1.25 4 1.40 4 1.20 2 0.20 4.05 Adelina Rating Gross Score 3 0.75 2 0.20 3 0.90 2 0.70 2.55 Roar Media Kierra Rating Ward Score 3 0.75 2 0.20 2 0.60 1 0.35 1.90 Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Adelina Rating Gross Score 3 0.75 4 1.40 4 1.20 3 0.30 3.65 Kierra Rating Ward Score 3 0.75 3 1.05 3 0.90 2 0.20 2.90 Freeze Frame Marketing & Media, Inc. Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Sandra Bridgeman Rating Score 4 1.00 4 1.40 4 1.20 4 0.40 4.00 Lubotes Rating Dauphin Score 3 0.75 3 1.05 3 0.90 3 0.30 3.00 Adelina Rating Gross Score 3 0.75 2 0.70 3 0.90 3 0.30 2.65 Kierra Rating Ward Score 4 1.00 3 1.05 2 0.60 1 0.10 2.75 Christopher Rating Wills Score 3 0.75 3 0.30 3 0.90 1 0.35 2.30 Christopher Rating Wills Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Christopher Rating Wills Score 4 1.00 4 1.40 4 1.20 5 0.50 4.10 EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion ESP Media Production Company Sandra Bridgeman Rating Score 4 1.00 3 1.05 2 0.60 4 0.40 3.05 Lubotes Rating Dauphin Score 1 0.25 2 0.70 1 0.30 0 0.00 1.25 Adelina Rating Gross Score 2 0.50 2 0.70 1 0.30 2 0.20 1.70 Kierra Rating Ward Score 4 1.00 3 1.05 3 0.90 1 0.10 3.05 The Brand Advocates Incorporated Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 4 0.40 4.90 Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Adelina Rating Gross Score 3 0.75 3 1.05 3 0.90 3 0.30 3.00 SA Nelson & Associates Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 4 0.40 4.90 Lubotes Rating Dauphin Score 4 1.00 4 1.40 4 1.20 5 0.50 1 4.10 Kierra Rating Ward Score 4 1.00 3 1.05 5 1.50 4 0.40 3.95 Adelina Rating Gross Score 3 0.75 2 0.70 2 0.60 3 0.30 2.35 Kierra Rating Ward Score 4 1.00 4 1.40 3 0.90 3 0.30 3.60 Christopher Rating Wills Score 0 0.00 0 0.00 0 0.00 0 0.00 0.00 Christopher Rating Wills Score 5 1.25 5 1.75 3 0.90 5 0.50 4.40 Christopher Rating Wills Score 5 1.25 5 1.75 3 0.90 4 0.40 4.30 EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Reviewer: Sandra Bridgeman Lubotes Dauphin Adelina Gross Kierra Ward Christopher Wills AVERAGE RATING Reviewer: Sandra Bridgeman Lubotes Dauphin Adelina Gross Kierra Ward Christopher Wills My PR Guru LLC / My Gov Guru Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Fox Productions, LLC 1.55 1.30 2.55 1.90 2.30 Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Adelina Rating Gross Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 FIRM SELECTED Roar Media 4.05 5.00 3.65 2.90 5.00 Kierra Rating Ward Score 4 1.00 3 1.05 4 1.20 4 0.40 3.65 Freeze Frame ESP Media Marketing & Production Media, Inc. Company 2.65 3.05 3.00 1.25 2.65 1.70 2.75 3.05 4.10 0.00 1.92 4.12 The Brand Advocates Incorporated 4.90 5.00 3.00 3.95 4.40 3.03 1.81 SA Nelson & My PR Guru LLC / Associates My Gov Guru 4.90 4.10 2.35 3.60 4.30 5.00 5.00 5.00 3.65 1.85 AVERAGE RATING 4.25 3.85 4.10 Christopher Rating Wills Score 1 0.25 2 0.70 2 0.60 3 0.30 1.85 CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RIP NO. 22-0614100 PUBLIC RELATIONS AND MARKETING CONSULTANT I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 2:30 p.m. this 14th day of June, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS 1. Fox Productions, LLC 2100 West Sunrise Blvd, Suite 106 Fort Lauderdale, FL 33311 Contact: Mobile Mike, CEO Tele: 305.401.9696 Email: pr(a mobilemikepr.com 2. Roar Media 55 Miracle Mile, Suite 330 Coral Gables, FL 33134 Contact: Jacques Hart, CEO Tele: 305.606.6839 3. Freeze Frame Marketing & Media, Inc. 12555 Biscayne Boulevard, Ste. 743 North Miami, FL 33181 Contact: Cedric Dawkins, President Tele: 305.804.4287 Email: freezframenyc(a4yahoo.com 4. ESP Media Production Company 1028 E. Park Ave Tallahassee, FL 32301 Contact: Jamie Van Pelt, President Tele: 850.222.0361 Email: jamie(aespmedia.net 5. The Brand Advocates, Inc. 1951 NW 7th Avenue, Suite 400 Miami, FL 33136 Contact: Tasha Cunningham, Managing Partner Tele; 305.335.8466 Email: tasha(&,,thebrandadvocates.com Certification RFP No. 22-0614100 Public Relations and Marketing Consultant 6. SA Nelson & Associates 5883 Caribbean Boulevard West Palm Beach, FL 33407 Contact: Sophia Nelson, President / CEO Tele: 561.531.1876 Email: sophia(ii sanelson.co 7. My PR Guru LLC / My Gov Guru 11419 W. Palmetto Park Road #971402 Boca Raton, FL 33497 Contact: Elliot Cohen, Principal / Owner Tele: 561.676.4949 Email: ellioamypreuru.com Please note that the proposals from ESP Media Production. Co., The Brand Advocates, SA Nelson and Associates and My PR Guru were submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on June 14, 2022. I further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: 4./r+.4.44..eet—Q---...---- Sha'mecca Lawson Assistant City Manager City of Opa-locka Joanna Flores, CMC City Clerk 2 EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Fox Productions, LLC Reviewer Name: Weight Experience and Qualification 25% References 10% Resources and approach 30% Price Proposal 35% Total 100% Firm Name: Evaluation Criterion Sandra Bridgeman Rating Score 2 0.50 1 0.10 2 0.60 1 0.35 1.55 Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion Sandra Bridgeman Rating Score 5 1.25 4 1.40 4 1.20 2 0.20 4.05 Lubotes Rating Dauphin Score 2 0.50 2 0.20 2 0.60 0 0.00 1.30 Adelina Rating Gross Score 3 0.75 2 0.20 3 0.90 2 0.70 2.55 Roar Media Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Kierra Rating Ward Score 3 0.75 2 0.20 2 0.60 1 0.35 1.90 Adelina Rating Gross Score 3 0.75 4 1.40 4 1.20 3 0.30 3.65 Kierra Rating Ward Score 3 0.75 3 1.05 3 0.90 2 0.20 2.90 Freeze Frame Marketing & Media, Inc. Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Sandra Bridgeman Rating Score 4 1.00 4 1.40 4 1.20 4 0.40 4.00 Lubotes Rating Dauphin Score 3 0.75 3 1.05 3 0.90 3 0.30 3.00 Adelina Rating Gross Score 3 0.75 2 0.70 3 0.90 3 0.30 2.65 Kierra Rating Ward Score 4 1.00 3 1.05 2 0.60 1 0.10 2.75 Christopher Rating Wills Score 3 0.75 3 0.30 3 0.90 1 0.35 2.30 Christopher Rating Wills Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Christopher Rating Wills Score 4 1.00 4 1.40 4 1.20 5 0.50 4.10 EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion ESP Media Production Company Sandra Bridgeman Rating Score 4 1.00 3 1.05 2 0.60 4 0.40 3.05 Lubotes Rating Dauphin Score 1 0.25 2 0.70 1 0.30 0 0.00 1.25 Adelina Rating Gross Score 2 0.50 2 0.70 1 0.30 2 0.20 1.70 The Brand Advocates, Inc. Kierra Rating Ward Score 4 1.00 3 1.05 3 0.90 1 0.10 3.05 Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Firm Name: Evaluation Criterion Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 4 0.40 4.90 Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Adelina Rating Gross Score 3 0.75 3 1.05 3 0.90 3 0.30 3.00 SA Nelson & Associates Kierra Rating Ward Score 4 1.00 3 1.05 5 1.50 4 0.40 3.95 Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 4 0.40 4.90 Lubotes Rating Dauphin Score 4 1.00 4 1.40 4 1.20 5 0.50 4.10 Adelina Rating Gross Score 3 0.75 2 0.70 2 0.60 3 0.30 2.35 Kierra Rating Ward Score 4 1.00 4 1.40 3 0.90 3 0.30 3.60 Christopher Rating Wills Score 0 0.00 0 0.00 0 0.00 0 0.00 0.00 Christopher Rating Wills Score 5 1.25 5 1.75 3 0.90 5 0.50 4.40 Christopher Rating Wills Score 5 1.25 5 1.75 3 0.90 4 0.40 4.30 EVALUATION MATRIX RFP No. 22-0614100 Public Relations and Marketing Consultant Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Price Proposal 35% Resources and approach 30% References 10% Total 100% Reviewer: Sandra Bridgeman Lubotes Dauphin Adelina Gross Kierra Ward Christopher Wills Reviewer: Sandra Bridgeman Lubotes Dauphin Adelina Gross Kierra Ward Christopher Wills AVERAGE RATING AVERAGE RATING My PR Guru LLC / My Gov Guru Sandra Bridgeman Rating Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Fox Productions, LLC 1.55 1.30 2.55 1.90 2.30 Lubotes Rating Dauphin Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 Adelina Rating Gross Score 5 1.25 5 1.75 5 1.50 5 0.50 5.00 FIRM SELECTED Roar Media 4.05 5.00 3.65 2.90 5.00 Kierra Rating Ward Score 4 1.00 3 1.05 4 1.20 4 0.40 3.65 Freeze Frame ESP Media Marketing & Production Media, Inc. Company 2.65 3.05 3.00 1.25 2.65 1.70 2.75 3.05 4.10 0.00 1.92 4.12 3.03 1.81 The Brand SA Nelson & My PR Guru LLC / Advocates, Inc. Associates My Gov Guru 4.90 4.90 5.00 5.00 4.10 5.00 3.00 2.35 5.00 3.95 3.60 3.65 4.40 4.30 1.85 4.25 3.85 4.10 Christopher Rating Wills Score 1 0.25 2 0.70 2 0.60 3 0.30 1.85 THE T BRANDi ADVOCATES ON BRAND. ON MESSAGE. ON TARGET. SUBMITTED BY: Tasha Cunningham Managing Partner The Brand Advocates, Inc. 1951 NW 7th Avenue, Suite 400 Miami, FL 33136 (305) 335-8466 tasha@thebrandadvocates.com Table of Contents Letter of Transmittal p. 1 Qualifications and Experience of the Proposer/Team P. 3 Qualifications and Experience of Key Personnel p. 4 Past Performance: Website Redesign p. 11 Past Performance: Electronic Newsletters p. 22 Past Performance: Printed Materials p. 23 Past Performance: Campaign p. 24 Past Performance: Writing p. 24 Past Performance: Special Events p. 24 SBE Utilization p. 25 Appendix p. 25 x 1 4%L:• -1.aaax14149. PTK.U44aR •Sif:: :'.0 • LETTER OF TRANSMITTAL The Brand Advocates (TBA) is an independent public communications firm and full -service creative agency. TBA is a Disadvantaged Business Enterprise (DBE) and a Small Business Enterprise (SBE), certified by Miami -Dade County. We are a Small Disadvantaged Business (SBD), certified by the U.S. Small Business Administration and a Minority Business Enterprise (MBE), certified by the State of Florida Department of Management Services, Office of Supplier Diversity. Our firm specializes in public information, advertising, public involvement, media relations, website development, community outreach and government relations for both public and private sector clients. Since 1998, we have offered our award -winning communication services to a number of government entities such as the Broward Metropolitan Planning Organization (BMPO), Florida Department of Transportation (FDOT), the Miami -Dade Expressway Authority (MDX), the City of Miami Gardens, Miami -Dade County and a variety of other clients. Our team is entirely local, with an office in the City of Miami located at 1951 NW 7th Avenue, Suite 300, Miami, FL 33136 and we are proficient in English, Spanish and Creole. We are thinkers, doers, communicators, connectors and problem solvers who possess direct knowledge managing communications and outreach programs for public sector clients. We have successfully executed outreach for more than 350 public sector projects in South Florida and through our recent experiences, are versed in the requirements for managing public contracts. A TEAM WITH A PROVEN TRACK RECORD OF SUCCESS. TBA has created a dynamic team designed to deliver targeted communication solutions and measurable results that exceed expectations. TBA has served our public sector clients with distinction on numerous projects. Our team also includes a talented collective of community outreach specialists, graphic designers and innovative web designers and programmers. We know that our team will serve as an extension of the City of Opa-Locka staff and we have strategically selected team members with different facets of public relations and community outreach backgrounds to ensure that all aspects of the Scope of Services for this contract are strategically planned and effectively delivered. AN EXPERIENCED TEAM WITH FRESH PERSPECTIVES. Our team brings fresh perspectives and innovative techniques to our work and we are always looking for ways to save our clients time, money and resources. We are well -versed in public sector protocols and procedures and maintain excellent relationships with diverse community partners throughout South Florida. We interact with elected and appointed officials, the media, and community stakeholders.We are ready to hit the ground running and flawlessly perform all tasks outlined in the Scope of Services for this contract including communications and coordination; public relations and customer service; translation and interpreting services; website development and maintenance and preparation of collateral materials. We have worked extensively throughout South Florida, including Broward, Miami -Dade and Monroe counties. We develop and implement strategic marketing plans, coordinate groundbreakings, ribbon cuttings, public meetings, and special events. We excel at creating innovative campaigns, conveying complex concepts to the public - on the web, in writing and visually. We develop marketing and public relations plans, conduct customer surveys, brief the media and elected officials and stay on top of trends in transportation and public communications to forecast upcoming tasks and activities. We maintain excellent relationships with local, state and regional elected officials and the media. We can handle coordination with reporters, editors, mayors, senators, council members, commissioners and their respective staff in both Florida and Washington. Tab 02: Letter of Transmittal i Page 1 FISCALLY RESPONSIBLE PROJECT MANAGEMENT. Upon contract award, our team will manage all operations necessary for contract mobilization, including the movement of personnel, equipment and supplies. Our team members are equipped with laptops, smart phones, cameras, Internet access and the most current software, assuring the City maximum efficiency on this contract. We are available 24/7 and respond to inquiries within one hour. We can also be on -site, in -person, in less than 30 minutes, if needed. Our team understands the BID's organizational structure, procedures and reporting protocols. We follow established protocols when communicating with elected officials, the media and other stakeholders, while operating within Florida's Sunshine Law. We develop and implement tools, strategies, sponsorships and partnerships necessary to maximize outreach while addressing questions and concerns quickly and effectively. All materials our team develops will be created in accordance with Associated Press (AP) Style. We translate information into both Spanish and Haitian Creole while adhering to rigorous quality control practices; working within established budgets, schedules, and project timelines and following all established processes to obtain approvals. Our internal and external communications processes ensure that schedules are met, deliverables are produced correctly, and milestones are hit. Our team will manage and monitor budgets and process invoices in a timely manner without errors or issues, ensuring the City has a seamless invoice processing experience with our team, which includes the development of Letters of Authorization (LOA) and Task Work Orders (TWO). We have learned from our extensive experience and possess exceptional contract management skills that will ensure the City gets high quality, accurate and thoroughly checked work product, the first time around. We are reliable, respected, trustworthy and committed both as experienced professionals, and as a team. There is no learning curve with the TBA team. Our reputation for responsiveness and reliability speaks to our team's values, which are closely aligned with those of the City of Opa-Locka — integrity, respect, commitment, trust, customer -focused and service driven. Our extensive staff resources and financial stability assure that we can undertake all contract obligations and meet expectations to achieve a high return on the City's investment. TBA has met the rigorous financial requirements for participation in programs administered by the State of Florida and the U.S. Small Business Administration and we understand the importance of maximizing every dollar spent on this contract. Our team offers the City innovative ideas for maximizing branding and community outreach efforts, sound strategies for educating the public about the City and proven techniques for delivering successful results on this contract. We meet all prerequisites set forth in the Scope of Services. We have assembled a stellar team, experienced in all facets of municipal operations that possesses the capabilities, resources and experience required to successfully execute all tasks in the Scope of Services for this contract. In the following proposal, we address each task item in the Scope of Services and our creative approach to ensuring success. We will clearly demonstrate that we have the resources, depth of experience, creative ideas, qualified staff and availability to successfully execute this contract. Sincerely, Tasha Cunningham, Managing Partner Tab 02: Letter of Transmittal Page 2 GENERAL INFORMATION Name of Business. The name of the firm is Cunningham Communications Consulting Company, d.b.a. The Brand Advocates, Inc. Mailing Address and Phone Number. Our mailing address is 1951 NW 7th Avenue, Suite 300, Miami, FL 33136. Our phone number is (305) 671-3177. Names and contact information of persons to be contacted for information or services if different from name of person in charge. The project manager for this contract is Tasha Cunningham. Her e-mail address is tasha@thebrandadvocates.com. Her direct office phone number is (305) 671-3177 x 700 and her mobile phone number is (305) 335-8466. Normal business hours. Our office is open Monday through Friday from 8:30 a.m. to 6:00 p.m. State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). The Brand Advocates, Inc. is a S -Corporation. Give the date business was organized and/or incorporated, and where. The Brand Advocates, Inc. was formed in 1998 and incorporated in the State of Florida. Give the location of the office from which the work is to be done and the number of professional staff employees at that office. Work on this contract will be performed from our Miami office, located at 1951 NW 7th Avenue, Suite 300, Miami, FL 33136. There are six professional staff employees that work from this location. 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. The Brand Advocates, Inc. is an independently owned and operated firm. It is not a parent or subsidiary of a group of firms and does not have a parent company. 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. The firm holds a Certificate of Status from the State of Florida. A copy of the certificate is included in Tab 09: Additional Forms. Tab 03: General Information Page 3 PROJECT APPROACH Describe in detail your proposal to fulfill the requirements of the Scope of Services listed in Section 2.2 of this RFP. Understanding of the City's Needs, Goals and Objectives The Brand Advocates team understands that the City of Opa-Locka is looking for a qualified firm to develop a branding and public relations campaign to increase positive perceptions of the City. Because we have over 20 years of experience working with municipalities on branding and public relations campaigns, we believe we are uniquely qualified to work with the City and provide outstanding service on this contract. We know that the City has four specific goals that must be fulfilled as part of this contract, including increasing awareness of the City's mission and goals, informing communities about the City's plans and ongoing projects, garnering public and community support and understanding of the City's initiatives and programs, and being at the forefront of any potential issue that may affect the City. This is an area where our firm excels. We have developed and executed successful award -winning branding and public relations campaigns for municipalities like the City of Miami Gardens, the City of Kissimmee, the City of Altamonte Springs; major brands like Hyundai, Johnson & Johnson, Brightline and many others. With each campaign, we bring maximum value to our clients and negotiate sponsorships and media buys that achieve a high Return on Investment (ROI). Approach to Managing the Contract We understand that successfully managing this contract requires knowledge, responsiveness, flexibility, and availability. Our approach to project management is built on five essential tenets that serve as the foundation of our plan — reliability, flexibility, fiscal responsibility, creativity, and quality. The City of Opa-Locka can count on our team because we understand how to successfully manage and implement contracts for multi -county transportation systems. We are proactive and anticipate the needs of our clients, assess their risk, and recommend cost-effective solutions to solve problems and resolve issues. Whether it is with other consultants or staff, TBA works collaboratively to achieve the best results for our clients. We offer creative, results -oriented, responsive service. We implement techniques that achieve outstanding results, all while carefully monitoring the budget and watching our clients' bottom line. We coordinate closely with our transportation partners, throughout Florida and nationally, to foster productive relationships and leverage strategic partnerships with stakeholders, the media, community leaders, elected officials, and governmental staff. Successfully coordinating tasks on this contract requires clear communication, effective policies and procedures and a thorough understanding of roles and responsibilities. Our team's internal communication system is thorough and well -documented. We develop written responsibilities, policies, procedures, and communications protocols for our entire team to follow because want to ensure that all staff follows the plan, so every task is completed, on time, on budget and on deadline. We function as a seamless unit with a clear understanding of who does what; why they do it and how it fits into the project. Our team has proven we can control costs, while delivering exceptional service. Tab 04: Project Approach I Page 4 Our proposed Project Manager, Tasha Cunningham, will lead efforts to coordinate and track day-to-day activities, ensuring client satisfaction, and monitoring deliverables and schedules on this contract. Ms. Cunningham is an award -winning Project Manager with over 20 years of public sector contract management experience. She holds a national Certified Associate in Project Management (CAPM) credential from the Project Management Institute (PM!) and a certificate in Project Management Principles and Practices from the University of California, Irvine. Ms. Cunningham will ensure contract tasks are delivered on time and to the highest standard of quality for the City of Opa-Locka. She has served as a Project Manager on public sector contracts for the Florida Department of Transportation (FDOT), the City of Miami Gardens, the City of Kissimmee, the City of Altamonte Springs, the Broward Metropolitan Planning Organization, and the City of Vero Beach, to name a few. Ms. Cunningham meets with the entire team at the start of a contract to review all primary elements of each assignment we receive from the City to ensure that everyone on the team knows and understands their role, the goal of the assignment, timelines for tasks, the budget and all operating protocols and procedures. This will ensure that every team member understands his/her role on the contract. Ms. Cunningham meets weekly with each team member to discuss project progress, upcoming events, community issues, status of contract budget and upcoming deadlines. She develops a Six Week Look -Ahead Schedule and uses collaboration software like SharePoint and Asana, which gives our entire team access vital documents, schedules, and upcoming deadlines. Ms. Cunningham will regularly coordinate with City maintaining open lines of communication to ensure that all tasks and responsibilities are carried out in compliance with the specified Scope of Work. This includes overseeing the planning and execution of task assignments, quality control and staffing requirements needed to successfully satisfy this contract. These proven techniques have helped our team build a solid reputation for responsiveness. We respond within one hour of receiving a call or e-mail from the City and can be present in -person, when needed, within 30 minutes of being contacted. We continuously monitor personnel performance as part of our contract management protocols. We build staff redundancy into our contracts and can have qualified back-up staff deployed at a moment's notice. In Ms. Cunningham's absence, Account Coordinator Orlando Espinosa will step in to handle all project management duties, including coordinating quality control reviews, meeting with staff weekly and tracking resources. These redundancies ensure that our clients are always covered, and workflows are seamless. Approach to Fulfilling the Scope of Services Following is our team's proposed approach to executing each task in the Scope of Services for this solicitation. TASK 1: Creating a unique, memorable identity for the City of Opa-Locka. We know that creating a brand identity for a municipality is a complex endeavor. Your brand is made up primarily of the values that you convey as a municipality and a major part of that is what you want people to feel when they interact your city. To create a memorable brand identity for the City of Opa-Locka, our team will take the following steps: Tab 04: Project Approach Page 5 • Conducting market research. We will conduct research to learn what the market's perceptions are about the City of Opa-Locka. The City has come a long way over the years and we want to convey the successes, while carefully reframing the conversation around what the future holds in terms of tourism, economic development and business growth. Market research will help our team create a baseline from which we can work to create a new brand identity for the City. Developing a Value Proposition Statement. What makes the City of Opa-Locka unique? What can the City offer that others can't? Knowing the difference between what makes the City unique in comparison to surrounding areas is imperative to developing a successful brand. Our team will develop a Value Proposition Statement for the City that will be used to guide our branding efforts. Conducting a SWOT analysis. Our team will conduct a thorough SWOT analysis to determine the City's strengths and weaknesses. We will also examine opportunities and any threats. By conducting a SWOT analysis, we will be able to identify key points that we can use in developing the new brand identity for the City. TASK 2: Developing a comprehensive public relations plan. We know that having a comprehensive public relations plan is an asset for any municipality. It's a tool that enables a municipality to build brand awareness, earn trust with key target audiences and keep stakeholders engaged and excited. The TBA team will use a data -driven approach to successfully develop and deliver a public relations plan that will serve as the road map to guide public relations, crisis communications and reputation enhancement efforts on behalf of the City. First, we will conduct market research and gather the data we need to learn more about how the City is perceived by key target audiences. We want to understand what resonates with them when they think about visiting, relocating to or investing in the City of Opa-Locka. This information will help us create strategies and tactics that hit the mark and result in positive articles, blog posts and other editorial coverage. Next, we will analyze key findings and provide our recommendations in a comprehensive public relations plan. In addition, our team will do the following: • Understanding the Current Communications Scenario. We want to know how the City have been covered by the media in the past in order to develop a comprehensive blueprint for communications in the future. We want to understand how the City communicates with the media. We want to develop a deep understanding of the communications landscape the City has been operating in, particularly as it relates to both internal and external stakeholders. • Conducting a Communications Audit. As part of the plan, we will conduct a thorough assessment and review of the City's current media and brand assets including press kits, logos, fact sheets, brand guidelines, social media policy and other materials used to communicate with reporters, editors, bloggers, TV producers and other members of the press. This process is known as a communications audit. In order to be successful, we need to create a framework for the audit. We will take a thoughtful look at the City's brand to establish its current performance in the marketplace. We will review the last 24 months of press coverage, online reviews, social media posts and other materials. We will discover the brand's strengths and weaknesses from a communications perspective which will allow us to align our public relations strategies more closely with the expectations of the City's key target audiences. Tab 04: Project Approach Page 6 Establishing Goals and Objectives. We know that the City wants to evolve its public relations program, change public perception and increase positive coverage of the municipality. TBA will work closely with the City to determine what will be achieved as a result of implementing the PR plan. What are our goals and how are we going to measure them? We want establish goals that are specific, measurable, attainable, relevant, cost-effective and timely to best serve the City. • Defining the Audience. Who are you trying to reach and what do you need to communicate to them? The answer to this question is crucial. Defining our target audiences is one of the most important tasks when developing a comprehensive PR plan. It's the foundation of an effective strategy. We understand the City would like to target and engage with business owners, residents, tourists and site selectors to consider the City of Opa-Locka. But we want to go deeper to learn more. To do that, we will consider demographics with information like age, location, gender, income and education levels, marital status, occupation and ethnic background. We will also look at psychographics with data like interests, hobbies, lifestyle, attitudes and values. This information will allow us to get to know our target audiences by doing a deep dive into what motivates a particular action, such as book a vacation, find a restaurant or locate a new business. By developing a keen understanding of our target audiences and how they behave, we will be able to create customized content that resonates with them. • Developing Strategies and Tactics. How are we going to communicate with our key target audiences? What are the most effective strategies we can employ to reach them? Our team will develop innovative strategies and techniques designed specifically to reach the target audiences we identify. • Creating a Crisis Communications Plan. We understand that the City does not have a formal crisis communications plan in place. TBA will develop a plan as part of the PR plan. To create the plan, we will anticipate impactful issues, build a team and establish their roles, designate their roles, designate a spokesperson, develop a media statement and identify techniques to ensure we swiftly to minimize the damage in the event of a crisis while showing compassion to those affected. We will establish an early warning system and develop policies for debriefing after a crisis and implementing changes as a result of lessons learned, if any. • Developing an Action Plan, Timeline and Budget. It is imperative that we establish project milestones, timelines and schedules to stay on track. Our team will work with the City to recommend an Action Plan that delivers results. We will also create a budget to ensure that resources are being spent effectively, yielding the best Return on Investment (ROI) for the City. • Measuring and Evaluating Effectiveness. We will use a combination of campaign metrics, benchmarking and surveying/focus groups to measure and evaluate the effectiveness of our PR plan. We will determine the right combination and measure audience engagement every step of the way. We will present results in monthly campaign reports to the City that track metrics like: Volume of media coverage Website analytics Social media engagement and reach Tab 04: Project Approach Page 7 TASK 3: Reviewing and updating the City's web and social media strategies. For this task, our team will build upon the communications audit we are going conduct as part of developing a comprehensive public relations plan. We will thoroughly review the City's web and social media strategies and formulate recommendations for updates. TASK 4: Creating slogan/logo/tagline/etc. as appropriate. Creating a new logo. We understand that a memorable logo, built around eye-catching visuals and a repeatable tagline, can play a significant role in changing public perceptions about a municipality. Creating a standout logo calls for an image, and perhaps a phrase, that focuses attention on what the City has to offer. The design elements of a logo must play off the mission, services, and products of the City to deliver a solid return on the City's branding investment. To accomplish this task, our team will ensure that the logo we create has a strong, balanced image with little excess that would otherwise clutter its look. We will make sure it is distinctive and bold, making it easy to see at a glance. The logo will have stunning graphic imagery and works well with the City of Opa-Locka name. We will make sure it is done in an easy -to -read font, looks good in black and white, as well as in color and looks good on a webpage and in print. Creating an engaging tagline. To develop a new tagline for the City, our team will hold brainstorming sessions with staff. From these sessions, we will develop tagline examples that we will bring back to staff for further consideration. Once a tagline has been selected, we will hold focus groups with staff and a small segment of the public to showcase the logo and tagline combinations our team has created. From the focus groups, we will be able to select and finalize a new logo and tagline for the City. TASK 5: Directing City communications when the City faces a crisis situation. Crisis communications is an essential component of any PR plan that we create for a client. We believe in always being prepared - before, during and after a crisis situation. Following are the central principles we follow when we build out a crisis communication plans. Building Trusted Relationships with the Press Before You Need Them. Nearly 100% of crisis management is the story a client tells in their defense. Although social media is an incredibly impactful communications tool, people form opinions through traditional news vehicles. Our first step should be to identify journalists at the most influential media outlets that cover the City's brand. Once identified, we arrange quarterly visits with the leadership of a client's organization to develop relationships with those journalists. These relationships can result in more positive stories, but more importantly, the level of trust you build will help when a crisis hits. Preparing Responses to Likely Scenarios. A client may get a call from a journalist who has to file a story quickly and only gives an hour to respond. But our clients are prepared for this scenario because we develop reactive media statements on likely adverse scenarios ahead of time, making our responses stronger and more impactful. A prepared statement will also help avoid internal chaos trying to search for input at the last minute. We also develop background information a journalist could use. We also identify any third -party influencers who could support a client's situation. Identifying a Crisis Team and Identify a Spokesperson. It is crucial that the right members of a client's crisis team are identified to speak with the media. We collaborate closely with clients to identify the most knowledgeable and responsive team members. Tab 04: Project Approach Page 8 • Developing a Crisis Contact Protocol. Who do you contact in the event of a crisis? It's imperative that important contact information be stored securely and should include outside legal counsel and PR agency information. We also set up e-mail distribution groups, and work with our clients to look into the potential need to develop a micro -site dedicated to the crisis. • Developing Early Warning Systems. Knowing about a potential crisis ahead of time is possible if there are early warning systems in place. We work with our clients to create simple systems that can them early to situations that could turn into larger reputational problems and hit the press. • Monitoring Reputation Online. We use monitoring tool to track online discussions about a client. We also use a social media monitoring service to check daily for any negative conversations about a client. • Conducting Media Training. We develop and facilitate media training for our clients to ensure that everyone from executive leadership to outside consultants know how to work with the media. We also develop training reference materials, which we make available online via corporate intranet or other secure means. • Communicating the Crisis Policy Internally. Our clients want to make sure all employees and partners are aware of their crisis communications plan. We work with clients to provide updates to all employees. We have also worked with clients in the past to run specific training sessions. Employees should know never to comment to the press on issues, but to instead route requests to designated spokesperson. Likewise, they should also refrain from responding to situations on social media. We help our clients craft crisis communication plans that ensure their brand is protected at all times. TASK 6: Improve the public and private sector's perception of the City. People often confuse public relations (PR) and marketing. PR activities are designed to sell a brand through positively managing the way it communicates with its stakeholders. Marketing activities, on the other hand, are designed to generate revenue, while PR creates a positive reputation through an effective communications and outreach strategy. Where PR is the professional maintenance of a favorable public image by a company or organization, marketing is the business of promoting and selling products or services, which includes market research and advertising, to improve the public's perception. A PR professional uses the media to create awareness. PR professionals use social media to communicate with audiences, publications to provide information to audiences, and even advertising to drive awareness to content. PR professionals use trusted third parties like publications to create social proof and trust in our company and its products and services. A marketer uses the media to generate demand. Marketers use social media to trigger need, to pose questions, to highlight implicit problems audiences have that a company will solve. Marketers use advertising to reach audiences that aren't able to be reached organically. Our team knows the difference and works closely with our clients to develop effective PR and marketing strategies and tactics that align with client goals. Tab 04: Project Approach I Page 9 A typical marketing scope for our firm often includes: Creating engaging advertising campaigns for new programs and initiatives. ■ Buying advertising slots to support campaigns on relevant media platforms like radio, TV and online). ■ Conducting relevant research to help drive the direction of marketing campaigns. ■ Drafting a weekly newsletter for clients. We believe in call -to -action marketing. We work with our clients to create methods that result in key target audiences to do something - join a mailing list, share a post on social media, write a review online or create a blog post. Our team understands that we will be working with the City to enhance the brand and increase awareness of City programs, activities, events and amenities. Branding is at the core of any marketing strategy. Therefore, it is essential to clearly define who a client is as a brand. As such, the public relations plan we create as part of this contract will include a section on how the City can develop an overall integrated approach to marketing that deliver exceptional Return -on -Investment (ROI). TASK 7: Advising on media/public relations strategies in multi -disciplinary efforts to address possible changes to the City's physical and social fabric. Our team will work closely with the City and follow the public relations plan that we create to ensure that we advise City staff on strategies and techniques to address any possible changes to the City's physical and social fabric. The tools identified in the public relations plan will ensure that this effort is seamless and successful. TASK 8: Developing and maintaining a diverse media distribution list and media contacts on behalf of the City of Opa-Locka. Every day, our team interacts with national, state, regional and local media to pitch stories and convey ideas to reporters, editors, bloggers, influencers and content producers. We maintain comprehensive media databases that are updated on a monthly basis. We will make these contacts available to the City as we plan and execute public relations initiatives. TASK 9: Create/Design flyers for City events and functions. Graphic design is another area where our firm excels. We create award -winning visuals, flyers, infographics, print ads and other material to help municipalities share information with the public. For this contract, our team includes a dedicated creative director and graphic designer who will lead the City's design efforts. TASK 10: Assist City with planning major events. Our team assists our municipal clients with major events like press conferences, groundbreakings, concerts, charity galas and other events. We handle tasks related to concepting, event management, media relations, creative design, scripting, video production and other activities to make each event successful. For this contract, our team will work with the City promote and plan upcoming major events, generate ideas for new events - online and in -person. Tab 04: Project Approach 1 Page 10 arm 4;%- /A.4koow" ^I O` i go- a 310, A 111` SNOLINJILTVIVflo QNV NONHIIIHdXrA : o IYs A EXPERIENCE AND QUALIFICATIONS Specify the number of years the Proposer has been in business. The Brand Advocates, Inc. has been in business for over 25 years. We are an S -Corporation, incorporated in the State of Florida. Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. The Brand Advocates (TBA) is uniquely qualified to provide services on this contract. In addition to our 25+ years of experience, our team offers a number of value-added benefits to the City, including responsive service, crisis communication services and strong fiscal management. Responsive Service At TBA, we don't leave our clients hanging. When you call or email one of our team members, we will return your call or respond to your email within one (1) hour of receipt. Crisis Communications Our firm has directly handled crisis communications for public sector clients like the Miami -Dade Expressway Authority, the Florida Department of Transportation, Jackson Health Foundation and others. We develop Crisis Communications Plans for our public sector clients and create the procedures and protocols necessary to ensure that our clients are distributing accurate information to the public at all times in the event of a crisis. Strong Fiscal Management The TBA team controls costs on projects by utilizing internal financial control software that tracks costs and provides accurate budget management. We monitor and anticipate costs associated with new projects that come online, develop realistic budgets, adjust and delegate existing resources and forecast budgetary needs. Through this process, the TBA team can maintain an accurate picture of the contract budget at all times. We implement service reliability measures that help us to track and adjust our techniques and performance. These measures include anticipating the needs of our clients, adhering to budgets and contract terms and ensuring strict adherence to project schedules and deadlines. Having these measures in place allows our team to ensure that we are providing the highest level of service quality and reliability. With the TBA team, you won't have to rely on outside vendors for services like graphic design, website updating, video production, collateral development and photography. The City can take advantage of our team's in-house capabilities, eliminate uncertainty and ensure that campaigns and special projects are completed on time. We coordinate and track day-to-day activities and schedules and commit to invoicing the City for staff services and expenses in a timely manner, every 30 days. We will continuously review the Scope of Services to ensure the maximum level of client satisfaction is achieved at all times. Experience with Task Work Orders We have extensive experience with Task Work Orders (TWOs) and have worked with them on contracts for FDOT, MDX, Miami -Dade County and the Florida Finance Housing Corporation, among others. Before we begin any communication or outreach tasks on this contract, we must first get permission from the City in the form of a Letter of Authorization (LOA). This will be clearly set forth the tasks to be accomplished for the specific time period covered in the LOA. Once this is completed, our team will have constant and Tab 05: Experience and Qualifications Page 11 Attention to Quality Control and Timelines Time is critically important to delivery of excellent work product, which is why we build extra time into internal quality control processes and procedures. Our quality control protocols are based on clearly defined roles and responsibilities for each member of our internal Quality Control Team. Whether it's a fact sheet, talking points, website update, social media post or a print ad, the City can be assured we will deliver quality work product the first time around and error -free work, completed in a timely manner. We establish and implement realistic planning and scheduling, and adhere to established deadlines and milestones to ensure success on every assignment we are given. We are a savvy team with the resources, management know-how, staff availability, and award -winning expertise and knowledge to successfully execute the tasks identified in the Scope of Services for this contract. Ms. Tasha Cunningham will serve as the day-to-day Project Manager for this contract. She will be available to the City to attend meetings, respond to telephone calls, respond to specific inquiries and draft and distribute press releases. Tab 05: Experience and Qualifications I Page 12 Provide examples of marketing materials, press releases, etc. as described in the Scope of Services. The Brand Advocates is a certified Disadvantaged CLIENT: Business Enterprise (DBE) and Small Business CITY OF MIAMI GARDENS Enterprise (SBE). We are a boutique, 10 -person firm, located in nearby Wynwood. We bring decades of experience in all areas of the Scope of Services including public relations and crisis communications. Our award -winning firm specializes in handling the communications needs of public sector agencies, and national and regional brands. Following is an overview of experience in the Scope of Services and the key target audiences. The Scope of Services for this procurement specifically calls attention to several areas where the City would like to focus efforts for this branding initiative. Our firm has extensive experience in each of these areas. Creating a comprehensive communications program is about more than just logos and taglines. It requires experience, knowledge of industry trends, foresight and creativity. We have created brand identities that create buzz and win awards. Following is a snapshot of our experience: CLIENT: JOHNSON & JOHNSON Layout - Main Images ,1 .re, :v.h: o: IJI •Jot r„/ l,ee.l, el,. I••nnL...b. •..N: r.. :1 Wia.md.lmd..,• _cty �yato,la•w•.d 1'narc ,,o,. be craaa.�-n I..,i V,l,e:..l w..,Y rl .ii.alel ir..,Alr Ilv . .+Alo".nn ts` rM1iil orJ k: /L.• ��•��.v, r., ••_ ar Mama I,•rr.d Inog: •.:rli G•ado.o Bo3e.�.1 T.mTJ. Our firm has created multiple brand campaigns for our private sector clients like Johnson & Johnson and municipal clients like the City of Miami Gardens. For Johnson & Johnson, we recently developed a brand identity, brand guidelines and a targeted global campaign for the company's Mentor division. So far this year, this effort has won three national awards including a Silver Davey Award for Best Brand Identity. Our firm specializes in building brand campaigns that are rooted in solid data. To develop the brand identity for Johnson & Johnson's new Mentor division, our team surveyed key target audiences including woman recovering from breast cancer, the internal sales staff and others. For the City of Miami Gardens, our firm developed a public relations plan and provides ongoing media relations support for the Hard Rock Stadium Pedestrian Bridge and Tunnel Project. This $17 million project will prepare the stadium for major events in 2019 like the Super Bowl and the Jazz in the Gardens concert. This is a signature project for the City of Miami Gardens and involves the coordination and cooperation of multiple community and governmental organizations, spearheaded by our firm. CLIENT: MIAMI-DADE EXPRESSWAY AUTHORITY (MDX) News Platinum Awards Our firm worked with the Miami -Dade Expressway Authority (MDX) to create the project branding and all associated collateral materials for the MDX Frequent Driver Rewards Program, a one -of -kind toll rebate program that offered drivers up to 30% cash back on the tolls they spent each year. In 2015, the program won a PR News Platinum PR Award in the Community Relations category. The program also garnered local and national PR attention, resulting in over more than $500K in earned media. for the agency. Tab 05: Experience and Qualifications Page 13 CLIENT: FLORIDA HOUSING FINANCE CORPORATION Providing counseling and other services for families at risk of foreclosure, tar !'n.ue u,frm,iai r, vittil www.Ftoridatiousing.org d/ The Brand Advocates is the Agency of Record (AOR) for the Florida Housing Finance Corporation, a state agency focused on affordable housing. In 2017, the firm launched a comprehensive, multilingual brand awareness campaign to promote the agency's Foreclosure Counseling Program, which encouraged homeowners on the brink of foreclosure to partner with a local agency to modify their mortgages and stay in their homes. We created branding, developed a strategic marketing plan, placed over $250K in media buys statewide and earned more than $200K in free media for the initiative. As a result of our efforts, participation in the program increased by more than 30%. CLIENT: FLORIDA DEPARTMENT OF TRANSPORTATION Since 2010, our team has worked with the Florida Department of Transportation (FDOT) on a number of transportation projects to increase community engagement. Most notably, the SunRail Commuter Rail Project in Central Florida, which encompasses Orlando and surrounding areas. Our team was tasked with preparing FDOT to launch new commuter rail service in Central Florida. This required an extensive community engagement campaign to bring residents, business owners and tourists out of their cars and into the train. For the start of revenue service in 2014, our team was tasked with ensuring that at least 25,000 passengers rode the train on opening day. Our efforts included making hundreds of presentations in Central Florida and surrounding areas, reaching out to local business as part of the SunRail Business Development Program and developing the #RideSunRail social media initiative to promote opening day across multiple platforms. As a result, over 60,000 people rode the train on opening day and we garnered national PR attention on MSNBC, CNN and other outlets. CLIENT: CITY OF KISSIMMEE GATEWAY AIRPORT Why Does the Aerospace Industry Continue to Grow at Kissimmee Gateway Airport? 1. 2. 3. Kissimmee Gateway Airport (KGA) offers special incentives for the aerospace industry, including commercial space activity, manufacturing equipment, maintenance and repair. Tlie airport's location as a gateway to space and a strategic air traffic hub for the Western Hemisphere will help your business soar to new heights. Kissimmee offers a robust industry workforce, from rocket scientists to pilots, that stands ready to help your business grow. 4 Florida is a top -ranked destination in the U.S. for • aerospace manufacturing businesses. KISSIMMEEGATE lAY www.KissimmeeAirport.com #DiscoverKGA The Brand Advocates is the Agency of Record (AOR) for the Kissimmee Gateway Airport. This general aviation airport is owned by the City of Kissimmee, in Central Florida. We recently launched a series of print ads and editorial placements for a campaign called "Count on Kissimmee" to promote the airport's proximity to major innovation hubs like NeoCity, tourist attractions like Disney and aerospace facilities like the National Aeronautics and Space Administration (NASA). The ads are currently running in Florida Trend and Site Selection Magazine, among other publications. In 2020, the firm won a national Communicator Award for our work. Tab 05: Experience and Qualifications Page 14 Tourism is a critical component of the City's public relations plan. Our firm has experience working with municipalities on campaigns that promote sustainable tourism by educating visitors, residents and business owners about how small changes in their behavior can help preserve the environment in the City of Key West. CLIENT: CITY OF KEY WEST From 2011 to 2015, the Brand Advocates team was tasked by the City of Key West Sustainability Office to create a campaign that encouraged residents, tourists and business owners to adopt green behaviors and do their part to preserve the pristine "island" lifestyle the City affords. Services provided for this project included branding, messaging, graphic design, creative development and media buying. This project was completed on -time and on budget. Pi Dailys 2018 Nonprofit PR awaiteisi CLIENT: JACKSON HEALTH FOUNDATION The Brand Advocates serve as the Agency of Record (AOR) for Jackson Health Foundation. In 2018, the foundation partnered with Bal Harbour Shops to create an annual signature event to raise funds for Holtz Children's Hospital, one of the largest children's hospitals in the southeast United States. The event, called Ice Cream We Love, is a fun -filled weekend featuring a curated lineup of delicious ice cream vendors from around the United States. In 2018, the event was attended by over 3,000 people including local residents to tourists from around the world. The event honors Stanley Whitman, the founder of Bal Harbour Shops. Our team handled public relations and creative design. We partnered with reporters and editors to promote the event resulting national coverage from media outlets like CNN and won a 2018 PR Daily Non -Profit PR Award. Tab 05: Experience and Qualifications 1 Page 15 2022 .R - .`.' .40 `- 1 J1 t1. l 1 iTT inlir United States VERO BEACH REGIONAL AIRPORT OPPORTUNITY ABOVE AND BEYOND Vero Beach Regional Airport Vero Beach Regional Airport Website Entrant Company The Brand Advocates, Inc. Category Website - Transportation in GOLD W1NNEP v;bey y1� f Tab 05: Experience and Qualifications I Page 16 2022 United States F beach Discover.. St.cni. Dine. Play. City of Fort Lauderdale Beach Business Improvement District FTLBeach Entrant Company The Brand Advocates, Inc. Category Corporate Identity - Logos in 0 VIP S1LVEf= VVINNCR f :: Tab 05: Experience and Qualifications Page 17 2022 United States Kissimmee Gateway Airport "Let's Talk Aviation" Advertorial Entrant Company The Brand Advocates. Inc. Category Branded Content - Advertorial in 7 f 4.. .o. Tab 05: Experience and Qualifications Page 18 1 GiveMiamiDay Jackson Health Making nura&. Jackson Health System/Jackson Health Foundation Jackson Health Foundation "Give Miami Day" Campaign Entrant Company The Brand Advocates, Inc, Category Social Media - Healthcare & Pharma in a 111, f SINS ... Tab 05: Experience and Qualifications Page 19 The Broward MPO The Broward MPO Speak Up Broward Campaign Social Media Entrant Company The Brand Advocates Category Social Media (Campaign) - Social Presence in O f Emu 1111. Tab 05: Experience and Qualifications 1 Page 20 UNITED STATES The Broward MPO The Broward Metropolitan Planning Organization (MPO) Website Entrant Company The Brand Advocates Category Website & Mobile Sites - Transportation in f Tab 05: Experience and Qualifications Page 21 Experience and Expertise of the Project Manager and Team DEDICATED ACCOUNT TEAM SIZE NUMBER OF SUCCESSFULLY COMPLETED SIMILAR 350 LANGUAGES SPOKEN 4 YEARS OF EXPERIENCE WORKING IN TRANSPORTATION INDUSTRY 20+ YEARS OF EXPERIENCE IN SCOPE OF SERVICES Tasha Cunningham, will serve as project manager (PM) for this contract. Ms. Cunningham is an outstanding PM with over 20 years of experience in marketing, branding and public relations. Ms. Cunningham holds a Certified Associate in Project Management (CAPM) credential, issued by the Project Management Institute (PMI). She holds a bachelor's degree in public administration from Florida International University (FIU). She serves as project manager and account executive for several municipal accounts including the City of Kissimmee Gateway Airport, the Vero Beach Regional Airport, the Broward Metropolitan Planning Organization (BMPO), FDOT, and the City of Fort Lauderdale Community Redevelopment Agency, among others. She is responsible for the development, implementation and oversight of communications tasks and has managed multi -million dollar contract budgets for public clients. For this contract, Ms. Cunningham will manage the team and all contract resources to ensure that assigned tasks are successfully completed and delivered, on time and on budget. She will oversee a diverse team of talented individuals. Our team's key personnel includes award -winning public communications professionals with over 20 years of combined experience in marketing, branding, public relations and intergovernmental coordination. Our team is responsible for attending weekly meetings with different project teams, coordinating with reporters, editors, and producers, preparing project information, and managing social media platforms on Facebook, Twitter, Linkedln and Instagram for our clients. We also handle government outreach, digital marketing, branding, workshops, and training for clients in transportation, healthcare, and affordable housing including the City of North Miami, the City of Miami Lakes, the City of Vero Beach, and the City of Homestead. Our team is bilingual and speaks and writes in English and Spanish. Our team members are also fluent in American Sign Language (ALS). Our team also includes creative directors, copywriters and public relations specialists who have worked on marketing and branding campaigns for Vero Beach Regional Airport, Brightline, Sallie Mae, Miami Bayside Foundation, Kissimmee Gateway Airport, Jackson Health System, American Airlines and other national brands. We intend to supplement our team with Tampa -based businesses as part of our team. Per the requirements of the RFP, we have included profiles of our team's key personnel who will be performing work on this contract beginning on the following page. BIOGRAPHICAL RESUME Tasha Cunningham, CAPM, Project Manager Ms. Cunningham will serve as Project Manager (PM) on this contract. She has more than 20 years of experience managing multi -million dollar public sector contracts for municipalities, government agencies and community organizations. She currently serves as a PM on marketing, branding and public relations contracts for the City of Kissimmee Gateway Airport in Osceola County, the Vero Beach Regional Airport in Indian River County, and the Speak Up Broward Phase 3 outreach campaign for the Broward Metropolitan Planning Organization (BMPO) in Broward County. Ms. Cunningham's role is to manage day-to-day tasks, offer high-level insight, and monitor contract resources to ensure all tasks are completed on time and on budget. She will be responsible for integral project management tasks, such as developing a strategic marketing plan, to ensure the highest Return on Investment (ROI) for the Naples Airport Authority. Ms. Cunningham is instrumental in developing the marketing and communications plans used by clients as road maps to define strategies for growth, and determine available contract resources and how they can be maximized. Ms. Cunningham assigns tasks and deadlines, and empowers her team with the tools they need to succeed. She defines, schedules, and accurately estimates the duration of assigned tasks on the contracts she manages to develop and maintain a realistic schedule for completion. Ms. Cunningham monitors contract budgets and ensures that clients always have a 360° view of available contract resources. To achieve work quality and client satisfaction with the TBA team, Ms. Cunningham maintains constant communication, reporting on progress and receiving feedback. In her role as PM, she ensures that her team is ready to tackle any issues that may arise, working quickly toward resolving them. To make sure a project is progressing as planned, she constantly measures and compares metrics against strategic marketing and communications plans that she and her team creates. She writes monthly status reports that are used by clients to track progress. She is also responsible for financial tracking and invoice submittals on the contracts she manages. EDUCATION Ms. Cunningham holds a Bachelor of Public Administration degree from Florida International University (FIU). She is a Certified Associate in Project Management (CAPM), accredited by the Project Management Institute (PMI). Ms. Cunningham also holds a professional certificate in Project Management Principles and Practices from the University of California at Irvine. EXPERIENCE SNAPSHOT City of Vero Beach Regional Airport (2020 — Present) TBA serves as the Agency of Record (AOR) for the City of Vero Beach Regional Airport. Ms. Cunningham serves as PM and account executive for this contract. In this role, she leads a team of five that provides marketing, branding and advertising, public relations, marketing and digital services. She is spearheading a rebrand of the airport which will include a new logo, website, brand guidelines, new social media platforms and the development of new marketing materials. City of Kissimmee Gateway Airport Agency of Record (2017 — Present) The Brand Advocates (TBA) team serves as the Agency of Record (AOR) for Kissimmee Gateway Airport. Ms. Cunningham serves as PM. In this role, she leads a team that provides advertising, public relations, marketing, digital and e-mail support. TBA developed a five-year integrated marketing plan for the airport, which the firm is responsible for implementing. Through a strategic marketing partnership, TBA also works closely with Experience Kissimmee, the tourism arm for the city, to promote the airport and surrounding areas. City of Fort Lauderdale Beach Improvement District (2020 — Present) In 2020, the TBA team won a contract to manage the City of Fort Lauderdale Beach Improvement District, which Ms. Cunningham manages. The Beach Business Improvement District (BID) was created in 2007 to make recommendations on services, enhancements, special programs, marketing, branding and events on the beach. The BID is comprised of commercial properties fronting on SR A1A, from Harbor Drive North to Sunrise Boulevard. Its boundaries overlap the Beach Community Redevelopment Area (CRA). In her role as PM on this contract, Ms. Cunningham manages the BID Advisory Committee, coordinates marketing campaigns and handles special events. She also makes presentation to the county and city commissions and manages the administration of grant funds. The BID is part of the City of Fort Lauderdale CRA. SunRail Brand Launch and Design -Build Construction (2011 — 2016) TBA, led by Ms. Cunningham, handled branding, marketing, public involvement and web development for this commuter rail project on behalf of the Florida Department of Transportation, District Five. Working with stakeholders in multiple counties across Central Florida, Ms. Cunningham managed a team of 10 public information specialists. The team also managed safety outreach and created the SunRail.com website to keep stakeholders informed about project construction. She also led the development of fact sheets and other collaterals and to managed the project's social media platforms. Ms. Cunningham also spearheaded the project's groundbreaking, managed the SunRail City Center Community Outreach Office, and manned the SunRail Construction Hotline, which is now part of the SunRail Operations and Control Center in Sanford, Florida. AWARDS Vega Digital Award (Gold) (2021) Ms. Cunningham and her team were honored with a national Vega Digital Award (Gold) for the social media platforms and new website designed on behalf of Kissimmee Gateway Airport. The team was also recognized with a Gold Award for their work on behalf of Jackson Health Foundation, the fundraising arm of Jackson Health System, Miami -Dade County's public hospital. Communicator Award of Excellence (2020) Ms. Cunningham and her team were honored with a national Communicator Award of Excellence in the Print Advertising category from the Academy of Interactive and Visual Arts for work on behalf of Kissimmee Gateway Airport. Project of the Year - CAACE CATEGORY II (2019) The Hard Rock Pedestrian Bridges and Tunnels Projects was completed in preparation for the Super Bowl at Hard Rock Stadium in February 2020. The TBA team handled public information during construction, community outreach, website development, social media and media relations. The project was selected as Project of the Year by the Cuban -American Association of Civil Engineers, and won a national Davey Award for best video production. BIOGRAPHICAL RESUME Courtney Cunningham, Deputy Project Manager Mr. Cunningham will serve as an advertising executive on this contract. He is an award -winning advertising industry with over 20+ years of combined experience in public sector communications, public affairs, community outreach, media relations and intergovernmental coordination. Mr. Cunningham currently serves City of Kissimmee Gateway Airport in a lead role as an advertising executive. He is the main point of contact for the media, elected and appointed officials and other stakeholders. He is responsible for attending weekly meetings with different project teams, coordinating with reporters, editors, and producers, preparing project information, and managing social media platforms on Facebook, Twitter and lnstagram. He also develops collateral materials including videos, fact sheets and photo galleries. For this contract, Mr. Cunningham will develop advertising plans, execute media buys, develop press kit materials for media outlets, including press releases, images, pitch letters, case studies, feature articles, and trend stories. He will cultivate and maintain relationships with regional and national media outlets and arrange for press conferences, interviews, and other media and event appearances. Mr. Cunningham will write speeches, respond to requests for information from media outlets, evaluate advertising and promotional programs to ensure they align with the PR goals of Orange County government for this contract He will also track, evaluate, and share results of our team's PR and advertising efforts and coordinate scheduling and logistics as necessary. For over five years, Mr. Cunningham served the District in a lead role as the Community Liaison Officer on the I-395/SR836/ 1-95 Design -Build Project. He was the main point of contact for stakeholder inquiries on the project and managed the community outreach office in Overtown, a suburb of Miami, Florida. He developed collateral material including fact sheets, project maps, PowerPoint presentations and fliers. He managed the project website and coordinated over 25 community presentations to the public and executed milestone events for the project including the Industry Workshop and Industry Forum and coordinated the Aesthetic Steering Committee (ASC) for the project. Mr. Mitchell has handled construction public information on transportation projects for the Miami -Dade Expressway Authority (MDX) and Miami -Dade County Transportation and Public Works Department including the MDX Dynamic Message Sign Installation and the West Venetian West Bascule Bridge Design -Build Project. He was responsible for maintaining stakeholder databases, writing press releases, speeches and talking points for the project team and coordinating with elected and appointed officials about construction activity. He has recent experience, a strong work ethic and commitment to providing high quality service. For this contract, Mr. Cunningham will be responsible for advertising strategies, project research, database development, coordinating mass mailings, drafting collateral material including fact sheets, brochures and flyers, conducting outreach, planning public meetings and special events, drafting community awareness plans and other duties as assigned. EXPERIENCE SNAPSHOT EDUCATION Mr. Cunningham holds a Bachelor of Science degree in political science from the University of Florida, and a Juris Doctorate from the University of Florida School of Law. City of Kissimmee Gateway Airport Agency of Record (2017 — Present) The Brand Advocates (TBA) team serves as the Agency of Record (AOR) for Kissimmee Gateway Airport. In this role, Mr. Cunningham is responsible for executing tasks related to social media management, advertising, public relations, marketing, digital and e-mail support. Mr. Mitchell worked closely with the team to develop and implement a five-year integrated marketing plan for the airport. City of Altamonte Springs Public Relations Agency of Record (2019 — 2021) TBA serves as the Agency of Record (AOR) for the City of Altamonte Springs. Mr. Cunningham served as an advertising executive. In this role, he led a team that provides PR support, media relations coordination and press release writing for the city's 100th Anniversary Centennial Celebration. Commitment 2045 Metropolitan Transportation Plan (2018 — 2020) Mr. Cunningham served as a public information specialist for Commitment 2045, the Broward MPO's Metropolitan Transportation Plan. Mr. Cunningham was the main point of contact with the community and works with the MPO to schedule presentations, staff outreach events, handle photography and videography and develop meeting minutes. He coordinated over 20 presentations throughout Broward County for this project. Hard Rock Pedestrian Bridge and Tunnel Project (2018 — 2020) Mr. Cunningham served as a senior public information specialist for this project, which involved the design and construction of a pedestrian bridge and two tunnels to prepare Hard Rock Stadium for the Super Bowl in February 2020. He worked closely with the project team to keep the public informed about construction and other activities. Mr. Mitchell developed and delivered more than a dozen presentations about the project to community organizations, schools and civic groups. Venetian Causeway PD&E Study (2015 — Present) Mr. Cunningham serves as a public information specialist for this study, working on behalf of FDOT District Six. The study examines the possible replacement or rehabilitation of the functionally obsolete structures that are rapidly deteriorating. Mr. Mitchell is responsible for the coordination of public meetings, maintaining stakeholder databases and working with the residents, business owners and the media to resolve issues. West Venetian Bascule Bridge Replacement Project (2015 — 2017) Mr. Cunningham served as the public information specialist for this bridge replacement project. He was responsible for working closely with the project team to keep stakeholders informed and developed project collateral and developed social media channels on Facebook and Twitter. AWARDS Davey Award for Video Production Excellence (2021) Honored with a national Davey Award in the video production category for a video created on behalf of the City of Miami Gardens and Hard Rock Stadium to showcase a major construction project that was designed to enhance safety ahead of the 2020 Super Bowl. Vega Digital Award (Gold) (2021) Honored with a national Vega Digital Award (Gold) for the social media platforms and new website designed on behalf of Kissimmee Gateway Airport. Also recognized with a Gold Award for their work on behalf of Jackson Health Foundation, the fundraising arm of Jackson Health System. Communicator Award of Excellence (2020) Honored with a national Communicator Award of Excellence in the Print Advertising category from the Academy of Interactive and Visual Arts for work on behalf of Kissimmee Gateway Airport. Project of the Year - Hard Rock Pedestrian Bridges and Tunnels (2019) The Hard Rock Pedestrian Bridges and Tunnels Projects was completed in preparation for the Super Bowl at Hard Rock Stadium in February 2020. The Brand Advocates team handled public information during construction, community outreach, website development, social media and media relations. The project was selected as the CAACE Category II Project of the Year by the Cuban -American Association of Civil Engineers Category II. Annual Healthcare Advertising Awards (2018) TBA was awarded three prizes in the 35th Annual Healthcare Advertising Awards on behalf of clients Johnson & Johnson and Stryker. The TBA team won a Silver prize for a brochure we created to help Johnson & Johnson team in their Mentor division increase sales. For Stryker, the team,won Bronze and Merit prizes for an acquisition announcement video we created and a brochure for their PneumoClear product line. The awards are the oldest and most widely respected health care advertising awards. Davey Awards (2018) TBA was awarded a Silver award for Best Brand Guidelines/Identity System on behalf of national healthcare brand Johnson & Johnson. Platinum PR Award (PR News), Community Relations (2.015) Won the 2015 Platinum PR Award from PR News in the Community Relations category for the development of the MDX Frequent Driver Rewards Program for the Miami -Dade Expressway Authority (MDX). BIOGRAPHICAL RESUME Nicoleta Hinrichs, Social Media Manager instrumental and creating Nicoleta Hinrichs will serve as Social Media Manager on this contract. She has more than 10 years of experience managing social media for municipalities, government agencies and community organizations. She currently creates and manages social media content calendars for the City of Kissimmee Gateway Airport in Osceola County, the Vero Beach Regional Airport in Indian River County, and the Broward Metropolitan Planning Organization (BMPO) in Broward County. Ms. Hinrich's role is to manage day-to-day social media tasks, offer high-level insight, develop strategies to increase engagement across platforms like Facebook, Instagram, Twitter, Linkedln, and Clubhouse. Ms. Hinrichs is in working with client account teams to monitor social media platforms in real-time, responses to questions and comments received. Ms. Hinrichs works out of the firm's Tampa office. She defines, schedules, and accurately estimates the duration of assigned tasks on the contracts she manages to develop and maintain a realistic schedule for completion. In her role as Social Media Manager, she ensures that her team is up-to-date on new and emerging technologies, national trends, and other key information to keep clients on the cutting -edge. She constantly measures and compares metrics against strategic social media management plans that she and her team creates. She writes monthly status reports that are used by clients to track progress. Ms. Hinrichs also manages other elements of digital outreach for clients including developing monthly e -newsletters, videos, and social media banners. She is also a seasoned graphic designer who is proficient in Adobe Photoshop, Lightroom, Illustrator; VideoPad, VideoScribe, and iMovie. She is fluent in French and English. EDUCATION Ms. Hinrichs holds a Bachelor of Arts with a major in applied video sciences from New Bulgarian University in her native Bulgaria, where she lived before coming to the U.S. and settling in Tampa. EXPERIENCE SNAPSHOT City of Vero Beach Regional Airport (2020 — Present) TBA serves as the Agency of Record (AOR) for the City of Vero Beach Regional Airport. Ms. Hinrichs serves as Social Media Manager for this contract. In this role, she leads a team of graphic designers and copywriters who develop images, infographics, monthly e -newsletters, fact sheets, and other digital and print communications. She creates and manages monthly social media content calendars, and analytics reports. City of Kissimmee Gateway Airport Agency of Record (2017 — Present) TBA serves as the Agency of Record (AOR) for the City of Kissimmee Gateway Airport. Ms. Hinrichs serves as Social Media Manager for this contract. In this role, she leads a team of graphic designers and copywriters who develop images, infographics, monthly e -newsletters, fact sheets, and other digital and print communications. She creates and manages monthly social media content calendars, and analytics reports. City of Fort Lauderdale Beach Improvement District (2020 — Present) In 2020, the TBA team won a contract to manage the City of Fort Lauderdale Beach Improvement District (BBID). The BBID is part of the City of Fort Lauderdale CRA. The BBID was created in 2007 to make recommendations on services, enhancements, special programs, marketing, branding and events on the beach. The BID is comprised of commercial properties fronting on SR Al A, from Harbor Drive North to Sunrise Boulevard. Its boundaries overlap the Beach Community Redevelopment Area (CRA). In her role as Social Media Manager on this contract, Ms. Hinrichs manages the "Discover FTLBeach" campaign social media activities, which was launched in partnership with Visit Lauderdale, the county's tourism agency. Ms. Hinrichs also coordinates marketing campaigns and handles special events. AWARDS Vega Digital Award (Gold) (2021) Ms. Hinrichs and her team were honored with a national Vega Digital Award (Gold) for the social media platforms and new website designed on behalf of Kissimmee Gateway Airport. The team was also recognized with a Gold Award for their work on behalf of Jackson Health Foundation, the fundraising arm of Jackson Health System, Miami -Dade County's public hospital. Communicator Award of Excellence (2020) Ms. Hinrichs and her team were honored with a national Communicator Award of Excellence in the Print Advertising category from the Academy of Interactive and Visual Arts for work on behalf of Kissimmee Gateway Airport. BIOGRAPHICAL RESUME Orlando Espinosa, Account Executive For this contract, Mr. Espinosa will utilize his extensive experience in Hispanic media relations and marketing to engage, educate and empower the community. Mr. Espinosa handles government outreach, digital marketing, branding, workshops, and training for clients in transportation, healthcare, and affordable housing including the City of North Miami CRA, the City of Miami Lakes, the City of Vero Beach, and the City of Homestead. He is bilingual and speaks and writes English and Spanish. He is also fluent in American Sign Language (ALS). In addition, Mr. Espinosa leads Hispanic outreach, workshops, and training statewide for the U.S. Small Business Administration, American Airlines and U.S. Southern Command. He also plans, develops, and conducts grassroots initiatives for the community through presentations and workshops. He represents organizations at high schools, colleges/universities, career fairs, and conferences. Mr. Espinosa also served as the national spokesperson for Sallie Mae, working with media throughout the nation to promote the organization's programs and initiatives. He facilitated over 900 educational workshops throughout the United States. Mr. Espinosa continues to develop and implement innovative outreach programs to help small business owners, college -bound youth and the disadvantaged. He recently partnered with Miami Bayside Foundation and Truist, the company formed it December 2019 as the result of the merger of BB&T and SunTrust Banks, to create a digital marketing series that served two cohorts of struggling small business owners. Consultants in the program, including the Brand Advocates team, counseled entrepreneurs and created marketing plan, websites and brand identities for a total of 80 small business owners, in just three months. Mr. Espinosa has a successful track record working with government entities, municipalities, public agencies and others handling public relations, training and special events, both virtual and in -person. Most recently, Mr. Espinosa worked with the SBA and over 20 municipalities in Miami -Dade County to educate business owners about the provisions of the Coronavirus Aid, Relief, and Economic Security (CARES) Act. As a technical adviser for the Broward County Office of Economic and Small Business Development, he was responsible for assisting small business owners seeking loans funds through the Paycheck Protection Program (PPP) and the Economic Injury Disaster Loans. Mr. Espinosa provided counseling services in both English and Spanish. EDUCATION Mr. Espinosa holds a master's degree in education from Nova Southeastern University and a bachelor's degree in communications from Lee University. AWARDS U.S Small Business Administration (SBA) Advocate of the Year (2016) Mr.Espinosa won this statewide award for his diligent work promoting small businesses and entrepreneurship on behalf of the SBA in Florida. U.S Small Business Administration (SBA) Advocate of the Year (2018) Mr. Espinosa won this statewide award for his advocacy work promoting small businesses and entrepreneurship on behalf of the SBA in Florida. He worked with over 100 small businesses in the United States as part of the SBA Emerging Leaders entrepreneurship program. BIOGRAPHICAL RESUME Raul Sanchez, Creative Director and Graphic Designer Mr. Sanchez will serve as the Creative Director and Graphic Designer for this contract. He is an award -winning, bilingual professional who writes and speaks both English and Spanish. He provides art direction, graphic design, and other creative services for our firm's public and private sector clients. He is responsible for the development and implementation of strategic creative campaigns in multiple languages. He reviews and approve designs, artwork, photography, and graphics developed by other staff members and present designs and concepts to the team for approval. For this contract, he will work with the account team to produce new, creative ideas, manage promotional campaigns, and create marketing materials. In his role as creative director, Mr. Sanchez evaluates trends, assesses new data, and stays up-to-date on the latest trends in design, marketing and public relations. He creates and implements tailored marketing plans based on individual client needs and requirements. He also directs brainstorming meetings and creative sessions. He shapes brand standards and creates procedures to ensure all materials he designs are appropriate for a brand. Mr. Sanchez also supervises the daily workflow of the creative team, assign project workload, and monitors deadlines and budgets. He is certified in graphic design programs like InDesign, Adobe, Illustrator, Photoshop, and CorelDraw Graphics. Mr. Sanchez creates award -winning marketing campaigns, collateral materials and videos for clients that include the City of Miami Gardens, Johnson and Johnson, the City of Kissimmee, the City of Fort Lauderdale, Florida Housing Finance Corporation, the Florida Department of Transportation and many others. His work has been featured in magazine articles, on billboards, on promotional items and in television commercials. Mr. Sanchez works with a team of graphic designers, videographers and others to plan advertisements, monitor brand campaigns, create and revise presentations, and develop brand books and storyboards for clients across industries like transportation, affordable housing, tourism and healthcare. EDUCATION Mr. Sanchez holds a Bachelor of Arts degree in Graphic Design from the Design Institute of Caracas in Venezuela. EXPERIENCE SNAPSHOT Kissimmee Gateway Airport (2017 — Present) Mr. Sanchez provides graphic design and creative services for public sector campaigns for clients that include the City of Kissimmee Gateway Airport, the Florida Department of Transportation, the City of Miami Gardens and others. He recently designed a series of print ads featuring the airport that have appeared in publications statewide, garnering a national 2020 Communicator Award of Excellence from the Academy of Interactive and Visual Arts. Johnson and Johnson (2016 — 2019) Mr. Sanchez provided graphic design and creative services for the global relaunch of Johnson & Johnson's Mentor division. He developed print ads, brand guidelines, website and social media graphics and other collateral. The campaign won three national healthcare awards in 2018. MDX Frequent Driver Rewards Program (2015 — 2018) Mr. Sanchez provided graphic design and creative services for the branding of the Miami -Dade Expressway Authority (MDX) Frequent Driver Rewards Program, which refunds drivers on the system's five expressways up to 30% of what they spent on tolls each year. The program won several national awards in 2015. MDX Road Rangers Program (2015 — 2018) To promote this safety program, Mr. Sanchez developed branding, which was used on billboards, vehicle wraps, newsletters, fact sheets, presentation templates, maps, information boards and other collateral material. TBA helped the agency create a partnership with Univision to sponsor the program and Mr. Sanchez was instrumental in developing concepts and designs that resonated with the program's key target audience - drivers who use MDX roadways every day. Venetian Causeway PD&E Study (2015 — Present) Mr. Sanchez develops newsletters, fact sheets, presentation templates, maps, information boards and other collateral material for this Project Development & Environment Study on behalf of FDOT District Six. 1-395 Design -Build Project (2014 — 2019) Mr. Sanchez developed fact sheets, presentation templates, maps, information boards and other collateral material for this design -build project on behalf of FDOT District Six. AWARDS Communicator Award of Excellence (2020) Honored with a national Communicator Award of Excellence in the Print Advertising category from the Academy of Interactive and Visual Arts for work on behalf of Kissimmee Gateway Airport. Annual Healthcare Advertising Awards (2018) Awarded three prizes in the 35th Annual Healthcare Advertising Awards on behalf of clients Johnson & Johnson and Stryker. The TBA team won a Silver prize for a brochure we created to help the Johnson & Johnson team in their Mentor division increase sales. For Stryker, the team won Bronze and Merit prizes for an acquisition announcement video we created and a brochure for their PneumoClear product line. The awards are the oldest and most widely respected health care advertising awards. Davey Awards (2018) TBA was awarded a Silver award for Best Brand Guidelines/Identity System on behalf of national healthcare brand Johnson & Johnson. Platinum PR Award (PR News), Community Relations (2015) Won the 2015 Platinum PR Award from PR News in the Community Relations category for the development of the MDX Frequent Driver Rewards Program for the Miami -Dade Expressway Authority (MDX). skills working for major brands. BIOGRAPHICAL RESUME Macarena Zilveti, Media Buyer/Planner Ms. Zilveti will serve as a Media Buyer/Planner for this contract. She has award -winning experience working at large advertising agencies on campaigns for the California Department of Transportation (Caltrans), the Orange County Transportation Authority, Royal Caribbean Cruise Lines, Publix, and the Florida Lottery. For this contract, she will research relevant industry topics to identify new advertising opportunities, work with the team to create original content, produce, and publish Proof of Performance reports. Ms. Zilveti will edit and fact -check content, use SEO tools and techniques to optimize content, collaborate with designers to develop graphics and work with the creative team to generate innovative ideas. Ms. Zilveti has worked at major advertising agencies like Young & Rubicam, GrupoUno and Sanchez & Levitan, where she wrote copy and managed media buying accounts for brands like Marshall's, TJMaxx, Kraft and the Susan G. Komen Breast Cancer Foundation, to name a few. Ms. Zilveti has decades of experience working for major advertising agencies, where she honed her media buying EDUCATION Ms. Zilveti holds a Bachelor of Fine Arts degree in Advertising from Syracuse University. EXPERIENCE SNAPSHOT Media Buying Consultant (2009 — Present) Ms. Zilveti provides creative consultation and media buying services for a diverse group of brands including Baptist Health System, St. Thomas University, and the Women's Chamber of Commerce of Miami -Dade County. GrupoUno (1998-2009) As Associate Media Buyer and Planner, Ms. Zilveti managed a local creative team of nine professionals and supervised affiliate agency creatives abroad for clients including American Airlines, Citibank, Jackson Memorial Hospital, Canon, Nokia, Johnson & Johnson, and UPS. Sanchez & Levitan (1997 — 1998) As Associate Media Buyer and Planner, Ms. Zilveti created and supervised marketing campaigns for regional and national clients including Bellsouth, Chivas Regal, Florida Lottery, Marshalls, and TJ Maxx, billing over $12 million annually. Creative Consultant (Media Buying and Planning) (1996-1997) Ms. Zilveti provided advertising, media buying, marketing and creative consultation to local ad agencies and clients including Royal Caribbean Cruise Lines, Johnny Walker Black Label, Publix, and Texaco. Start Advertising (1991-1996) Ms. Zilveti worked closely with clients in developing marketing materials and events to effectively reach their goals and increase revenue. She created client estimates and managed profitability procedures. She managed the creative and marketing team. Ms. Zilveti also created and produced strategic media buying campaigns for clients like the California Department of Transportation (Caltrans), the Orange County Transportation Authority (OCTA) and Susan G. Komen Breast Cancer Foundation. AWARDS Silver Addy (2012) Ms. Zilveti won an Addy Award for work she produced on behalf of Baptist Health System. New York Visual Club Award of Excellence (2010) Ms. Zilveti won this award for work she produced on behalf of Johnson & Johnson. Orange County Ad Awards (1996) Ms. Zilveti won this award for work she produced on behalf of the Orange County Transportation Authority in California. SCHEDULE TIMELINE OF MAJOR EVENTS Our team will work with the City to develop a timeline for implementing the strategic public relations plan that we will create. The implementation will include the development of a crisis communications plan. Following is a timeline of major events. Upon contract award, we will finalize the timeline in consultation with the City. Month Proposed Activity July Create framework for developing public relations and crisis communications plan. August Conduct communications audit and assess current PR scenarios. September Create crisis communications plan and action plan. October November Develop public relations campaign. Present plans to the City for review and approval. December Prepare to launch public relations campaign. January Formally launch public relations campaign. January Pitch positive stories to the media, including magazines, blog posts, newspapers, etc. April - September Monitor, measure and evaluate campaign. September Deliver final campaign report to the City for review and approval. Tab 06: Schedule Page 22 RFP NO: 22-0614100 PRICE PROPOSAL FORM PUBLIC RELATIONS AND MARKETING CONSULTING SERVICES Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Please note payments will be made on a monthly basis based on progress payments. The City may award multiple firms as available, by description or task, or in its entirety, as deemed in the best interest of the City. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. ITEM DESCRIPTION OF TASK HOURLY RATE: YEAR 1 YEAR 2 YEAR 3 1. Marketing and Branding Plan $ 100 $ 7,500 $ 7,500 $ 7,500 2. Public Relations $ 75 $ 7,500 $ 7,500 $ 7,500 3. Press releases generation and distribution $ 75 $ 7,500 $ 7,500 $ 7,500 4. Social media account and management $ 95 $ 7,500 $ 7,500 $ 7,500 5. Email newsletter $ 70 $ 7,500 $ 7,500 $ 7,500 6. Email blasts $ 70 $ 7,500 $ 7,500 $ 7,500 7. Blogs $ 70 $ 7,500 $ 7,500 $ 7,500 8. Websites $ 70 $ 7,500 $ 7,500 $ 7,500 9. Specialized marketing $ 100 $ 7,500 $ 7,500 $ 7,500 10. Promotional services $ 70 $ 7,500 $ 7,500 $ 7,500 11. Crisis management $ 100 $ 7,500 $ 7,500 $ 7,500 12. Consultation services $ 85 $ 7,500 $ 7,500 $ 7,500 13. Photography $ 80 $ 7,500 $ 7,500 $ 7,500 14. Videography $ 80 $ 7,500 $ 7,500 $ 7,500 TOTAL PER YEAR: $ 105,000 $ 105,000 $ 105,000 15 ADDITIONAL SERVICES: PLEASE DESCRIBE BELOW IN ROWS 1-4: ITEM DESCRIPTION OF TASK HOURLY RATE: YEAR 1 YEAR 2 YEAR 3 1. Event Management $ 75 $ 7,500 $ 7,500 $ 7,500 2. Community Outreach $ 75 $ 7,500 $ 7,500 $ 7,500 3. $ $ $ $ 4. $ $ $ $ SUBMITTED THIS 14 DAY OF BID SUBMITTED BY: The Brand Advocates, Inc. June 2022. (305) 671-3177 Company Telephone Number Tasha Cunningham N/A Name of Person Authorized to Submit Bid Fax Number Za., C. 4 tasha@thebrandadvocates.com Signature Title Email Address 16 • r • vy, • REFERENCES The Brand Advocates (TBA) team understands that successfully managing this contract requires responsiveness, flexibility and most importantly, availability. Our management style is built on four essential tenets that serve as the foundation of our management plan. First, we provide proactive communication with our clients. We anticipate client needs, assess risk and recommend cost-effective solutions to solve problems and resolve issues. Next, we offer results -oriented, responsive service. Working in conjunction with the City, we will develop strategies and techniques to achieve desired results, all while carefully monitoring the contract budget and watching the county's bottom line. We track and manage stakeholder interactions so our client's are never blindsided or caught unaware of an issue. It is imperative that issues are resolved in a timely manner at the City before they escalate to individual elected officials or the media. We will present documented results of our outreach efforts in weekly reports. We maintain a collaborative dialogue with our clients. Whether it is with other consultants or City staff, the TBA team will work collaboratively to achieve the best results. Lastly, we are fiscally responsible on all contracts we manage. We know that public sector budgets are tight and consultants are encouraged to develop cost -saving strategies for the City to increase productivity. We track labor and direct costs on a weekly basis. We document these costs in weekly financial reports. All team members are required to produce timesheets to account for the time spent providing services on behalf of the District. Everything from the cost developing collateral materials, to the budget for producing a ribbon -cutting ceremony or public meeting is planned and accounted for, which makes tracking available resources easy. Our overall accuracy in terms of time estimation, resource allocation, and budgeting comes from our lessons learned and transferred from one successfully completed task to another on numerous public sector projects throughout the State of Florida. We are proud to provide the following references, as required by the RFP. REFERENCES City of Kissimmee Gateway Airport Shaun Germolus, Aviation Director Phone: 407-518-2516 Email: sgermolus@kissimmee.org Hard Rock Pedestrian Bridge Project Brenton Daily, P.E. Phone: 407-331-6116 ext. 125 Email: bdaily@baeonline.com Jackson Health Foundation Charmaine Gatlin, Chief Operating Officer and Executive Vice President Phone: 404-428-5028 Email: charmaine.gatlin@jhfmiami.org Tab 08: References Page 24 RFP NO. 22-0614100 PUBLIC RELATIONS AND MARKETING CONSULTING SERVICES 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: The Brand Advocates, Inc. Address: 1951 NW 7th Avenue, Suite 600 City, State, Zip: Miami, FL 33136 Phone/Fax: (305) 671-3177 2. Check One: Corporation (}0 Partnership () Individual () 3. If Corporation, state: Date of Incorporation:01/01/1998 State in which Incorporated: FL 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: Courtney Cunningham January 1, 1998 6. The length of time in business: 25 years 7. The length of time (continuous) in business as a service organization in Florida: 25 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.See references section of RFP response. 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. 14 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6225841 BUSINESS NAME/LOCATION THE BRAND ADVOCATES INC 1951 NW 7TH AVE STE 600 MIAMI, FL 33136-1128 OWNER CUNNINGHAM COMMUNICATIONS CONSULTING CORP ('./(1 ('..(11 IRTNFV ('1 INNIN(WHAM 1 MIAMI-DADE RECEIPT NO. RENEWAL 6490395 SEC. TYPE OF BUSINESS 212 CONSULTANT LBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 69.00 11/04/2021 INT-22-043128 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec Ba-276. For more information, visit www.miamidade.gov/taxcollector 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, County, State, Federal, or other 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 an Proposer is not required to exceed 17 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 7- e,a Printed Name Tasha Cunningham 18 CITY OF OPA-LOCKA RFP NO. 22-0614100 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 Tasha Cunningham (Name) Managing Partner of The Brand Advocates, Inc. (Title/Position) the (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. .Tune 14,2022 Date Signature 19 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 PROPOSER 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 PROPOSER 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 PROPOSER, 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 PROPOSER, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPOSER, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPOSER, 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 PROPOSER 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 20 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: �. C�.u. Title: Managing Partner State of Florida County of The foregoing instrument was acknowledged before me via notarizations this day of , 2022. By Personally known OR produced identification Notary Public My Commission Expires ■ physical presence OR online 21 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 22 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: The Brand Advocates, Inc. Authorized Signature: 7 e�'L'u' Print Name: Tasha Cunningham Title: Managing Partner Date: June 14, 2022 23 sunbiz.org - Florida Department of State http://dos.sunbiz.org/scripts/ficidet.exe?action=DETREG&docnum=G1... DIVISION OF CORPORATIONS t�/ J1 r 1.jirJ! i Of' org rj FY P (1) P A.:f1 [DI !r!! �rr1r:' n/ i/rl/�, 1er Y. .-i, . (l.• Previous on List Next on List Return to List Filing History Fictitious Name Search Submit j Fictitious Name Detail Fictitious Name THE BRAND ADVOCATES, INCORPORATED Filing Information Registration Number G15000128856 Status ACTIVE Filed Date 12/21/2015 Expiration Date 12/31/2025 Current Owners 1 County MIAMI-DADE Total Pages 3 Events Filed 2 FEI/EIN Number 65-0818493 Mailing Address 1951 NW 7TH AVENUE, SUITE 300 MIAMI, FL 33136 Owner Information CUNNINGHAM COMMUNICATIONS CONSULTING COMPANY 1951 NW 7TH AVENUE, SUITE 300 MIAMI, FL 33136 FEI/EIN Number: 65-0818493 Document Number: P98000001949 Document Images 12/21/2015 --Fictitious Name Filing View image in PDF format 08/24/2020 - Fictitious Name Renewal Filing View image in PDF format 05/23/2018 -- CHANGE NAME/ADDRESS View image in PDF format Previous on List Next on List Return to List Filing History Florida Department of State, Division of Corporations Fictitious Name Search Submit 1 of 1 7/6/2022, 12:19 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?... DIVISION OF CORPORATIONS fjj Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation CUNNINGHAM COMMUNICATIONS CONSULTING COMPANY Filing Information Document Number P98000001949 FEI/EIN Number 65-0818493 Date Filed 01/08/1998 State FL Status ACTIVE Last Event AMENDMENT AND NAME CHANGE Event Date Filed 12/09/2015 Event Effective Date NONE Principal Address 1951 NW 7 AVENUE, SUITE 300 MIAMI, FL 33136 Changed: 05/22/2018 Mailing Address 1951 NW 7 AVENUE, SUITE 300 MIAMI, FL 33136 Changed: 05/22/2018 Registered Agent Name & Address J. COURTNEY CUNNINGHAM, PLLC 8950 SW 74th Court, Suite 2201 MIAMI, FL 33136 Name Changed: 05/22/2018 Address Changed: 05/22/2018 Officer/Director Detail Name & Address Title P CUNNINGHAM, COURTNEY 1951 NW 7 AVENUE, SUITE 300 MIAMI, FL 33136 1 of 2 7/6/2022, 12:19 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?... Title V CUNNINGHAM, TASHA 1951 NW 7 AVENUE, SUITE 300 MIAMI, FL 33136 Annual Reports Report Year Filed Date 2020 01/27/2020 2021 01/19/2021 2022 01/27/2022 Document Images 01/27/2022 -- ANNUAL REPORT 01/19/2021 -- ANNUAL REPORT 01/27/2020 -- ANNUAL REPORT 02/27/2019 -- ANNUAL REPORT 05/22/2018 -- AMENDED ANNUAL REPORT 04/28/2018 -- ANNUAL REPORT 05/01/2017 -- ANNUAL REPORT 05/05/2016 -- ANNUAL REPORT 09/15/2015 -- ANNUAL REPORT 06/23/2014 -- ANNUAL REPORT 04/13/2013 -- ANNUAL REPORT 01/16/2012 -- ANNUAL REPORT 03/14/2011 -- ANNUAL REPORT 02/18/2010 -- ANNUAL REPORT 04/06/2009 -- ANNUAL REPORT 07/08/2008 -- ANNUAL REPORT 05/01/2007 -- ANNUAL REPORT 05/01/2006 -- ANNUAL REPORT 01/18/2005 -- ANNUAL REPORT 01/20/2004 -- ANNUAL REPORT 03/06/2003 -- ANNUAL REPORT 01/19/2000 -- ANNUAL REPORT 02/23/1999 -- ANNUAL REPORT 01/08/1998 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format I View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florkla Department of State, Dkrtsbn of Corporations 2 of 2 7/6/2022, 12:19 PM