Loading...
HomeMy Public PortalAboutResolution No. 24-054- Resolution to issue an RFP for Critical Infrastructure Vulnerability Assessment Adaptation and Resiliency Plan Development ServicesSponsored By: City Manager RESOLUTION NO. 24-054 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, APPROVING ISSUANCE OF A REQUEST FOR PROPOSALS ("RFP") FOR CRITICAL INFRASTRUCTURE VULNERABILITY ASSESSMENT, ADAPTATION AND RESILIENCY PLAN DEVELOPMENT SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") desires to issue a Request for Proposal ("RFP") for The City Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Development Services; and WHEREAS, one of the most significant challenges for the community is effective stormwater management, which has been a focus of the City Commission for many years; and WHEREAS, as conditions in the region continue to produce frequent and more severe storms, there is an immediate need to address this problem; and WHEREAS, the City is seeking a Consultant or Firm to conduct a study to provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets; and WHEREAS, the project will assist the City to develop an efficient and resilient drainage system that will provide flood protection for a community that is approximately 84% Low to Moderate Income (LMI); and WHEREAS, this study will provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets and will use existing GIS data to model rainfall flooding and assess current and future impacts on the critical infrastructure; and WHEREAS, additionally, the study will identify the City's unmet mitigation needs in response to current as well as future events and evaluate several adaptation alternatives and mitigation strategies to reduce flood risks; and WHEREAS, using existing GIS data, the study can model rainfall flooding and assess both current and future impacts on critical infrastructure that will assist in the development of an efficient drainage system for the community; and Resolution No. 24-054 WHEREAS, the City has been awarded funding from the Florida Department of Environmental Protection Program, "Resilient Florida", to develop a Comprehensive Vulnerability Assessment that would provide the City with the conditions of Critical Infrastructure and with an Infrastructure Critical Plan that will include Cataloging and Analysis of Critical Assets, Creation of Policies, Plans and Strategies and an Adaptation Plan of Critical Assets to mitigate the risk of flooding; and WHEREAS, the City Commission authorizes the City Manager to issue an RFP for Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Development Services, attached hereto as Exhibit "A", and further authorizes spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed appropriate. 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 hereby approves the issuance of a Request for Proposals (RFP), attached hereto as Exhibit "A", for Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Development Services and further authorizes the spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed appropriate. 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 of this Resolution may be authorized by the 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. 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 10th day of April, 2024. 2 Resolution No. 24-054 TTEST: J •t; nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: B read e N iris -Weeks, P.A. City Attorney Moved by: Vice Mayor Ervin Seconded by: Commissioner Bass VOTE: 4-0 Commissioner Bass YES Commissioner Kelley ABSENT Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES John H. Ta r., Mayor 3 DocuSign Envelope ID: 74DCBB12-A33F-46E3-8D22-9A3064439A11 City of Opa-locka Agenda Cover Memo DocuSigned by: Department Director: Adelina Gross Department Director Signature: D°ClaignigENO9C4FFB9414 _.4- ... .. 04..2.. City Manager: Darvin Williams CM Signature: �#1--W C4GCO7C1E0DC492... Ordinance . L— Other Commission Meeting Date: April 10, 2024 Item Type: (EnterXin box) Resolution X Fiscal Impact: (EnterXin box) N/A Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Account# : (Enter Fund & Dept) See Financial Impact Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Enhance Organizational fl Bus. & Economic Dev Public Safety Quality of Education • Qual. of Life & City Image M Communication • Sponsor Name City Manager Department: CIP Management Short Title: A resolution authorizing the City Manager to issue a Request for Proposal (RFP) for the City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Staff Summary: History- The City of Opa-locka has been awarded funding from the Florida Department of Environmental Protection Program "Resilient Florida" to develop a Comprehensive Vulnerability Assessment that would provide the City with the conditions of Critical Infrastructure and provide the City with an Infrastructure Critical Plan that will include the following: -Cataloging and Analysis of Critical Assets -Creation of Policies, Plans and Strategies -Adaptation Plan of Critical Assets to mitigate the risk of flooding DocuSign Envelope ID: 74DCBB12-A33F-46E3-8D22-9A3064439A11 One of the most significant challenges for the community is effective stormwater management, which has been a focus of the Mayor and Commissioners for many years. As conditions in the region continue to produce frequent and more severe storms, there is an immediate need to address this problem. Current Activity- The City is seeking a Consultant or Firm to conduct a study to provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets. The project will assist the City to develop an efficient and resilient drainage system that will provide flood protection for a community that is approximately 84%Low to Moderate Income (LMI). This study will provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets. The study will use existing GIS data to model rainfall flooding and assess current and future impacts on the critical infrastructure. The study will identify the City's unmet mitigation needs in response to current as well as future events and evaluate several adaptation alternatives and mitigation strategies to reduce flood risks. Using existing GIS data, the study can model rainfall flooding and assess both current and future impacts on critical infrastructure that will assist in the development of an efficient drainage system for the community. Financial Impact: The only expense associated with this item is potential advertising costs from utilizing publications in addition to electronic dissemination of this RFP to ensure broad coverage to reach a wide range of potential bidders. Up to $3,000 may be expended if advertising is done through publications and will be charged to Non - Department Division, Other Advertising, (19-515491) which has a budget of $25,000 and a currently balance of $13,059. .Proposed Action: Staff recommends the City Commission approve the City Manager to issue a Request for Proposal (RFP) for the City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan. Attachment: Request for Proposal for the City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation, and Resiliency Plan City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan City of Opa-Locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Scope of Services 1. Introduction The City of Opa-Locka was incorporated in 1926 and is located within the northwestern area of Miami -Dade County. The city has a mixture of residential, commercial, and industrial zones as well as a general aviation airport. The City continues to witness a growth in population, and it is anticipated that with the redevelopment initiatives the City has introduced, there will be significant growth within the next 10 to 20 years. It is therefore incumbent on the city to ensure its infrastructure meets the current and projected needs of not only an increase in residents but also the growing threat of flooding from changing conditions in the climate. One of the most significant challenges for the community is effective stormwater management, which has been a focus of the Mayor and Commissioners for many years. As conditions in the region continue to produce frequent and more severe storms, there is an immediate need to address this problem. The project will assist the City to develop an efficient and resilient drainage system that will provide flood protection for a community that is approximately 84%Low to Moderate Income (LMI). This study will provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets. The study will use existing GIS data to model rainfall flooding and assess current and future impacts on the critical infrastructure. The study will identify the City's unmet mitigation needs in response to current as well as future events and evaluate several adaptation alternatives and mitigation strategies to reduce flood risks. 2. Purpose The desired project outcomes consist of: • A technical memorandum detailing the analyses and summarizing findings to comply with the requirements ofs.380.093 F.S. • Rainfall-Induced/Compound Flooding threats, for 2040 and 2070 scenarios, showing Inundation Depth and Elevation analysis and associated mapping combined into a Geographical Information System (GIS) database in a format suitable for input into the FDEP mapping tool • Cataloging and analysis of critical assets, City and County -owned, to create Policy/plan strategies • Infrastructure Adaptation Plan (IAP)report providing analysis, justification, and priority for improvements • Identification of actions to promote resilience and climate adaptation; develop public -facing outreach tools and a communication plan • Adopted Vulnerability Assessment Resiliency plan The consultant will be selected through a competitive solicitation where not only qualifications are evaluated but cost-effectiveness and ability to complete the project in a timely manner are considered. Once selected, the consultant will complete the plan including adoption by the City in no more than 12 months. Page 1 of 6 City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan The purpose of this project is to conduct vulnerability assessments to comply with Florida Statute 380. as well as provide in-depth data on how to protect and adapt the City's most vulnerable critical assets. The project is generally comprised of five Tasks: (1) Internal Coordination Meetings, (2) Background Data Acquisition, (3) Exposure and Sensitivities Analysis, (4) Public Presentation and Outreach meetings, and (5) the Final Critical Infrastructure Vulnerability, Adaptation and Resiliency Plan Assessment Report, Maps, and Tables. The deliverables for each task are identified in the Scope of Service with descriptions, measures, and guidelines. All tasks must be completed, and all deliverables received by February 28, 2025. 3. Scope of Activities TASK 1- INTERNAL COORDINATION MEETINGS Description: The Consultant will host internal meetings between the project team and city staff as necessary at key milestones throughout the project to be determined. The Consultant will prepare all meeting invitations, meeting materials, presentations, and graphics utilized during the meeting, as applicable. Deliverables: The Consultant will provide the following: 1.1: Meeting agendas to include location, date, and time of meeting; 1.2: Meeting sign -in sheets with attendee names and affiliations; 1.3: A copy of the presentation(s) and any materials created for distribution at the meeting, as applicable; and 1.4: A summary report including attendee input and meeting outcomes. TASK 2: ACQUIRE BACKGROUND DATA Description: The Consultant will research and compile the data needed to perform the VA based on the requirements as defined in Section 380.093, F.S. Three main categories of data are required to perform a VA: 1) critical and regionally significant asset inventory, 2) topographic data, and 3) flood scenario -related data. GIS metadata should incorporate a layer for each of the four asset classes as defined in paragraphs 380.093(2)(a)1-4, F.S. GIS files and associated metadata must adhere to the Resilient Florida Program's GIS Data Standards (Exhibit I), and raw data sources shall be defined within the associated metadata. Sea level rise projection data shall include the 2017 National Oceanic and Atmospheric Administration (NOAA) intermediate -high and intermediate -low projections for 2040 and 2070, at a minimum. Other projections can be used at the Consultant's discretion. Storm surge data used must be equal to or exceed the 100 - year return period (1% annual chance) flood event. In the process of researching background data, the Consultant shall identify data gaps, where missing data or low -quality information may limit the VA's extent or reduce the accuracy of the results. The Consultant shall rectify any gaps of necessary data. Deliverables: The Consultant will provide the following: Page 2 of 6 City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 2.1: A technical report to outline the data compiled and findings of the gap analysis; 2.2: A summary report to include recommendations to address the identified data gaps and actions taken to rectify them, if applicable; and 2.3: A GIS file with appropriate metadata of the data compiled, to include locations of critical assets owned or maintained by the Consultant as well as regionally significant assets that are classified and as defined in paragraphs 380.093(2)(a)1-4, F.S. TASK 3: EXPOSURE AND SENSITIVITY ANALYSES Description: The Consultant will perform an exposure analysis to identify the depth of water caused by each sea level rise (as applicable), storm surge, and/or flood scenario. The water surface depths (i.e. flood scenarios) used to evaluate assets shall include the following data: tidal flooding, current and future storm surge flooding, rainfall -induced flooding, and compound flooding, all as applicable, as well as the scenarios and standards used for the exposure analysis shall be pursuant to Section 380.093, F.S. GIS files and associated metadata must adhere to the Resilient Florida Program's GIS Data Standards, and raw data sources shall be defined within the associated metadata. The Consultant will perform the sensitivity analysis to measure the impact of flooding on assets and to apply the data from the exposure analysis to the inventory of critical assets created in the Acquire Background Data Task. The sensitivity analysis should include an evaluation of the impact of flood severity on each asset class and at each flood scenario and assign a risk level based on percentages of land area inundated and number of critical assets affected. The City Stormwater Master Plan data and/or analysis cannot be utilized as part of the background data. Deliverables: The Consultant will provide the following: 3.1: A draft VA Report that provides findings of the exposure analysis and the sensitivity analysis, and includes a visual presentation of the data via maps and tables, based on the statutorily -required scenarios and standards, and details on the modeling process, type of models utilized, and resulting tables and maps illustrating flood depths for each flood scenario; 3.2: An initial list of critical and regionally significant assets that are impacted by flooding. The list of critical and regionally significant assets must be prioritized by area or immediate need and must identify which flood scenario(s) impacts each asset; and 3.3 : GIS files with results of the exposure analysis for each flood scenario as well as the appropriate metadata that identifies the methods used to create the flood layers. TASK 4: PUBLIC PRESENTATION AND OUTREACH MEETING Page 3 of 6 City of Opa-locka Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Description: The Consultant will present the VA results in two meetings to local governing boa technical committees, or other appropriate officers and elected officials. The purpose of the presentations is to share the findings from the VA and gain feedback for input into the planning process. The meetings will also allow the public to provide community -specific input on the results of the analyses and to reconsider methodologies and assumptions used in the analysis for refinement. Additionally, during these meetings, the Consultant will conduct exercises to encourage the public to prioritize focus areas of flooding, and the critical assets in preparation for later development of adaptation strategies and project development. Criteria should be established to guide the public's input for the selection of focus areas. The Consultant will prepare all social media notifications, meeting invitations, meeting materials, presentations, and graphics utilized during the meeting, as applicable. Deliverables: The Consultant will provide the following: 4.1: Meeting agendas to include location, date, and time of meeting; 4.2 : Meeting sign -in sheets with attendee names and affiliation (i.e. local stakeholder, resident, steering committee member, local government staff); 4.3 : A copy of the presentation(s) and any materials created in preparation of or for distribution at the meeting (i.e. social media posts, public announcements, graphics), as applicable. 4.4 : A copy of the file or weblink of the video or audio recording from the meeting, if applicable; and 4.5 : A summary report including attendee input and meeting outcomes, to include defining focus areas recommended by the community. TASK 5: FINAL CRITICAL INFRASTRUCTURE VULNERABILITY ASSESSMENT, ADAPTATION and RESILIENCY PLAN (VAAR) REPORT, MAPS, AND TABLES Description: The Consultant will finalize the VAAR Report pursuant to the requirements in Section 380.093, F.S., and based upon and public outreach efforts. The final VAAR must include all results from the exposure and sensitivity analyses, as well as a summary of identified risks. It should contain a list of critical and regionally significant assets that are impacted by flooding and sea - level rise, specifying for each asset the flood scenario(s) impacting the asset. GIS files and associated metadata must adhere to the Resilient Page 4 of 6 •vv' CITY OF OPA-LOCKA RFP NO: 24 - TBA Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Table of Contents I. Proposal Guidelines a. Advertisement b. Proposal Submission c Calendar Events/Important Dates II. Nature of Services Required a. Purpose b. Scope of Work c Contents of Proposal III. General Requirements a. Rules for Proposal b. Submission Guidelines c References IV. Evaluation and Selection Process a. Review of Proposals b. Evaluation Criteria V. Attachments a PROPOSER QUALIFICATIONS b. PRICE PROPOSAL FORM C. CERTIFICATION REGARDING DEBARMENT d. DRUG -FREE WORKPLACE e. NON -COLLUSION AFFIDAVIT f. NON-DISCRIMINATION AFFIDAVIT g. E -VERIFY FORM ADVERTISEMENT RFP 24-TBA Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan The sealed proposal for Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan for the City of Opa-locka will be received by the City's Clerk Office, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, TBA, by 2:00 pm. Any RFP Package received after the designated closing time will be returned unopened. The City will accept proposals by mail; however, the proposal must be received by 2:00 pm EST on the due date. In addition, the proposal may be submitted via www.demandstar.com (e -bid) by 2:00 p.m. EST. 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 Clerk, City of Opa-locka, Florida, and marked RFP for Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan. 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: 24-TBA requirements. Joanna Flores City Clerk RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka seeks proposals for Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan. These services must be efficient, and economical, and adhere to industry standards and best practices. The Contract will be awarded to the highest ranked Proposer, as described in the Evaluation Procedures Section below. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is Proposer's responsibility to submit Proposer's 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 p.m. EST 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: RFP NO. 24-TBA - Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan. 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 ensure 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 option 1 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on 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 the preparation of a response to this Request for Proposal. Proposers 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 before 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. The City's procurement officer 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. Page 4 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions as a written addendum. The City may post written addenda on its website 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 other proposals. 1-8. Contractual Agreement: This RFP and 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. 1-9. 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 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 for all news releases or other publicity pertaining to this RFP or the service, study, or project to which it relates. Page 5 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing processes 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 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. Page 6 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (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 execution 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 after 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 determines that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. CALENDAR EVENTS EVENT DATE/LOCATION Release Date TBA Pre -Bid Meeting TBA Written Questions Due TBA @ 5:00pm Email questions With Subject to jbergel@opalockafl.gov line "RFP 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 1st Evaluation Committee Meeting TBA Award Recommendation TBA Commission Approval TBA Post Award TBA Page 7 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan PART II Scope of Services 1. Introduction The City of Opa-Locka was incorporated in 1926 and is located within the northwestern area of Miami - Dade County. The city has a mixture of residential, commercial, and industrial zones as well as a general aviation airport. The City continues to witness a growth in population, and it is anticipated that with the redevelopment initiatives the City has introduced, there will be significant growth within the next 10 to 20 years. It is therefore incumbent on the city to ensure its infrastructure meets the current and projected needs of not only an increase in residents but also the growing threat of flooding from changing conditions in the climate. One of the most significant challenges for the community is effective stormwater management, which has been a focus of the Mayor and Commissioners for many years. As conditions in the region continue to produce frequent and more severe storms, there is an immediate need to address this problem. The project will assist the City to develop an efficient and resilient drainage system that will provide flood protection for a community that is approximately 84%Low to Moderate Income (LMI). This study will provide a vulnerability assessment, adaptation plan, and resiliency plan with a comprehensive look at the City's critical infrastructure assets. The study will use existing GIS data to model rainfall flooding and assess current and future impacts on the critical infrastructure. The study will identify the City's unmet mitigation needs in response to current as well as future events and evaluate several adaptation alternatives and mitigation strategies to reduce flood risks. 2. Purpose The desired project outcomes consist of: • A technical memorandum detailing the analyses and summarizing findings to comply with the requirements ofs.380.093 F.S. • Rainfall-Induced/Compound Flooding threats, for 2040 and 2070 scenarios, showing Inundation Depth and Elevation analysis and associated mapping combined into a Geographical Information System (GIS) database in a format suitable for input into the FDEP mapping tool • Cataloging and analysis of critical assets, City and County -owned, to create Policy/plan strategies • Infrastructure Adaptation Plan (IAP)report providing analysis, justification, and priority for improvements • Identification of actions to promote resilience and climate adaptation; develop public -facing outreach tools and a communication plan • Adopted Vulnerability Assessment Resiliency plan The consultant will be selected through a competitive solicitation where not only qualifications are evaluated but cost-effectiveness and ability to complete the project in a timely manner are considered. Once selected, the consultant will complete the plan including adoption by the City in no more than 12 months. The purpose of this project is to conduct vulnerability assessments to comply with Florida Statute 380.093, as well as provide in-depth data on how to protect and adapt the City's most vulnerable critical assets. The Page 8 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan project is generally comprised of five Tasks: (1) Internal Coordination Meetings, (2) Background Data Acquisition, (3) Exposure and Sensitivities Analysis, (4) Public Presentation and Outreach meetings, and (5) the Final Critical Infrastructure Vulnerability, Adaptation and Resiliency Plan Assessment Report, Maps, and Tables. The deliverables for each task are identified in the Scope of Service with descriptions, measures, and guidelines. All tasks must be completed, and all deliverables received by February 28, 2025. 3. Scope of Activities TASK 1 - INTERNAL COORDINATION MEETINGS Description: The Consultant will host internal meetings between the project team and city staff as necessary at key milestones throughout the project to be determined. The Consultant will prepare all meeting invitations, meeting materials, presentations, and graphics utilized during the meeting, as applicable. Deliverables: The Consultant will provide the following: 1.1 : Meeting agendas to include location, date, and time of meeting; 1.2 : Meeting sign -in sheets with attendee names and affiliations; 1.3 : A copy of the presentation(s) and any materials created for distribution at the meeting, as applicable; and 1.4 : A summary report including attendee input and meeting outcomes. TASK 2: ACQUIRE BACKGROUND DATA Description: The Consultant will research and compile the data needed to perform the VA based on the requirements as defined in Section 380.093, F.S. Three main categories of data are required to perform a VA: 1) critical and regionally significant asset inventory, 2) topographic data, and 3) flood scenario -related data. GIS metadata should incorporate a layer for each of the four asset classes as defined in paragraphs 380.093(2)(a)1-4, F.S. GIS files and associated metadata must adhere to the Resilient Florida Program's GIS Data Standards (Exhibit I), and raw data sources shall be defined within the associated metadata. Sea level rise projection data shall include the 2017 National Oceanic and Atmospheric Administration (NOAA) intermediate -high and intermediate -low projections for 2040 and 2070, at a minimum. Other projections can be used at the Consultant's discretion. Storm surge data used must be equal to or exceed the 100 - year return period (1% annual chance) flood event. In the process of researching background data, the Consultant shall identify data gaps, where missing data or low -quality information may limit the VA's extent or reduce the accuracy of the results. The Consultant shall rectify any gaps of necessary data. Page 9 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Deliverables: The Consultant will provide the following: 2.1 : A technical report to outline the data compiled and findings of the gap analysis; 2.2 : A summary report to include recommendations to address the identified data gaps and actions taken to rectify them, if applicable; and 2.3 : A GIS file with appropriate metadata of the data compiled, to include locations of critical assets owned or maintained by the Consultant as well as regionally significant assets that are classified and as defined in paragraphs 380.093(2)(a)1-4, F.S. TASK 3: EXPOSURE AND SENSITIVITY ANALYSES Description: The Consultant will perform an exposure analysis to identify the depth of water caused by each sea level rise (as applicable), storm surge, and/or flood scenario. The water surface depths (i.e. flood scenarios) used to evaluate assets shall include the following data: tidal flooding, current and future storm surge flooding, rainfall -induced flooding, and compound flooding, all as applicable, as well as the scenarios and standards used for the exposure analysis shall be pursuant to Section 380.093, F.S. GIS files and associated metadata must adhere to the Resilient Florida Program's GIS Data Standards, and raw data sources shall be defined within the associated metadata. The Consultant will perform the sensitivity analysis to measure the impact of flooding on assets and to apply the data from the exposure analysis to the inventory of critical assets created in the Acquire Background Data Task. The sensitivity analysis should include an evaluation of the impact of flood severity on each asset class and at each flood scenario and assign a risk level based on percentages of land area inundated and number of critical assets affected. The City Stormwater Master Plan data and/or analysis cannot be utilized as part of the background data. Deliverables: The Consultant will provide the following: 3.1 : A draft VA Report that provides findings of the exposure analysis and the sensitivity analysis, and includes a visual presentation of the data via maps and tables, based on the statutorily -required scenarios and standards, and details on the modeling process, type of models utilized, and resulting tables and maps illustrating flood depths for each flood scenario; 3.2 : An initial list of critical and regionally significant assets that are impacted by flooding. The list of critical and regionally significant assets must be prioritized by area or immediate need and must identify which flood scenario(s) impacts each asset; and 3.3 : GIS files with results of the exposure analysis for each flood scenario as well as the appropriate metadata that identifies the methods used to create the flood layers. Page 10 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan TASK 4: PUBLIC PRESENTATION AND OUTREACH MEETING Description: The Consultant will present the VA results in two meetings to local governing boards, technical committees, or other appropriate officers and elected officials. The purpose of the presentations is to share the findings from the VA and gain feedback for input into the planning process. The meetings will also allow the public to provide community -specific input on the results of the analyses and to reconsider methodologies and assumptions used in the analysis for refinement. Additionally, during these meetings, the Consultant will conduct exercises to encourage the public to prioritize focus areas of flooding, and the critical assets in preparation for later development of adaptation strategies and project development. Criteria should be established to guide the public's input for the selection of focus areas. The Consultant will prepare all social media notifications, meeting invitations, meeting materials, presentations, and graphics utilized during the meeting, as applicable. Deliverables: The Consultant will provide the following: 4.1 : Meeting agendas to include location, date, and time of meeting; 4.2 : Meeting sign -in sheets with attendee names and affiliation (i.e. local stakeholder, resident, steering committee member, local government staff); 4.3 : A copy of the presentation(s) and any materials created in preparation of or for distribution at the meeting (i.e. social media posts, public announcements, graphics), as applicable. 4.4 : A copy of the file or weblink of the video or audio recording from the meeting, if applicable; and 4.5 : A summary report including attendee input and meeting outcomes, to include defining focus areas recommended by the community. TASK 5: FINAL CRITICAL INFRASTRUCTURE VULNERABILITY ASSESSMENT, ADAPTATION and RESILIENCY PLAN (VAAR) REPORT, MAPS, AND TABLES Description: The Consultant will finalize the VAAR Report pursuant to the requirements in Section 380.093, F.S., and based upon and public outreach efforts. The final VAAR must include all results from the exposure and sensitivity analyses, as well as a summary of identified risks. It should contain a list of critical and regionally significant assets that are impacted by flooding and sea -level rise, specifying for each asset the flood scenario(s) impacting the asset. GIS files and associated metadata must adhere to the Resilient Page 11 of 24 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Florida Program's GIS Data Standards and raw data sources shall be defined within the associated metadata. Deliverables: The Consultant will provide the following: 5.1 : Final VAAR Report that provides details on the results and conclusions, including illustrations via maps and tables, based on the statutorily required scenarios and standards in Section 380.093, F.S.; 5.2 : A final list of critical and regionally significant assets that are impacted by flooding. The list of critical and regionally significant assets must be prioritized by area or immediate need and must identify which flood scenario(s) impacts each asset; 5.3 : All electronic mapping data used to illustrate flooding and sea level rise impacts identified in the VAAR, to include the geospatial data in an electronic file format and GIS metadata; and 5.4 : A signed Vulnerability Assessment Compliance Checklist Certification PROPOSAL PRICING RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan Proposer submits the following prices for the Total work described in this solicitation: Tasks Task 1- Internal Coordination Meetings $ Task 2 - Acquire Background Data $ Task 3 - Exposure and Sensitivity Analyses $ Task 4 - Public Presentation and Outreach $ Meetings (English, Spanish, and Creole Required In -Person Meetings/Presentations and/or Activities Required) Task 5 - Final Critical Infrastructure $ Vulnerability Assessment, Adaptation and Resiliency Plan including but not limited to Maps, Tables, and recommendations for improvements Total $ Additional Services Hourly or Lump Sum $ $ $ $ $ $ $ $ 12 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan PART III 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 MINIMUM SUBMISSION REQUIREMENTS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1- Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposer's understanding of the work to be done and makea positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail the proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 13 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 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. 3.2.7 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 Proposer's 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 The fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the Proposer has provided Recycling 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 complete and submit as part of its Proposal all the following forms and/or documents. • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification. • E -Verification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY THE PROPOSER. 14 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review, and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP, including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlined in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive Proposer whose Proposal best serves the interest of and represents the best value to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make presentations and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Proposers. The Proposer's presentation may clarify but may not modify their submitted Proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. The project will result in the completion of a community -wide Vulnerability Assessment that meets the requirements for a Vulnerability Assessment under s.380.093, F.S. EVALUATION CRITERIA EVALUATION POINTS MAXIMUM 1. Firm Qualifications* 10 2. Qualifications of Team Members 20 3. Project References 10 4. Methodology & Approach 25 5. Proposed Timeline 15 6. Value -Add Proposition 10 7. Cost Proposal 10 TOTAL 100 15 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation 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 selection of firm, the expectation is that an Agreement will be executed between both parties. City staff will recommend the 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. 16 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 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, indicate: 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 RFP 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. 17 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 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 the 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. The 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 the establishment of a system of records 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. 18 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan E. The certification in paragraph 1(a) of this provision is a material representation of the fact upon which reliance was placed when making an 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 19 CITY OF OPA-LOCKA DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 20 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE (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 21 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan 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 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: 22 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan E -VERIFY Effective January 1, 2021, public and private employers, contractors, and subcontractors will be required to register with, and use the E -Verify system to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering 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 this 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 because of termination of the contract due to the Contractor's failure to comply with the provisions herein. 23 RFP Critical Infrastructure Vulnerability Assessment, Adaptation and Resiliency Plan E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter 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 the required registration with, and use of the E -Verify system to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract isa condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering 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 this 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: 24