HomeMy Public PortalAbout11-8198 RFQ for Upgrade on Pump Station 1 and 2 Sponsored by: City Manager
Resolution No. 11-8198
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA LOCKA, FLORIDA, TO AUTHORIZE THE CITY TO
ADVERTISE AND ISSUE A REQUEST FOR QUALIFICATION OF
CONTRACTORS FOR THE UPGRADE AND REHABILITATION
OF SANITARY SEWER PUMP STATIONS 1 AND 2;PROVIDING
FOR INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City entered into a Consent Agreement with Miami-Dade County
Environmental Resources Management to correct deficiencies in the operations of the Sanitary
Sewer system; and
WHEREAS, some pump stations are aged and have been assigned varying degrees of
moratorium status by DERM; and
WHEREAS,pursuant to DERM requirements,the City of Opa-locka must comply with the
rehabilitation of the pump stations under moratorium to correct deficiencies in the operations of the
Sanitary Sewer System; and
WHEREAS, funding having been approved for FY2011,the City Commission of the City
of Opa-locka, desires to have Sanitary Sewer Pump Stations 1 and 2 upgraded, rehabilitated and
completed by June 2011.
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.
Resolution No. 11-8198
Section 2. The City Commission of the City of Opa-locka directs and authorizes the City
Manager to advertise a Request for Qualifications (RFQ) for potential contractors for the upgrade
and rehabilitation of Sanitary Sewer Pump Stations 1 and 2.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 23r1 day of March, 2011.,-------
6 , ,,
M TAYLOR
MAYOR
A -
Deborah S. It's
City Clerk -
Approved as to form and legal sufficiency:
r
,i0 li, , l
Jos- ,h' . G/er
Ci !Attorn t,
y
Moved by: COMMISSIONER HOL GS
Seconded by: VICE MAYOR JOHNSuN
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Miller: NOT PRESENT
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
4751051 vl
APP-Loc,
cf O �
Op
t ii
V c e!
0%
Memorandum
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Rose Tydus
mmissioner Gail Miller
�G4iL_cu�+�C-e.-_
FROM: C arance Patterson,City anager
DATE: March 14,2011
RE: Issue RFQ-Pump Stations#1,2
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO
ADVERTISE AND ISSUE A REQUEST FOR QUALIFICATION OF
CONTRACTORS FOR THE UPGRADE AND REHABILITATION OF
SANITARY SEWER PUMP STATIONS 1 AND 2.
Description: The City of Opa-locka will issue a Request for Qualifications of contractors for the
rehabilitation of Sanitary Sewer Pump Stations 1 and 2. The City entered into a Consent Agreement with
DERM on October 7, 2009 to correct deficiencies in the operations of the Sanitary Sewer System. Part of
the agreement addresses rehabilitation of the stations under moratorium to comply with DERM
requirements.
Financial Impact: The stations have approved funding in the FY 2011 budget plan.
Implementation Timeline: The pump stations rehabilitation must be completed in June, 2011.
Legislative History: None.
Recommendation(s): Staff recommends approval.
Analysis: The pump stations are aged and have been assigned varying stages or moratorium status by
DERM. This has imposed a building moratorium in the service areas of these stations. As a result growth
and development have been hampered causing a loss of revenue for the City. The rehabilitation of the
stations is vital to the City's continued development.
Attachment: Draft—Advertisement Notice and RFQ
PREPARED BY: Fritz Armand,Director of Public Works and Utilities
END OF MEMORANDUM
City of Opa-locka
Qp-LOC�q
O41, 44%,
i
O
to
• Alf 1,4 0
I
mm. s
i , R cO
RFQ NO: 11-XXXXXXX
REQUEST FOR QUALIFICATIONS (RFQ)
LIFT STATION NO 1 AND 2 REHABILITATION
CITY OF OPA LOCKA 780 FISHERMAN STREET OPA LOCKA, FLORIDA 33054
CITY OF OPA-LOCKA
o;
Advertisement for Request for Qualifications (RFQ)
1,
�° RFQ NO -XXXXXXX
A"owntEO .
Lift Stations No 1 and 2 Rehabilitation
Qualifications for Lift Stations No 1 and 2 Rehabilitation will be received by the City of Opa-Locka
at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054,
_XXXXxxxxx, 2011 by 1:00 p.m. Any Qualifications Package received after the designated
closing time will be returned unopened.
The purpose of this Request for Qualifications is to seek service of a qualified professional
contractor to provide construction services to the City of Opa-Locka for the rehabilitation of Lift
Stations No. 1 and 2.
An original and five (5) copies a total of six (6) plus 1 copy of the qualifications package on CD's
in PDF format shall be submitted in sealed envelopes/packages addressed to Deborah S. Irby,
City Clerk, City of Opa-Locka, Florida, and marked Lift Station No 1 and 2 Rehabilitation.
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 RFQ NO: -XXXXXXX requirements.
Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for
the opening thereof.
Deborah S. Irby
City Clerk
Dated: Published:
1.INTRODUCTION
1.1. SCOPE OF WORK
The work specified in this RFQ consists in a complete rehabilitation of Lift Station No. 1 and 2
including but not limited to such items as : installation of wet well, pumps, control panels, valve
box, valve, pipe, fence, SCADA system, emergency stand by power system with building and all
additional components.
The selected contractor shall perform the complete work described herein or reasonably
inferable there from, including all demolition and construction services, supervision,
administration services, coordination of all Subcontractors, tests, inspections, and other items
that are necessary to and appropriate for the finishing, equipping and functioning of the facilities
and structures, together with all additional, collateral and incidental work and services required
for the completion of the work.
1.2. DEFINITIONS
In this RFQ the following definitions shall apply:
"City" means the City of Opa-locka;
"City Representative" has the meaning set out in section 2.6;
"City Website" means www.Opa-lockafl.gov
"Closing Time" has the meaning set out in section 2.1;
"Contract" means a formal written contract between the City and a Preferred Proponent to
undertake the Services, the preferred form of which is attached as Schedule B;
"Evaluation Team" means the team appointed by the City;
"Information Meeting" has the meaning set out in section 2.2;
"Preferred Proponent(s)" means the Proponent(s) selected by the Evaluation Team to enter
into negotiations for a Contract;
"Proponent" means an entity that submits a response to this RFQ;
"Proposal" means a proposal submitted in response to this RFQ;
"RFQ" means this Request for Qualifications;
"Services" has the meaning of any and all construction and administration work necessary to
complete this project
"Site" means the place or places where the Services are to be performed; and
"Statement of Departures" means Schedule C-1 to the form of Proposal attached
000200-1
2. PROPOSAL SCHEDULE
Closing Time and Address For RFQ Package Delivery
Proposals must be received by the office of:
Office of the City Clerk
780 Fisherman 4Th Floor
Opa-locka, Florida 33054
CONFIDENTIAL— DO NOT OPEN
Proposal Closing Date &Time: at 1:00 P.M. (local time).
Submissions by fax [or email] will not be accepted.
2.1. INFORMATION MEETING
An information meeting (pre-proposal meeting) will be hosted by the City Representative to
discuss the City's requirements under this RFQQ (the "Information Meeting") at City Hall, 780
Fisherman Street, second Floor, Opa-locka Florida,33054. Attendance is mandatory for all
Proponents, Any proposal received that was not represented during the Information Meeting shall
be disqualified.
2.2. LATE PROPOSALS
Proposals received after the Closing Time will not be accepted or considered. Delays caused
by any delivery, courier or mail service(s) will not be grounds for an extension of the Closing
Time.
2.3. AMENDMENTS TO RFQ
Proposals may be revised by written amendment, delivered to the location set out above, at any
time before the Closing Time but not after. An amendment must be signed by an authorized
signatory of the Proponent in the same manner as provided in the original proposals.
All inquiries related to this RFQ should be directed in writing, via fax or e-mail to the person
named below (the "City Representative"). Information obtained from any person or source
other than the City Representative may not be relied upon.
Inquiries should be made no later than 3 days before Closing Time. The City reserves the right
not to respond to inquiries made within 3 days of the Closing Time. Inquiries and responses will
be recorded and may be distributed to all Proponents at the discretion of the City.
Page 12
Proponents finding discrepancies or omissions in the Contract or RFQ, or having doubts as to
the meaning or intent of any provision, should immediately notify the City Representative. If the
City determines that an amendment is required to this RFQ, the City Representative will issue
an addendum in accordance with section xx No oral conversation will affect or modify the terms
of this RFQ or may be relied upon by any Proponent.
2.4. ADDENDA
If the City determines that an amendment is required to this RFQ, the City Representative will
post a written addendum on the City Website at www.Opa-lockafl.gov (the "City Website") and
upon posting will be deemed to form part of this RFQ. No amendment of any kind to the RFQ is
effective unless it is posted in a formal written addendum on the City Website. Upon submitting
a Proposal, Proponents will be deemed to have received notice of all addenda that are posted
on the City Website.
2.5. OPENING OF PROPOSALS
The City intends to open Proposals in private but reserves the right to open Proposals in public
at its sole discretion.
2.6. STATUS INQUIRIES
All inquiries related to the status of this RFQ, including whether or not a Contract has been
awarded, should be directed to the City Website and not to the City Representative.
3. PROPOSAL SUBMISSION FORM AND CONTENTS
3.1. PACKAGE
Proposals should be in a sealed package, marked on the outside with the Proponent's name,
title of the Project and reference number.
3.2. LETTER OF INTRODUCTION
This letter should introduce the contractor's qualifications for sanitary sewer lift stations
rehabilitation per Miami-Dade County standards, and other relevant information.
3.3. COMPANY PROFILE
Company History; Number of Years in business; Financial Statements for the last fiscal year
end and interim year to date; copy of the contractors license to do business in the state of
Florida; and bonding capacity to complete the proposed project.
3.4. PROJECT TEAM
Please provide resumes of key proposed project personnel. Please also indicate number of
years employed by firm. Key resumes would include: Project Executive; Project Manager;
Page 13
Project Superintendent; Estimator, and Scheduler. Please include names of subcontractors the
contractor intends to use for this RFQ,
3.5. PROJECT EXPERIENCE & REFERENCES
Please provide a list of lift station projects completed per Miami-Dade County Water and Sewer
Department Standards in last five (5) years including project name, location, scope of work
including pump capacity, contract amount, construction duration, Please provide the cost break
down for each listed project(s) as follows:
Mobilization, Bonds & Insurance
Demolition and disposal of existing station
Installation of wetwell & Valve Box
Pumps and Accessories— Installation only
Installation of Electrical Components
Installation of SCADA System
Emergency Generator— Installation only
Emergency Generator Building
Provide each listed projects owner's name, address, telephone number(s), email for reference
and/or performance verification. City Staff will verify and make reasonable efforts to contact
references and provide a report of the results to the evaluation team. City will have no liability
for inaccurate contact information provided by respondents or for unavailable or negative
references.
3.6. SIGNATURE
The legal name of the person or firm submitting the Proposal should be included. The Proposal
should be signed by a person authorized to sign on behalf of the Proponent and include the
following:
(a) If the Proponent is a corporation then the full name of the corporation should be
included, together with the names of authorized signatories. The Proposal should be executed
by all of the authorized signatories or by one or more of them provided that a copy of the
corporate resolution authorizing those persons to execute the Proposal on behalf of the
corporation is submitted;
(b) If the Proponent is a partnership or joint venture then the name of the partnership or joint
venture and the name of each partner or joint venture should be included, and each partner or
joint venture should sign personally (or, if one or more person(s) have signing authority for the
partnership or joint venture, the partnership or joint venture should provide evidence to the
satisfaction of the City that the person(s) signing have signing authority for the partnership or
joint venture). If a partner or joint venture is a corporation then such corporation should sign as
indicated in subsection (a) above; or
(c) If the Proponent is an individual, including a sole proprietorship, the name of the
individual should be included.
Page 14
4. EVALUATION AND SELECTION
4.1. EVALUATION TEAM
The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation Team.
The Evaluation Team may consult with others including City staff members, third party
consultants and references, as the Evaluation Team may in its discretion decide is required.
The Evaluation Team will give a written recommendation for the selection of a Preferred
Proponent or Preferred Proponents to the City.
4.2. EVALUATION CRITERIA
The evaluation team will compare and evaluate all RFQ package to determine the strength and
ability of the potential contractors to provide the services required in the most advantageous
manner to the City, using the following criteria:
Qualification Statements that satisfy the minimum requirements will be scored as follows:
• Letter of Introduction 10 points
• Experience of Respondent Firm 65 points
• References 25 points
The maximum total score possible is 100. To qualify for participation in the remainder of the
selection process, a Qualifying Respondent must receive no less than 80 points. Qualifying
Respondents will be invited to participate in the final selection process. The final selection
process may include the submission of additional information and/or participation in an oral
interview.
(a) EXPERIENCE
The Evaluation Team will consider the Proponent's organization and proposed project team
past experience in undertaking similar construction projects in type, scope, budget and
complexity.
(b) FINANCIAL ABILITY AND RESOURCES
The Evaluation Team will consider the Proponent's organization financial ability and resources
to carry out the project.
(c) LOCAL WORK FORCE PARTICIPATION
The Evaluation Team will consider the Proponent's organization ability to implement initiatives in
compliance with section 3 Federal requirements for local employment ,training and contracts
with project area businesses.
Page 15
(d) COST AND QUALITY CONTROL
The Evaluation Team will consider the Proponent's organization internal processes to
implement cost containment strategies, value engineering and high standard of quality control
for the project.
(e) NOTE
Evaluation Team will not be limited to the criteria referred to above, and the Evaluation Team
may consider other criteria that the team identifies as relevant during the evaluation process.
The Evaluation Team may apply the evaluation criteria on a comparative basis, evaluating the
Proposals by comparing one Proponent's Proposal to another Proponent's Proposal. All criteria
considered will be applied evenly and fairly to all Proposals.
4.3. LITIGATION
In addition to any other provision of this RFQ, the City may, in its absolute discretion, reject a
Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is
or has been engaged directly or indirectly in a legal action against the City, its elected or
appointed officers, representatives or employees in relation to any matter.
In determining whether or not to reject a Proposal under this section, the City will consider
whether the litigation is likely to affect the Proponent's ability to work with the City, its
consultants and representatives and whether the City's experience with the Proponent indicates
that there is a risk the City will incur increased staff and legal costs in the administration of the
Contract if it is awarded to the Proponent.
4.4. ADDITIONAL INFORMATION
The Evaluation Team may, at its discretion, request clarifications or additional information from
a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to
only selected Proponents. The Evaluation Team may consider such clarifications or additional
information in evaluating a Proposal.
4.5. INTERVIEWS
The Evaluation Team may, at its discretion, invite some or all of the Proponents to appear
before the Evaluation Team to provide clarifications of their Proposals. In such event, the
Evaluation Team will be entitled to consider the answers received in evaluating Proposals.
4.6. NEGOTIATION OF CONTRACT AND AWARD
If the City selects a Preferred Proponent or Preferred Proponents, then it may:
(a) Enter into a Contract with the Preferred Proponent(s); or
(b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues
and attempt to finalize the terms of the Contract(s), including financial terms. If discussions are
successful, the City and the Preferred Proponent(s) will finalize the Contract(s); or
(c) if at any time the City reasonably forms the opinion that a mutually acceptable
agreement is not likely to be reached within a reasonable time, give the Preferred Proponent(s)
written notice to terminate discussions, in which event the City may then either open
Page 16
discussions with another Proponent or terminate this RFQ and retain or obtain the Services in
some other manner.
The City is under no obligation to accept any Proposal submitted. The City reserves the right in
its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any
Proposal deemed most favorable in the interest of the City, or cancel the competition at any
time without award. Thereafter, the City may issue a new Invitation / Request, sole source or do
nothing.
5. GENERAL CONDITIONS
5.1. NO CITY OBLIGATION
This RFQ is not a tender and does not commit the City in any way to select a Preferred
Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City
reserves the complete right to at any time reject all Proposals, and to terminate this RFQ
process.
5.2. PROPONENTS' EXPENSES
Proponents are solely responsible for their own expenses in preparing, and submitting
Proposals, and for any meetings, negotiations or discussions with the City or its representatives
and consultants, relating to or arising from this RFQ. The City and its representatives, agents,
consultants and advisors will not be liable to any Proponent for any claims, whether for costs,
expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever,
incurred by the Proponent in preparing and submitting a Proposal, or participating in
negotiations for a Contract, or other activity related to or arising out of this RFQ.
5.3. NO CONTRACT
By submitting a Proposal and participating in the process as outlined in this RFQ, Proponents
expressly agree that no contract of any kind is formed under, or arises from, this RFQ, prior to
the signing of a formal written Contract.
5.4. CONFLICT OF INTEREST
Proponents shall disclose any potential conflicts of interest and existing business relationships
they may have with the City. If requested by the City, Proponents should provide all pertinent
information regarding ownership of their company within forty-eight (48) hours of the City's
request.
5.5. SOLICITATION OF COMMISSION MEMBERS
Proponents and their agents will not contact any member of the City Commission or City staff
with respect to this RFQ at any time prior to the award of a contract or the termination of this
RFQ, and the City may reject the Proposal of any Proponent that makes any such contact.
Page 17
5.6. CONFIDENTIALITY
All submissions become the property of the City and will not be returned to the Proponent. The
City will hold all submissions in confidence unless otherwise required by law. Proponents
should be aware the City is a "public body" defined by and subject to the Freedom of
Information and Protection of Privacy Act of the State of Florida
Page 18
u e
oq o e Yc,
RFQ NO: 11-XXXXXXX
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 five commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-Locka specification, during the
last twenty-four months.
9. A copy of County and/or Municipal Occupational License(s)
Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-
locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the
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.
Page 19
0�.f' CO 9;a u .•,o
ac ,?
fca
CITY OF OPA-LOCKA
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OFRESPONSIBILITY
1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of
its Principals:
A. Are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency.
B. Have not, within a three-year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or subcontract; violation of Federal or state antitrust statutes relating to
the submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, tax evasion, or receiving
stolen property; and
C. Are not presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in paragraph 1-
B of this provision.
2. The Proposer has not, within a three-year period preceding this offer, had one or more
contracts terminated for default by any City, State or Federal agency.
A. "Principals," for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities within
a business entity (e.g., general manager; plant manager; head of a subsidiary, division,
or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United
States and the Making of a False, Fictitious, or Fraudulent Certification May Render the
Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
Page 110
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
CONTRACTOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
Page 111
CITY OF OPA-LOCKA
o DRUG-FREE WORKPLACE CERTIFICATION FORM
°�o
a 9
Whene =a wo (2) or more bids/proposals, which are equal with respect to price, quality, and
service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or
contractual services, a bid/proposal received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process. In
order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession or use of controlled substances is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in number (1).
4. In the statement specified in number (1), notify the employees that as a condition for
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction on or
plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any
controlled substance law of the United States or any singular state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of Section 287.087, Florida Statutes.
This Certification is submitted by the
(Name)
of
(Title/Position) (Company)
who does hereby certify that said Company has implemented a drug-free workplace program,
which meets the requirements of Section 287.087, Florida Statutes, which are identified in
numbers (1) through (6) above.
Date Signature
Page 113