Loading...
HomeMy Public PortalAboutResolution No. 23-160 Issuance of an RFP for Safe Streets and Roads for All PlanSponsored by: Interim City Manager RESOLUTION NO. 23-160 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR A QUALIFIED CONSULTANT FOR THE DEVELOPMENT OF A SAFE STREETS AND ROADS FOR ALL (SS4A) COMPREHENSIVE SAFETY ACTION PLAN FOR THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") desires to establish a comprehensive safety action plan (CSAP) and is the recent recipient of a fiscal year 2022 - 2023 Safe Streets and Roads for All (SS4A) Action Plan Grant; and WHEREAS, the Interim City Manager recommends that the City Commission authorize the issuance of a Request For Proposals (RFP) for the development of a comprehensive safety action plan in compliance with all local, state, and federal regulations; and WHEREAS, a comprehensive safety action plan (CSAP) is a powerful way to prioritize safety improvements and justify investment decisions within area jurisdictions. These plans can serve as the basic building block to significantly improve roadway safety by reducing and eliminating serious injury and fatal crashes, communicating, and collaborating with stakeholders and community members, and providing information on funding opportunities; and WHEREAS, the City's CSAP will identify safety issues and specific actions that can be implemented to improve safety for people traveling by any mode throughout the City; and WHEREAS, this first -of -its -kind regional CSAP for the City of Opa-Locka will provide a framework of innovative strategies and implementation actions intended to reduce transportation -related fatalities and serious injuries while also supporting federal safety initiatives; and Resolution No. 23-160 WHEREAS, the CSAP will identify safety issues and specific actions that can be implemented to improve safety for people traveling by any mode throughout the City; and WHEREAS, the plan will also develop recommendations for both motorized and non -motorized modes in the roadway network as well as other elements including land use, transit, freight, and other community factors to create a comprehensive course of action; and WHEREAS, further, the plan will address federal and state regulations, including design guidance as well as performance management goals, measures, and targets, and will promote equitable outcomes; and WHEREAS, this plan will be funded in part through an Action Plan Grant through the Safe Streets and Roads for All (SS4A) discretionary grant program. The purpose of this program, established by the Bipartisan' Infrastructure Law (BIL), is to support local initiatives to prevent death and serious injury on roads and streets, including pedestrians, bicyclists, public transportation users, motorists, personal conveyance and micro -mobility users, and commercial vehicle operators; and WHEREAS, funding for the Safe Streets for All (SS4A) project is included in the fiscal year 2023-2024 Budget with a Two -Hundred Thousand Dollar ($200,000.00) grant which is partially matched by the City in the amount of Fifty Thousand Dollars ($50,000.00); and WHEREAS, the Interim City Manager recommends that the City Commission further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary; and WHEREAS, the City Commission finds it in the best interest of the City and its residents to authorize the Interim City Manager to issue an RFP for the development of a comprehensive safety action plan, in compliance with all local, state, and federal regulations, for the City and to further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: 2 Resolution No. 23-160 Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby authorizes the Interim City Manager to issue Request for Proposals (RFP), attached hereto as Exhibit "A", for provision of a qualified consultant for the development of a comprehensive safety action plan, in compliance with all local, state, and federal regulations for the City and to further authorize spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed necessary. Section 3. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED AND ADOPTED this 11th day of October 2023. A TEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney John H. . Jr., Mayor 3 Resolution No. 23-160 Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 4-0 Commissioner Bass ABSENT Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 4 City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross Department Director Signature: OocuSigned by: -4-044;t4.-` t -64a. Interim City Manager: Darwin Williams CM Signature: ItC___, l Commission Meeting Date: 10/11/2023 o Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter x in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X Funding Source: Account# : 19- 515491 (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterXin 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 Dev Public Safety Quality of Education Qual, of Life & City Image Communication Area: Strategic (list the item will Plan Obj./Strategy: specific objective/strategy this address) X • MI i• • Sponsor Name City Manager Department: Capital Improvements Program City Manager Short Title: Request for Proposals Safe Streets for All (SS4A) Comprehensive Safety Action Plan Staff Summary: A comprehensive safety action plan (CSAP) is a powerful way to prioritize safety improvements and justify investment decisions within area jurisdictions. These plans can serve as the basic building block to significantly improve roadway safety by reducing and eliminating serious injury and fatal crashes, communicating, and collaborating with stakeholders and community members, and providing information on funding opportunities. As a recent recipient of an FY22 Safe Streets and Roads for All (SS4A) Action Plan Grant, this first -of -its - kind regional CSAP for the City of Opa-locka will provide a framework of innovative strategies and implementation actions intended to reduce transportation -related fatalities and serious injuries while also supporting federal safety initiatives. The CSAP will identify safety issues and specific actions that can be implemented to improve safety for people traveling by any mode throughout the City. The plan will develop recommendations for both motorized and non -motorized modes in the roadway network as well as other elements including land use, transit, freight, and other community factors to create a comprehensive course of action. The plan will address federal and state regulations, including design guidance as well as performance management goals, measures, and targets, and will promote equitable outcomes. As noted, this plan will be funded in part through an Action Plan Grantithrough the Safe Streets and Roads for All (SS4A) discretionary grant program. The purpose of this program, established by the Bipartisan Infrastructure Law (BIL), is to support local initiatives to prevent death and serious injury on roads and streets, including pedestrians, bicyclists, public transportation users, motorists, personal conveyance and micro -mobility users, and commercial vehicle operators. The intent of this item is to issue a request for proposals for the development of a comprehensive safety action plan in compliance with all local, state, and federal regulations. Financial Impact - Funding for the Safe Streets for All (SS4A) project is included in the FY 24 Budget with a $200,000 grant which is partially matched by the City in the amount of $50,000. For the purpose of obtaining broad dissemination of this solicitation and to ensure a wide range of qualified bidders are aware of this opportunity, print media may be used in addition to electronic media at a cost not to exceed $3,000. This expenditure will be funded in the Non -Department Division, Other Advertising (19-515491) which has an available balance of $25,000. Proposed Action: Staff recommends the issuance of a Request for Proposals for the Comprehensive Safet Action Plan (Safe Streets for All) development in compliance with Awarded Grant received during FY 23. Attachment: 1. Agenda 2. RFP Set 3. Resolution CITY OF OPA-LOCKA REQUEST FOR PROPOSAL 23-TBA SAFE STREETS AND ROADS FOR ALL (SS4A) COMPREHENSIVE SAFETY ACTION PLAN REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 2 July 22, 2023 Table of Contents I. Introduction a. Advertisement b. Description of the City of Opa-locka c. Purpose of Request d. Project Narrative II. Nature of Services Required a. Scope of Work to be Performed b. General RFP Requirement c. Contents of Proposal III. Project Schedule a. Consultant Selection b. Project Development IV. Submittal Information a. Consultant Selection b. Project Development V. Evaluation and Selection Process a. Review of Proposals b. Evaluation Criteria VI. Contract a. Agreement for Services b. Insurance Requirements VII. Attachments a. Additional Resources b. Title VIII Assurances c. Cost Proposal Form d. USDOT SS4A Plan Development - Elements for a SS4A Action Plan e. PROPOSER QUALIFICATIONS f. CERTIFICATION REGARDING DEBARMENT g. DRUG FREE WORKPLACE h. NON-COLLUSION AFFIDAVIT i. NON-DISCRIMINATION AFFIDAVIT j. E-VERIFY FORM REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 3 July 22, 2023 CITY OF OPA-LOCKA RFQ NO: 23-TBA TRANSFER STATION DEVELOPMENT The sealed proposals for SAFE STREETS AND ROADS FOR ALL (SS4A) COMPREHENSIVE SAFETY ACTION PLAN for the city of Opa-locka will be received at the City’s Clerk Office, 780 Fisherman St, 4 th Floor, Opa- locka, Florida 33054, TBA. Any RFQ Package received after the designated closing time will be returned unopened. The city will be accepting proposals by mail; however, it is your responsibility to submit your proposal by the due date. In addition, proposal may be submitted via www.demandstar.com (e-bid). The address to submit sealed proposal 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’s Clerk Office and marked RFP for Safe Streets and Roads for all (SS4A) Comprehensive Action Plan. Proposers desiring information for use in preparing proposal may obtain a set of such documents by visiting the city of Opa-locka website at https://www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal best complies with the RFP NO: 23-TBA requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 4 July 22, 2023 I. INTRODUCTION 1-1. INTRODUCTION: The City of Opa-locka is requesting submissions for the Safe Streets and Roads for all (SS4A) Comprehensive Action Plan. The City is soliciting bids on behalf of the City Manager’s Office under the laws of the State of Florida. These services must be efficient and economical, adhere to industry standards and best practices, and utilize the latest non-proprietary technology. The Contract will be awarded to the highest ranked Proposer, as described in the Evaluation Procedures Section below. b) Description of Opa-locka The great City of Opa-locka was the vision of aviation pioneer, Glen Curtiss. The city was incorporated in 1926 and is located within the northwestern area of Miami Dade County with major boundaries of NW 151st Street to the north, NW 119th Street to the south, NW 17th Avenue on the east, and NW 47th Avenue on the west with an area of 4.2 square miles. The City was developed with an Arabian Nights theme as can be seen by the Moorish architecture and street names in the city. The city has a mixture of residential, commercial, and industrial zones, in addition to a general aviation airport (Opa-locka Executive Airport three parks (Ingram, Sherbondy, and Segal Parks), two lakes, and a tri-rail station. The City is a service-oriented city that operates under the council/manager form of government, providing the following: Police; Streets and Drainage; Water; Parks; Buildings and Grounds; Recreation and Swimming Pool; Sewer; and General Administrative Services. Engineering and legal services are provided to the City on a contract basis. c) Purpose of Request A comprehensive safety action plan (CSAP) is a powerful way to prioritize safety improvements and justify investment decisions within area jurisdictions. These plans can serve as the basic building block to significantly improve roadway safety by reducing and eliminating serious injury and fatal crashes, communicating, and collaborating with stakeholders and community members, and providing information on funding opportunities. As a recent recipient of an FY22 Safe Streets and Roads for All (SS4A) Action Plan Grant, this first-of-its-tie regional CSAP for the City of Opa-locka will provide a framework of innovative strategies and implementation actions intended to reduce transportation-related fatalities and serious injuries while also supporting federal safety initiatives. The CSAP will identify safety issues and specific actions that can be implemented to improve safety for people traveling by any mode throughout the City. The plan will develop recommendations for both motorized and non-motorized modes in the roadway network as well as other elements including land use, transit, freight, and other community factors to create a comprehensive course of action. The plan will address federal and state regulations, including design guidance as well as performance management goals, measures, and targets, and will promote equitable outcomes. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 5 July 22, 2023 As noted, this plan will be funded in part through an Action Plan Grant through the Safe Streets and Roads for All (SS4A) discretionary grant program. The purpose of this program, established by the Bipartisan Infrastructure Law (BIL), is to support local initiatives to prevent death and serious injury on roads and streets, including pedestrians, bicyclists, public transportation users, motorists, personal conveyance and micro-mobility users, and commercial vehicle operators. Once complete, the CSAP will allow the City of Opa- locka to apply for implementation (capital construction) discretionary grant funds through the SS4A initiative. c) Project Narrative The City of Opa-locka understands our shared responsibility in eliminating fatal and serious crashes for all roadway users, including those who walk, bike, drive, ride transit, and travel by other modes in our community. We are committed to a holistic approach in how we think about transportation safety and how we prioritize investments across the entire transportation system so that we can build a safe and better system for all users of all modes. By developing the first comprehensive safety action plan for the City, our area will commit to providing a framework of innovative strategies and implementation actions that will ensure crash reductions and support federal and state safety initiatives. Through expanded collaboration with stakeholders and community members, as well as guidance from FHWA’s Safe System approach and SS4A’s Action Plan Components, the City will develop a comprehensive safety action plan that is founded upon the following:  Stakeholder and public engagement plan, with a strong emphasis on equity and outreach to residents, businesses, visitors, and community builders.  Data collection and review, including a summary of existing programs, policies, and studies as well as a peer review of comparable surrounding small cities.  Safety analysis, including an analysis of regional trends, contributing factors, and patterns of transportation-related accidents in the region. Transportation equity review, including an assessment of regional equity indicators related to accessibility, connectivity, environment, health, engagement, and effectiveness, and how transportation systems affect and/or influence safe and equitable outcomes.  Dashboard and toolkit, including graphic visualizations that illustrate safety countermeasures, context-sensitive solutions, user educational components, and performance measure tracking. Implementation matrix for implementing safety measures including:  Policies, programs, innovative practices, and low-cost/high-impact strategies; and  Specific construction projects with scope, budget, and time frame. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 6 July 22, 2023 1-2. PROPOSAL SUBMISSION: 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 2:00 pm on TBA. 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: Safe Streets and Roads for all (SS4A) Comprehensive Action Plan. This package shall also include the Proposer’s return address. Proposers may withdraw their proposal 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, the proposal becomes 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 proposal directly to the City Clerk’s Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposal. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. ELIGIBILITY: To be eligible to respond to this RFQ, the Consultant should have performed similar work and have relevant experience. 1-4. CONE OF SILENCE: You are hereby advised that this Request for Qualifications is subject to the “Cone of Silence,” in accordance with Section 2-11.1(t)(a) of the Code of Miami-Dade County. From the time of advertising until the Interim City Manager issues a recommendation, there is a prohibition on communication with the City’s professional staff. The Cone of Silence does not apply to oral communications at pre-bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFQ, RFQ, RFLI or bid by the City Commission, or communications in writing at any time with the authorized City employee. A copy of all written communications must be filed with the Interim City Manager. Violation of these provisions by any bidder or proposer shall render any Request for Qualifications Transfer Station Development RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFQ, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. All questions regarding this RFQ must be submitted in writing no less than five (5) business days before the proposal due date. All questions and comments should be directed to jflores@opalockafl.gov. Answers to all submitted questions will be posted on the City’s web site. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 7 July 22, 2023 1-5 PUBLIC RECORDS: Florida law provides that municipal records shall always be open for inspection by any person under §119, F.S., as amended from time to time; The Public Records law. Information and materials received by the City in connection with responses shall be deemed to be public records subject to public inspection. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: JOANNA FLORES AT (305) 953-2800, jflores@opalockafl.gov, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054. 1-6 MAILING INSTRUCTIONS AND SUBMITTAL DEADLINE: Sealed proposals must be received no later than 2:00 p.m. local time on TBA, at Office of the City Clerk, 780 FISHERMAN STREET, OPA-LOCKA, FL 33054, 4th Floor. Each sealed proposal should be clearly marked and identified as follows: CITY OF OPA-LOCKA, "Safe Streets and Roads for all (SS4A) Comprehensive Action Plan". 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’s Clerk Office and marked RFQ for Transfer Station Development. The responsibility for submitting a response and its receipt on or before the stated time and date will be solely and strictly the responsibility of the proposer. The city is in no way responsible for delays caused by any delivery system or caused by any other occurrence. Proposals received after the exact time and date stipulated above shall be non-responsive. 1-7 CITY OPTIONS: The City reserves and holds at its sole discretion the right and option to award a Contract(s) for the provision of Transfer Station Development. The Interim City Manager will report to the City Commission whether or not a contract award(s) is/are recommended. The City also reserves and holds at its sole discretion the following rights and options: • To issue addenda/clarification to this RFQ. • To reject or accept any and all submittals. • To issue subsequent RFQ. • To enter into contract negotiations. • To wave technicalities. 1-8 AWARD OF CONTRACT: The City intends to select and make a recommendation for the award of a contract to the City Commission. The City Commission shall be the sole judge of the submittals that is/are in its best interest, and its decision is final. The terms of the contract shall be in accordance with the time requirements as set forth in this RFQ. 1-9 WRITTEN NOTICE TO PROPOSERS: All proposers will be e-mailed, at the time of tentative successful proposal selection, a notification of said selection. 1-10 NON-ASSIGNMENT: The selected firm shall not assign, transfer, convey, or otherwise hypothecate any interest, rights, duties, or obligations it will have under the contract to be awarded, without the prior written consent of the City. The City may, at its option, terminate the Agreement immediately upon notice of such action by the contractor. 1-11 INDEMNIFICATION AND HOLD HARMLESS: The selected firm shall indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising out of or resulting from the proposer's performance of the contract. The selected firm shall also indemnify and hold harmless the City, its agents, and employees from and against all claims, damages, losses, and expenses arising from action of selected firm’s employees on City’s property or in the course of carrying out any REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 8 July 22, 2023 business related to the contract. 1-12 DEFAULT: Failure of the proposer to comply with any covenant of the contract to be awarded shall constitute a default, and the City may at its option terminate the contract thirty days after receipt by the proposer of written notice, unless said default is cured within such period. 1-13. CONTRACTUAL AGREEMENT: This RFQ 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. 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. 1-14. SELECTION PROCESS: The proposal 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 and holds at its sole discretion the right and option to award a Contract(s) for the provision of Transfer Station Development. 1-15. INSURANCE: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self-insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers’ insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers’ Compensation coverage with statutory limits and Employer’s Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4. The city listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 days written notice of cancellation. 1-16. LICENSES: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFQ submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-17. PUBLIC ENTITY CRIME: 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 more than 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 REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 9 July 22, 2023 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 RFQ proposal forms, Proposer attests that they have not been placed on the “Convicted Vendor List”. 1-18. CODE OF ETHICS: If any Proposer violates or is a party to a violation of the code of ethics of the CITY or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposal for work, goods or services for the city. 1-19. PROTESTS: Protests of the plans, specifications, and other requirements of the Request for Qualifications 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. 1-20. 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 determines 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. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 10 July 22, 2023 II. NATURE OF SERVICES REQUIRED a) Scope of Services The City of Opa-locka (the “City”) is seeking a consultant who can not only provide the typical qualifications necessary in the development of the CSAP but also can provide pro-activeness, vision, innovation, and collaboration in examining and proposing strategies and recommendations that will ensure a reduction of fatal and serious crashes for all roadway users. Outlined below is the scope of work that will guide the development of the CSAP. The City has included the following scope of work to provide interested consultants insight into project intent, context, coordination, responsibilities, and other elements to help facilitate proposal development. This outline is not necessarily all-inclusive, and the consultant may include in the proposal any additional performance tasks that will integrate innovative approaches to successfully complete the CSAP. At a minimum, the consultant shall be expected to establish detailed outlines, analyses, assessments, and recommendations for the following tasks: Task 1: Project Structure and Work Plan. Building on the scope of work presented in their proposal, and incorporating any relevant changes made during contract negotiations, the consultant will prepare a detailed work plan and the achievable timeline for the CSAP anticipated to be completed by September 2024. The work plan will outline the overall approach, as well as specific actions and activities that will occur during the project and how these will result in a successful conclusion to the study. Task 2: Project Management and Coordination. The consultant shall be required to manage the study and coordination with any sub-consultants, as well as bear responsibility for all documentation and equipment needs. The consultant will identify a project lead from their team to act as the direct point of contact for the City’s project manager. This task will also include regular progress meetings with the City, the preparation of monthly progress reports, documentation of travel and expense receipts, and the preparation and submission of invoices. When submitting progress reports, the consultant will be required to outline the following:  Performed work.  Upcoming tasks or milestones.  Status of scope and schedule; and  Any issues to be aware of. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 11 July 22, 2023 The consultant shall be responsible for the preparation and coordination of all data collection, data analysis, technical memorandum, and draft documents for the City. The City of Opa-locka shall be responsible for coordinating and scheduling meetings and assisting the consultant in developing agendas. The consultant will be expected to work closely with the City on the coordination and distribution of materials to the City Council, general public as applicable to consultant work tasks, as well as be responsible for the recording of meeting minutes. Task 3: Stakeholder and Public Engagement Program. The consultant will develop and implement a detailed stakeholder and public engagement program that seeks to gain authentic and meaningful public input from community members across the City. A strong emphasis shall be placed on equity and outreach to all city residents, businesses, and stakeholders. At a minimum, the stakeholder and public engagement program shall address the following:  Identification of, and engagement activities for, key communities that may be disproportionately impacted by traffic risks and traditionally underserved by safety efforts.  Specific activities for reaching identified stakeholder groups and engagement strategies that inform, involve, and empower stakeholders and the public.  Examination of perceived safety culture and concerns in the City of Opa-locka.  Timeline for stakeholder and public engagement activities.  Communication methods for sharing information with residents and community members; and  Strategy for effective and consistent messaging. The consultant is encouraged to utilize creative methods, opportunities, and activities when collaborating, engaging, and informing stakeholders and the public, especially for residents disproportionately impacted and traditionally underserved. Task 4: Data Collection and Review. The consultant will collect and review existing, programs, policies, and activities, and provide a summary of current efforts to address transportation safety in the City of Opa-locka. The consultant shall also review strategies that other cities and counties, are using to address safety, identify programs that have evidence of measurable success, and provide an assessment of the most effective and efficient methods used to achieve outcomes. As part of this task, the consultant shall at minimum:  Review existing local, regional, state, and federal plans, studies, and initiatives related to roadway safety improvements to identify opportunities to improve processes for prioritizing transportation safety and collaboration that could lead to improved effectiveness of safety analysis, project development, and implementation for jurisdictions in the Southern Florida Region.  Conduct a peer review and comparison of the crash analyses of similar-sized cities. This review shall include, but is not limited to, a comparison based on crashes per VMT and crashes per capita, and exposure to risk/crash risk. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 12 July 22, 2023  Assess the quality and completeness of existing available data including crash, transportation, land use, and demographic data; and Develop recommendations based on literature, policy, and data review on best analysis strategies and data requirements. Task 5: Safety Analysis. The consultant will conduct an analysis of existing safety conditions and historical trends that provides a baseline level of crashes involving fatalities and serious injuries across jurisdictions in the City of Opa-locka area. This safety analysis shall include an examination of locations where there are crashes and the severity of the crashes, as well as contributing factors and crash types by relevant road users (personal motorists, bicyclists, pedestrians, freight, etc.). An analysis of systemic and specific safety needs shall also be performed, as needed (e.g., high-risk road features, specific safety needs of relevant road users, public health approaches, analysis of the built environment, demographic, and structural issues, etc.). To the extent practical, the analysis shall include all roadways within the City of Opa-locka and sphere of influence, without regard for ownership. Task 6: Transportation Equity Review. The consultant will perform a transportation equity review to better understand how current transportation systems, services, and decision-making processes impact the lives of all users, including underserved and underrepresented residents in the City of Opa-locka. This shall include an analysis of systems, services, and processes that support safe and easy-to-use multimodal options, amenities that are accessible to all populations for reaching destinations independently, and strategies to reduce socioeconomic disparities experienced by underserved and underrepresented residents/businesses. As part of this task, the consultant shall develop and assess regional transportation indicators that easily measure transportation barriers in the City and/or potential structural inequalities that different population groups may face. These indicators shall include, at minimum:  Accessibility.  Connectivity.  Effectiveness.  Environment.  Health.  Mobility.  Safety.  Level of community engagement; and  Other equity indicators, as required. Task 7: Dashboard and Toolkit. The consultant will establish a process and create a publicly accessible tracking mechanism in the form of a dashboard or other appropriate format as a means to monitor safety outcomes and evaluate which safety measures are most effective throughout the City of Opa-locka. The consultant will also develop a safety toolkit with graphic visualizations that illustrate safety countermeasures, context-sensitive design solutions, and user educational components tailored for the region. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 13 July 22, 2023 Task 8: Implementation Matrix. The consultant will develop an implementation matrix that identifies potential projects, strategies, and recommendations for future grant opportunities, measures that can be included in regular maintenance cycles, and potential updates to the City of Opa-locka area jurisdictions to better align with safety best practices. The implementation matrix will recognize the needs of all users of the local transportation system, potential projects that are feasible and applicable for grant funding, conceptual infrastructure improvements with estimated costs, and schedule for implementation. Strategies and recommendations shall consider and outline fiscal and staff time resources necessary for a continued, sustained, and successful effort to achieve traffic safety goals and meet SS4A objectives after plan adoption. A project readiness timeline for each strategy and project shall be included for short-term (0-5 years), mid-term (5-10 years), and long-term (10+ years). Task 9: Administrative Draft and Final Plan. The consultant will prepare an administrative draft of the CSAP for review and comment by the City Staff and City Council. This draft is to be provided as an electronic PDF to City Staff and Council members. Comments received from the Staff and Council will be incorporated into the final plan. Upon final review and consent by all parties, the consultant will develop a final report that is visually appealing, easy for policymakers and stakeholders to understand, and communicate action plan strategies and recommendations. The report shall be able to be used both digitally and in hard copy format. This may take the form of separate print and web formats. Specifically, the consultant shall develop a final report that:  Is organized and communicates a clear message both graphically and with accompanying text.  Is easy to read and understand; and  Explains key implications as they relate to policies, programs, practices, strategies, infrastructure projects, funding, and other recommendations. The consultant shall provide the City with appropriate presentation materials for final review and approval of the CSAP by the City Council and other jurisdictions as appropriate. The City of Opa-locka shall be responsible for presenting and achieving final recommendations and approval of the study. If the consultant wishes to include assistance with the final approval process in their scope of work, this shall be accounted for in the proposal. Task 10: Executive Summary/Fact Sheet. Upon completion of the CSAP, the consultant shall develop a brief executive summary or fact sheet in PDF format which relays all pertinent information in an easy-to-follow format. The summary shall be concise and highly graphic, highlighting major assumptions, strategies, and recommendations. Task 11: Deliverables. Upon final project completion, the consultant will be responsible for providing a high-resolution document in PDF format. The consultant is also expected to provide the City with all data and study products. All meeting summaries and technical analyses shall be included as an appendix of the study. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 14 July 22, 2023 NOTE: If the consultant wishes to modify or include additional tasks deemed necessary to complete the study, this must be agreed to by the City before issuing the notice to proceed. b) General RFP Requirements Sealed Cost Proposal. All proposals must be clearly identified and marked with the appropriate project name, inclusive of a separately sealed cost proposal per the requirements of this RFP. Cost proposals shall be based on an hourly “not to exceed” amount and shall follow the general format as provided within Exhibit A of this RFP. The City of Opa-locka may decide, in its sole discretion, to negotiate a price for the project after the selection committee completes its final ranking. Negotiation will begin with the Consultant identified as the most qualified per the requirements of this RFP, as determined in the evaluation/selection process. If the City is unable to negotiate a contract for services negotiations will be terminated and negotiations will begin with the next most qualified Consultant. This process will continue until a satisfactory contract has been negotiated. Consultant Annual Audit Information for Indirect Cost. Consulting firms proposing to do work for the City of Opa-locka must have a current audit rate no older than fifteen (15) months from the close of the firm's Fiscal Year. Documentation of this audit rate must be provided with the sealed cost proposal. Firms that do not meet this requirement will not qualify to propose or contract for City of Opa-locka projects until the requirement is met. Firms that have submitted all the necessary information to the City and are waiting for the completion of the audit will be qualified to submit proposals for work. Information submitted by a firm that is incomplete will not qualify. Firms that do not have a current cognizant Federal Acquisition Regulations (FARs) audit of indirect cost rates must provide this audit prior to the due date of proposals. This documentation shall be attached with the sealed cost proposal. The submitted Indirect Rate MUST match the Indirect Rate on all invoicing. Respondent Qualifications. Respondents must submit evidence that they have relevant past experience and have previously delivered services similar to the requested services within this RFP. Each respondent may also be required to show that similar work has been performed in a satisfactory manner and that no claims of any kind are pending against such work. No proposal will be accepted from a respondent who is engaged in any work that would impair his or her ability to perform or finance this work. Disadvantaged Business Enterprise. Pursuant to Department of Transportation policy and 49 CFR Part 23, the City supports the participation of DBE/MBE businesses in the performance of contracts financed with federal funds under this RFP. Consultants shall make an effort to involve DBE/MBE businesses in this project. If the Consultant is a DBE/MBE, a statement indicating that the business is certified DBE/MBE in Florida shall be included within the proposal. If the Consultant intends to utilize a DBE/MBE to complete a portion of this work, a statement of the Subconsultant’s certification shall be included. The percent of the total proposed cost to be completed by the DBE/MBE shall be shown within the proposal. Respondents shall REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 15 July 22, 2023 substantiate (within proposal) efforts made to include DBE/MBE businesses. US DOT Policy Statement on Bicycle and Pedestrian Accommodations. Consultants are advised to review and consider the US DOT Policy Statement on Bicycle and Pedestrian Accommodation issued in March of 2010 when developing written proposals. c) Contents of Proposal The purpose of the proposal is to demonstrate the qualifications, competence, and capacity of the consultant seeking to provide comprehensive services specified herein for the City of Opa- locka, in conformity with the requirements of the RFP. The proposal shall demonstrate the qualifications of the firm and its staff to undertake this project. It shall also specify the proposed approach that best meets the RFP requirements. The proposal must address each of the service specifications under the Scope of Work and Performance Tasks. At a minimum, proposals shall include the following information: 1) Contact Information. Name, telephone number, email address, mailing address, and other contact information for the consultant’s project manager. 2) Introduction and Executive Summary. This section shall document the firm name, business address (including telephone, email address(es), year established, type of ownership and parent company (if any), project manager name and qualifications, and any major features that may differentiate this proposal from others, if any. 3) Work Plan and Project Approach Methodology. Proposals shall include the following, at minimum: a) Detailed work plan identifying the major tasks to be accomplished relative to the requested study tasks and expected product as outlined in this RFP. b) Timeline for completion of the requested services, including all public outreach and stakeholder meetings, identifying milestones for the development of the project, and completion of individual tasks. c) List of projects with similar size, scope, type, and complexity that the proposed project team has successfully completed in the past. d) List of the proposed principal(s) who will be responsible for the work, proposed Project Manager, and project team members (with resumes). e) Breakout of hours for each member of the team by major task area, and an overall indication of the level of effort (percentage of overall project team hours) allocated to each task. Note that specific budget information is to be submitted in a sealed cost proposal as described in General RFP Requirements. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 16 July 22, 2023 f) List of any subcontracted agencies, the tasks they will be assigned, the percentage of work to be performed, and the staff that will be assigned. g) List of client references for similar projects described within the RFP. h) Required Disadvantaged Business Enterprise (DBE) and/or Minority Business Enterprise (MBE) Firms' participation documentation, if applicable; and i) Ability of the firm to meet required time schedules based on current and known future workload of the staff assigned to the project. 4) Signature. Proposals shall be signed in electronically by an authorized member of the firm/project team. 5) Attachments. Review, complete, and submit the completed versions of the following RFP Attachments with the proposal: Exhibit A – Additional Resources (review only) Exhibit B – Title VI Assurances – Federal Clauses (review only) Exhibit C – Cost Proposal Form (complete and submit REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 17 July 22, 2023 III. PROJECT SCHEDULE/CALENDAR EVENTS EVENT DATE/LOCATION Release Date TBA Pre-Bid Meeting TBA Written Questions Due TBA @ 5:00pm Email questions to jbergel@opalockafl.gov With Subject line “RFQ No: Bid Questions” Response to Questions TBA @ 5:00pm Due Date/Bid Opening TBA @ 2:00 pm at: City of Opa-locka Clerk Office 780 Fisherman Street, 4th Floor Opa- locka, Florida 33054 OR Electronic Bid on www.Demandstar.com EVALUATION: Evaluation Committee Meeting (Open to the Public). TBA Award Letter Recommendation TBA Post Award TBA a) Project Development (Major Milestones)  Project Start-Up/Mobilization: Week of TBD  Planned Draft Action Plan Completion: TBD  Final Action Plan Completion: September 2024  Planned Action Plan Adoption: October 2024  Final Invoices Received: December 2024 REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 18 July 22, 2023 IV. SUBMITTIAL INFORMATION DELIVERY OF PROPOSALS Proposals must be submitted in a sealed envelope plainly marked on its outside with “SS4A Comprehensive Safety Action Plan” and/or Online through Demand Star. Proposals shall be received until (TBD) local time on TBD at the City of Opa-locka Office, 780 Fisherman Street 4th floor Opa-locka FL 33054. A PDF of the proposal may be mailed or delivered by USB. Sealed cost proposals shall be submitted as hard copies. Hard copies of the sealed cost proposals may either be hand delivered or shipped to ensure timely delivery to the project manager as defined below: All proposals received by TBD will be given equal consideration. Minority, women- owned and disadvantaged business enterprises are encouraged to apply. Respondents must submit one PDF copy of the proposal. The full length of each proposal should not exceed 45 pages; including any supporting material, charts, or tables. Facsimiles will not be accepted. Proposals received after the stated date and time, or at a different location, will not be accepted for consideration. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 19 July 22, 2023 V. EVALUATION AND SELECTION PROCESS a) Review of Proposals Proposals will be reviewed and evaluated by a committee of City Staff. The top firms may be invited to present their proposals to the evaluation committee in the City of Opa-locka, Miami Dade County. Based upon the proposals submitted and the firm presentations, the committee will select the proposal which best meets the City’s requirements. Proposals must be submitted in a sealed envelope plainly marked on its outside with “SS4A Comprehensive Safety Action Plan”. Proposals shall be received until TBD pm local time on TBD at the City of Opa-locka Office, or through Demand Star. b) Evaluation Criteria Evaluation considerations will include the following: 1) Responsiveness of the proposal in clearly stating the understanding of the work to be performed in demonstrating the intention and ability to perform the work. 2) Cost. Although a significant factor, cost will not be the primary factor in the selection of a consulting firm. 3) The consultant’s related experience with similar projects, including the consultant’s ability, familiarity, and involvement in handling similar types of activities. 4) Specific qualifications of the consultant’s project manager and key staff’s experience related to the development of similar studies The consultant’s understanding of the project scope and knowledge of local/regional issues related to the study. 5) The consultant’s project understanding, proposed project approach and methodology, project work plan, and project management techniques. The consultant’s current workload, availability of key personnel, and record of past performance. 6) The consultant or subconsultant is documented as a Disadvantaged Business Enterprise (DBE) and/or Minority Business Enterprise (MBE). The City reserves the right to utilize the additional services of the selected consultant in specialized areas as appropriate. Notification of acceptance or rejection by the City will be made to all firms. The city of Opa-locka reserves the right to waive informalities and to reject any and all proposals. This RFP does not commit the city to award a contract, pay any costs incurred in the preparation of proposals, or to procure or contract for supplies or services. The city also reserves the right to waive minor irregularities in any proposal. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 20 July 22, 2023 The City of Opa-locka reserves the right to negotiate with any qualified source or to cancel in part or in its entirety this RFP if it is in the best inter est of the City to do so. The City may require the selected consultant to participate in negotiations, and submit such costs, technical or other information that may result from these negotiations. As appropriate, indemnification provisions will be incorporated in the agreement that will be executed between the provider selected and the city. Categories Points Category 1. Experience: Experience working with public and private sector (minimum of 5 years of experience). 40 Category 2. SOW: The ability to meet the defined scope of work, plan, project approach, and methodology. References: three (3) required. 30 Category 3. Key Staff: Qualifications of the Project Team. 10 Category 4. The consultant or subconsultant is documented as a Disadvantaged Business Enterprise (DBE) and/or Minority Business Enterprise (MBE). 10 Category 5. Fee schedule: Cost of proposal 10 TOTAL 100 REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 21 July 22, 2023 VI. CONTRACT a) Agreement for Services The successful offer shall be required to enter into an Agreement of Services with the city of Opa-locka. The scope of work, terms and conditions, and other express requirements set forth in this RFP shall be incorporated by reference into the actual executed Agreement for Service upon award. Where there is a conflict between the terms of the Agreement and the express, stringent, or particular terms set forth in the RFP, the provision or requirement set forth in the RFP shall control. b) Insurance Requirements The selected firm must provide a certificate of endorsement naming the City of Opa-locka as additional insured complying with insurance requirements listed in the attached Sample Agreement. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 22 July 22, 2023 ATTACHMENT A Additional Resources Respondents are encouraged to review project planning resources on the SS4A website at https://www.transportation.gov/grants/SS4A/resources. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 23 July 22, 2023 ATTACHMENT B Title VI Assurances Prospective consultants shall be aware of the following contractual requirements regarding compliance with Title VI shall they be selected pursuant to this RFP: 1) Compliance with Regulations. The consultant shall comply with the regulations relative to nondiscrimination in federally assisted programs of the U.S. Department of Transportation, 49 CFR Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations). 2) Nondiscrimination. The consultant, with regard to the work performed by it, shall not discriminate on the grounds of race, color, national origin, sex, age, disability/handicap, or income status**, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The consultant shall not participate, either directly or indirectly, in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding or negotiation, made by the consultant for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the consultant of the contractor’s obligations to the City and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability/handicap, or income status**. 4) Information and Reports. The consultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the City of Opa-locka or Miami-Dade to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a consultant is in the exclusive possession of another who fails or refuses to furnish this information, the consultant shall so certify to the City of Opa-locka, as appropriate, and shall set forth what efforts it has made to obtain the information. 5) Sanctions for Noncompliance. In the event of the consultant’s noncompliance with the nondiscrimination provisions as outlined herein, City of Opa-locka shall impose such sanctions as it or FHWA may determine to be appropriate, including but not limited to: a) Withholding of payments to the consultant under the contract until the consultant complies; and/or REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 24 July 22, 2023 b) Cancellation, termination, or suspension of the contract, in part or in whole. 6) Incorporation of Title VI Provisions. The consultant shall include the provisions of Section XIII, paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The consultant shall take such action with respect to any subcontract or procurement as the U.S. Department of Transportation, or FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance provided, however, that in the event a consultant becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the consultant may request the City of Opa-locka enter into such litigation to protect the interests of the City and, in addition, the consultant may request the United States to enter into such litigation to protect the interests of the United States. ** The Act governs race, color, and national origin. Related Nondiscrimination Authorities govern sex, 23 USC 324; age, 42 USC 6101; disability/handicap, 29 USC 790; and low income, EO 12898. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 25 July 22, 2023 ATTACHMENT C COST PROPOSAL FORM 1 Direct Labor Hours Rate Project Cost Total Name, Title, Function 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - 0.00 X $ - = $ - $ - SUBTOTAL $ - $ - 2 Overhead/Indirect (expressed as indirect rate x direct labor) $ - $ - 3 Subcontractor Cost $ - $ - 4 Materials and Supplies Cost $ - $ - 5 Travel Cost $ - $ - 6 Fixed Fee $ - $ - 7 Miscellaneous Costs $ - $ - TOTAL COST (not to exceed $200,000.00) $ - $ - REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 26 July 22, 2023 ATTACHMENT D USDOT SS4A PLAN DEVELOPMENT - ELEMENTS FOR A SS4A ACTION PLAN A complete Action Plan will include the following tasks: A successful CSAP will demonstrate engagement with a variety of public and private stakeholders and seek to adopt innovative technologies and strategies to:  Promote safety to prevent death and serious injuries on public roadways for all road users;  Employ low-cost, high-impact strategies that can improve safety over a wider geographic area;  Ensure equitable investment in the safety needs of underserved communities, which includes both underserved urban and rural communities;  Incorporate evidence-based projects and strategies and adopt innovative technologies and strategies;  Demonstrate engagement with a variety of public and private stakeholders; and  Align with the USDOT’s mission and with priorities such as safety, equity, and Justice 40, climate change and sustainability, quality job creation, and economic strength and global competitiveness. A completed CSAP will allow the City and member entities to seek implementation grant awards for projects and strategies that save lives and reduce roadway fatalities and serious injuries; incorporate equity, engagement, and collaboration into how projects and strategies are executed; use effective practices and strategies; and consider climate change, sustainability, and economic competitiveness in project and strategy implementation. Leadership Commitment and Goal Setting An official public commitment (e.g., resolution, policy, ordinance, etc.) by a high-ranking official and/or governing body (e.g., Mayor, City Council, City Staff, Residents, etc.) to an eventual goal of zero roadway fatalities and serious injuries. The commitment must include a goal and timeline for eliminating roadway fatalities and serious injuries achieved through one, or both, of the following: (1) the target date for REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 27 July 22, 2023 achieving zero roadway fatalities and serious injuries, OR (2) an ambitious percentage reduction of roadway fatalities and serious injuries by a specific date with an eventual goal of eliminating roadway fatalities and serious injuries.  Are both of the following true: a. Did a high-ranking official and/or governing body in the jurisdiction publicly commit to an eventual goal of zero roadway fatalities and serious injuries? b. Did the commitment include either setting a target date to reach zero, OR setting one or more targets to achieve significant declines in roadway fatalities and serious injuries by a specific date? Planning Structure A committee, task force, implementation group, or similar body charged with oversight of the Action Plan development, implementation, and monitoring.  In development of the CSAP, a committee, task force, implementation group, or similar body established and charged with the plan’s development, implementation, and monitoring. Safety Analysis Analysis of existing conditions and historical trends that provides a baseline level of crashes involving fatalities and serious injuries across the City of Opa-locka. Includes an analysis of locations where there are crashes and the severity of the crashes, as well as contributing factors and crash types by relevant road users (motorists, people walking, transit users, etc.). Analysis of systemic and specific safety needs is also performed, as needed (e.g., high-risk road features, specific safety needs of relevant road users, public health approaches, analysis of the built environment, demographic, and structural issues, etc.). To the extent practical, the analysis should include all roadways within the jurisdiction, without regard for ownership. Based on the analysis performed, a geospatial identification of higher-risk locations is developed (a high-injury network or equivalent).  Does the Action Plan include all of the following? 1. Analysis of existing conditions and historical trends to baseline the level of crashes involving fatalities and serious injuries across the City. 2. Analysis of the location(s) where there are crashes, the severity, as well as contributing factors and crash types; REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 28 July 22, 2023 3. Analysis of systemic and specific safety needs is also performed, as needed (e.g., high risk road features, specific safety needs of relevant road users; and 4. A geospatial identification (geographic or locational data using maps) of higher risk locations. Engagement and Collaboration Robust engagement with the public and relevant stakeholders, including the private sector and community groups, allows for both community representation and feedback. Information received from engagement and collaboration is analyzed and incorporated into the Action Plan. Overlapping jurisdictions are included in the process. Plans and processes are coordinated and aligned with other governmental plans and planning processes to the extent practical.  Did the Action Plan development include all of the following activities? 1. Engagement with the public and relevant stakeholders, including the private sector and community groups; 2. Incorporation of information received from the engagement and collaboration into the plan; and 3. Coordination that included inter- and intragovernmental cooperation and collaboration, as appropriate. Equity Considerations Plan development using inclusive and representative processes. Underserved communities are identified through data and other analyses in collaboration with appropriate partners. The analysis includes both population characteristics and initial equity impact assessments of the proposed projects and strategies.  Did the Action Plan development include all of the following? 1. Considerations of equity using inclusive and representative processes; 2. The identification of underserved communities through data; and 3. Equity analysis, in collaboration with appropriate partners, focused on initial equity impact assessments of the proposed projects and strategies, and population characteristics REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN CITY OF OPA-LOCKA RFP 29 July 22, 2023 Policy and Process Changes Assessment of current policies, plans, guidelines, and/or standards (e.g., manuals) to identify opportunities to improve how processes prioritize transportation safety. The Action Plan discusses implementation through the adoption of revised or new policies, guidelines, and/or standards, as appropriate.  Are both of the following true? 1. The plan development included an assessment of current policies, plans, guidelines, and/or standards to identify opportunities to improve how processes prioritize safety; and 2. The plan discusses implementation through the adoption of revised or new policies, guidelines, and/or standards. Strategy and Project Selections Identification of a comprehensive set of projects and strategies, shaped by data, the best available evidence, and noteworthy practices, as well as stakeholder input and equity considerations, that will address the safety problems described in the Action Plan. These strategies and countermeasures focus on a Safe System Approach, and effective interventions, and consider multidisciplinary activities. To the extent practical, data limitations are identified and mitigated. Once identified, the list of projects and strategies is prioritized in a list that provides time ranges for when the strategies and countermeasures will be deployed (e.g., short-, mid-, and long-term timeframes). The list should include specific projects and strategies, or descriptions of programs of projects and strategies, and explain the prioritization criteria used. The list should contain interventions focused on infrastructure, behavioral, and/or operational safety.  Does the plan identify a comprehensive set of projects and strategies to address the safety problems identified in the Action Plan, time ranges when the strategies and projects will be deployed, and explain project prioritization criteria? Progress and Transparency Method to measure progress over time after an Action Plan is developed or updated, including outcome data. Means to ensure ongoing transparency is established with residents and other relevant stakeholders. Must include, at a minimum, annual public and accessible reporting on progress toward reducing roadway fatalities and serious injuries, and public posting of the Action Plan online.  Does the plan include all of the following? 1. A description of how progress will be measured over time that includes, at a minimum, outcome data. 2. The plan is posted publicly online. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 30 ATTACHMENT E 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 ensure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 31 ATTACHMENT F CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer’s responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature _____________________________________________ Printed Name ___________________________________________ REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 32 ATTACHMENT G 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 REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 33 ATTACHMENT H NON-COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE ___________________________________________ being irst duly sworn, deposes and says that: (1) He/She/They is/are the ______________________________________________________ (Owner, Partner, Officer, Representative or Agent) of __________________________________________ the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: _________________________________ By: ___________________________________ Witness Signature _________________________________ ________________________________________ Witness Print Name and Title REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 34 ATTACHMENT I NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By:_________________________________________________ Title:______________________________________________ Sworn and subscribed before this _____day of_____________________, 20____ ___________________________________________ Notary Public, State of Florida ____________________________________________ (Printed Name) My commission expires:_______________________ REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 35 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. REQUEST FOR PROPOSALS (RFP) SS4A COMPREHENSIVE SAFETY ACTION PLAN 36 ATTACHMENT J 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: __________________________________________________________________________________________________________