Loading...
20150127 BM19ls . ?0r5 MIAMIBEACH Presentations & Awards/City Commission Meeting Gity Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive January 27,2015 Mayor Philip Levine Vice-Mayor Joy Malakoff Commissioner Michael Grieco Commissioner Micky Steinberg Commissioner Edward L. Tobin Commissioner Deede Weithorn Comm issioner Jonah Wolfson City Manager Jimmy L. Morales City Attorney Raul Aguila City Clerk Rafael E. Granado Vistt us at www.miamibeachfl.gov for agendas and video streaming of City Commission Meetings. ATTENTION ALL LOBBYISTS Chapter 2, Article Vll, Division 3 of the Gity Code of Miami Beach, entitled "Lobbyists," requires the registration of all lobbyists with the City CIerk prior to engaging in any lobbying activity with the City Commission, any City Board or Committee, or any personne! as defined in the subject Code sections. Copies of the City Code sections on lobbyists laws are available in the Office of the City Glerk. Questions regarding the provisions of the Code should be directed to the Office of the City Attorney. To request this material in alternate format, sign language interpreter (five-day notice required), information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceedings, call 305.604.2489 and select 1 for English or 2 for Spanish, then option 6; TTY users may call via 711 (Florida Relay Service). ln order to ensure adequate public consideration, if necessary, the Mayor and City Commission may move any agenda item to an alternate meeting date. ln addition, the Mayor and City Commission may, at their discretion, adjourn the Commission Meeting without reaching all agenda items. AGENDA Call to Order - 5:00 p.m. Pledge of Allegiance Requests for Additions, Withdrawals, and Deferrals 1. 2. 3. We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. 1 Commission Agenda, January 27, 2015 Presentations and Awards PA1 Certificates Of Completion To Be Presented To The City Of Miami Beach Neighborhood Leadership Academy Graduates For Fall 2014. (City Manager's Office) PA2 lntroduction Of Newly Appointed Support Services Fire Division Chief Darryl Bell. (Fire) PA3 Certificates Of Appreciation To Be Presented To Maria Maquieira And Octavio Rodriguez, Employees Of Walgreens ln Miami Beach, Who Donated Over 500 Toys To The Miami Beach Fire Department's Annual Toy Drive. (Requested by Commissioner Micky Steinberg) PA4 Proclamation To Be Presented To Gary Gerson, And The Firm Gerson, Preston, Robinson And Co., PA, For Their Many Years Of Service ln The City Of Miami Beach. (Requested by Vice-Mayor Joy Malakoff) PAs Certificate Of Recognition To Be Presented To George Castell From Code Compliance For Going Above And Beyond To Help A Resident. (Requested by Commissioner Micky Steinberg) CONSENT AGENDA C4 - Commission Committee Assiqnments CAA Referral To The Sustainability And Resiliency Committee Regarding Use Of Benches And Other Outdoor Furniture Created From Recycled Materials. (Requested By Commissioner Michael Grieco) C4B Referral To The Sustainability And Resiliency Committee Regarding Sanitation Street Teams, Schedules And Overall Approach To Street Litter Collection. (Requested By Commissioner Michael Grieco) C4C Referral To The Sustainability And Resiliency Committee To Consider Alternative Trash Receptacles ln High-Traffic Areas. (Requested by Commissioner Michael Grieco) 2 Commission Agenda, January 27, 2015 REGULAR AGENDA R2 - Gompetitive Bid Reports R2A Request ForAuthorityTo lssue lnvitation To Negotiate (lTN) No.2015-113-LR ForThe Lease Of City Owned Light Poles For The Placement Of Telecommunications Equipment. (Procurement) R2B Request For Authorization To lssue Request For Qualifications (RFO) No. 2015-086-YG For A Master Planner Of The North Beach District. (Procurement) R2C Request For Approval To Award A Contract Pursuant To lnvitation To Bid (lTB) No. 2014-236-YG For Miami Beach Convention Center Bus Duct Replacement. (Procurement) R9 - New Business and Commission Requests RgA Board And Committee Appointments - City Commission Appointments. (Office of the City Clerk) End of Aqenda 3 THIS PAGE INTENTIONALLY LEFT BLANK 4 PA PRESENTATIONS AND AWARDS 5 Presentations and Awards PA1 Certificates Of Completion To Be Presented To The City Of Miami Beach Neighborhood Leadership Academy Graduates For Fall 2014. (City Manager's Office) PA2 Introduction Of Newly Appointed Support Services Fire Division Chief Darryl Bell. (Fire) PA3 Certificates Of Appreciation To Be Presented To Maria Maquieira And Octavio Rodriguez, Employees Of Walgreens ln Miami Beach, Who Donated Over 500 Toys To The Miami Beach Fire Department's AnnualToy Drive. (Requested by Commissioner Micky Steinberg) PA4 Proclamation To Be Presented To Gary Gerson, And The Firm Gerson, Preston, Robinson And Co., PA, For Their Many Years Of Service ln The City Of Miami Beach. (Requested by Vice-Mayor Joy Malakoff) PA5 Certificate Of Recognition To Be Presented To George Castell From Code Compliance For Going Above And Beyond To Help A Resident. (Requested by Commissioner Micky Steinberg) Agenda rtem PAI-5 Date (-27-lS6 THIS PAGE INTENTIONALLY LEFT BLANK 7 c4 COMMISSION COMMITTEE ASSIGNMENTS 8 g MIAMIBEACH OFFICE OF THE MAYOR AND COMMISSION MEMORANDUM TO: Jimmy Morales, City Manager FROM: MichaelGrieco,Commissioner DATE: January 22,2015 SUBJECT: Referral to the Sustainability and Resiliency Committee regarding use of benches and other outdoor furniture created from recycled materials Please place on the January 27th City Commission Meeting Agenda a Referral to the Sustainability and Resiliency Committee regarding use of benches and other outdoor furniture created from recycled materials. lf you have any questions please do not hesitate to contact Danila Bonini at extension 6457. MG/db We ore commilted to providing excellent public service ond sofefy to oll who live, work, ond ploy in our vibronf, tropical, hi<t'^ri. ..mm!tni^/ Agenda ttem C?A Date /4?^/(9 THIS PAGE INTENTIONALLY LEFT BLANK 10 g MIAMIBEACH OFFICE OF THE MAYOR AND COMMISSION MEMORANDUM TO: Jimmy Morales, City Manager FROM: MichaelGrieco,Commissioner DATE: January 22,2015 SUBJECT: Referral to the Sustainability and Resiliency Committee regarding sanitation street teams, schedules and overall approach to street litter collection Please place on the January 27th City Commission Meeting Agenda a Referral to the Sustainability and Resiliency Committee regarding sanitation street teams, schedules and overall approach to street litter collection. lf you have any questions please do not hesitate to contact Danila Bonini at extension 6457. MG/db We ore committed to providing excellenf public service ond sofefy to oll who live, vyork, ond ploy in our vibront', troptcol, historic communitv Agenda ttem C/A Date liV(S11 THIS PAGE INTENTIONALLY LEFT BLANK 12 g MIAMIBEACH OFFICE OF THE MAYOR AND COMMISSION MEMORANDUM TO:Jimmy Morales, City Manager FROM: MichaelGrieco,Commissioner DATE: January 22,2015 SUBJECT: Referral to the Sustainability trash receptacles in hightraffic areas Please place on the January 27th City Sustainability and Resiliency Committee traffic areas. lf you have any questions please do not hesitate to contact Danila Bonini at extension 6457. MG/db We ore commifted to providing excellent publc servrce ond sofefy to oll who ltve, work, ond ploy tn our vibrant, tropica!, historic communffy and Resiliency Committee to consider alternative Commission Meeting Agenda a Referral to the to consider alternative trash receptacles in high- Aqenda ltem C /C Date /47-/f13 THIS PAGE INTENTIONALLY LEFT BLANK 14 R2 COMPETITIVE BID REPORTS 15 COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR AUTHORITY TO ISSUE INVITATION FOR THE LEASE OF CITY OWNED LIGHT TELECOMMUNICATIONS EQUIPMENT. TO NEGOTTATE (lTN) NO. 2015-113-LR POLES FOR THE PLACEMENT OF lntended Outcome Su Supporting Data (Surveys, Environmenta! Scan, etc.): N/A Item Summary/Recommendation : At the January 14,2015, City Commission meeting, the Mayor and City Commission of the City of Miami Beach, Florida, directed the Administration to prepare an Invitation to Negotiate (lTN) for the leasing of City-owned light poles on the right-of-ways for the placement of telecommunications equipment. Through the lTN, the City of Miami Beach (the "City") is requesting proposals from qualified parties interested in submitting proposals to the City to lease City-owned light poles for the installation and operation of telecommunications equipment. The purpose of this ITN is provide the opportunity for communications services providers to lease authorized City-owned light poles, as well as provide a means of revenue to the City for the use of said properties. The successful proposer may be exclusively entitled to lease every Sth pole owned by the City. Every Sth pole shall be defined as a City owned pole, as defined at 114-1 of the Land Development Regulations, from North to South or East to West, provided, however, under no circumstances, shall a proposer be entitled to utilize a City pole within 500 feet of another City pole utilized by the same proposer. Additionally, all proposers that are selected shall be required to comply with the City's Telecommunications Ordinance, Chapter 1Q4, of the City Code and shall be required to execute a pole attachment agreement. . CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of ITN 2015-113-LR for the Leasing of City-Owned Light Poles for the Placement of Telecommunications Eouioment. Board Recommendation: Financial lnformation: Source of Funds: Financial lmpact Summary: N/A Alex Denis, Director Ext # 6641 EMENT\ITN 2015-- Lease of City-Owned Light Poles - AGENDA rTET'I R2 A* AAIAMIBTACH a*re l-27- lS16 MIAMI BEACH City of Miqmi Beoch, 1 700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM To: Mayor Philip Levine and Members ilf tre citvfommission FRoM: Jimmy L. Morates, City Manager h A=-DATE: January 27,2015 sUBJECT: REQUEST FOR AUTHORITY TCl ISSUE INVITATION TO NEGOTIATE (rrN) No. FOR THE2015.113-LR FOR THE LEASEI OF CITY OWNED LIGHT POLES PLACEMENT OF TELECOMMUNICATIONS EQUIPMENI. ADMINISTRATION RECOMMENDATION Authorize the issuance of the lTN. BAGKGROUND At the January 14,2015, City Commission meeting, the Mayor and City Commission of the City of Miami Beach, Florida, directed the Administration to prepare an lnvitation to Negotiate (lTN) for the leasing of City-owned light poles on the right-of-ways for the placement of telecommunications equipment. SCOPE OF SERVICES Through the lTN, the City of Miami Beach (the "City") is requesting proposals from qualified parties interested in submitting proposals to the City to lease City-owned light poles for the installation and operation of telecommunications equipment. The purpose of this ITN is provide the opportunity for communications services providers to lease authorized City-owned light poles, as well as provide a means of revenue to the City for the use of said properties. The successful proposer may be exclusively entitled to lease every Sth pole owned by the City. Every Sth pole shall be defined as a City owned pole, as defined at 114-1 of the Land Development Regulations, from North to South or East to West, provided, however, under no circumstances, shall a proposer be entitled to utilize a City pole within 500 feet of another City pole utilized by the same proposer. Additionally, all proposers that are selected shall be required to comply with the City's Telecommunications Ordinance, Chapter 104, of the City Code and shall be required to execute a pole attachment agreement. . CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of ITN 2015-113-LR for the Leasing of City-Owned Light Poles for the Placement of Telecommunications Equipment. ATTACHMENTS: ITN 2015-113-LR for the Leasing of City-Owned Light Poles for the Placement of Telecommunications Equipment JLM/MT/MSiEC/AD T:\AGENDA\201 SUanuary\PROCUREMENnITN 201 5-1 13-LR - Lease of City-Owned Light Poles - ISSUANCE MEMO.docx 17 TNVTTATON TO NEGOTTATTON (lTN) LEASE OF CITY-OWNED LIGHTPOLES FOR THE PLACEMENT OF TELECOMMU NICATIONS EQUIPMENT 2015-11 3-LR ITN ISSUANCE DATE: XXX, 2015 PROPOSALS DUE: XXX, 2015 @ 3:00 PM ISSUED BY: Lourdes Rodriguez, CPPB # MIAMIBEACH Lourdes Rodriguez, Senior Procurement Speciqlist DEPARTMENT OF PROCUREMENT MANAGEMENT 17OO Convention Center Drive, Miomi Beoch, FL 33.l 39 305.623 .7000 x 6652 | www.miomibeochfl.gov 18 b TABLE OF CONTENTS SOLIGITATION SEGTIONS:PAGE 0100 NoT uTtLtzED ......... ............. x O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS .............. X O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ........... X 0400 PRoPoSAL EVALUATTON ....... ............. x APPEND!CES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO PROPOSAL" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D GIS SURVEY OF POLE LOCATIONS APPENDIX E REVENUE PROPOSAL FORM APPENDIX F SAMPLE AGREEMENT ITN 2015-t t3-tR 19 g BEACH SECTION ()2()() INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (lTN) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]")if this ITN results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this lTN. Any prospective Proposer who has received this ITN by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this lTN. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach (the "City") is requesting proposals from qualified parties interested in submitting proposals to the City to lease City-owned light poles for the installation and operation of telecommunications equipment. The purpose of this ITN is provide the opportunity for communications services providers to lease authorized City-owned light poles, as well as provide a means of revenue to the City for the use of said properties. The list of authorized light poles is included in Appendix D. The successful proposer may be exclusively entitled to lease every 5t pole owned by the City. Every 5tn pole shall be defined as a City owned pole, as defined a|114-1 of the Land Development Regulations, from North to South or East to West, provided, however, under no circumstances. shall a proposer be entitled to utilize a City pole within 500 feet of another City pole utilized by the same proposer. Additionally, all proposers that are selected shall be required to comply with the City's Telecommunications Ordinance, Chapter 104, of the City Code and shall be required to execute a pole attachment agreement. , lnterested parties are invited to submit a proposal in accordance with Section 0300 of this lTN. 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: The tentative schedule for this solicitation is as follows: ITN lssued Pre-Proposal Meeting Deadline for Receipt of Questions Responses Due Evaluation Committee Review Proposer Presentations Tentative Commission Approval Authorizing Negotiations Contract Negotiations Following Commission Approval tTN 201 5-t I 3-LR 20 305 673-7000 #6652 b t,".,1f-,r.,i. \ BEACH The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall- 4s Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory, Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER'.1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITN expressing their intent to participate via telephone, 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonruarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation, Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 4ilN 20I5-| I3-LR 21 b:_''ii,' ' BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http ://web. miamibeachfl.qov/procu remenUscroll. aspx?id=235 1 0 . CONE 0F S|LENCE,... CITY CODE SECTION 2486. PROTEST PROCEDURES CITY CODE SECTION 2-371 o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 o LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES... CITY CODE SECTIONS 2481 THROUGH 2-406 o CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES . CITY CODE SECTION 2488 o REQUIREMENT FOR CITY CONTMCTORS T0 PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS. ..,. CITY CODE SECTION 2-373 o LIVING WAGE REQUIREMENT........... CITY CODE SECTIONS 2407 THROUGH2-410 o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE- DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 o FALSE CLAIMS 0RD|NANCE.... CITY CODE SECTION 70-300 o ACCEPTANCE OF GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards, Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. VETEMN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 12. DETERMINATION 0F AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Propose(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals, The City Manage/s recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Upon approval of selection by the City Commission, negotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptable Agreement. tTN 2015-t t3-LR 22 b BEACH 13. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all proposals prior to award. Reasonable efforts will be made to either award the Contract or relect all proposals within one- hundred twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening. 14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer, 15. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 16. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City, 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 18. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this lTN. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 19. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be consistent with Purchase Order format. 20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 6tTN 201 5-1 I 3-LR 23 b 21. MANNER 0F PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence, 23. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 24. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. G. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach, E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply, ln these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 25 ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 7tTN 20I 5-t I 3-LR 24 g t','tif:tl ' BEACH 26. LAWS. PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 27. OPTIONAL CONTMCT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 28. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 29. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. 30. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon, The contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 31. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. IN 20t5-II3-LR 25 b BEACH 32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Arl.1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier, Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenruise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 33. MODIFICATIONMITHDRAWALS 0F PROPOSALS. A Proposer may submit a modified Proposalto replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 34. EXCEPTIONS TO ITN. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this ITN, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or relect any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the ITN to which Proposer took exception to (as said term and/or condition was originally set forth on the ITN). 35. ACCEPTANCE OF GIFTS. FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. Balance of Paqe lntentionallv Left Blank ItN 2U t5-t | 3-LR 9 26 SECTION ()3()() lD ',n,. l,',',' BEACI-1: PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted and delivered to the City of Miami Beach, Procurement Department, 1700 Convention Center Drive,3rd Floor, Miami Beach, Florida 33139. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be relected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or othenruise. 3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. Cover Lefter & Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum irements established in Appendix C, Minimum Requirements and & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement, 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and Contractors to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. 2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein, No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet, The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=1 1696 Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as oossible in the solicitation . For assistance with of the SQR submittal rTN 20t51t3LR r0 27 b BEACH contact Dun & Bradstreet at800-424-2495. and Submit detailed information on how Proposer plans to accomplish the required scope of seryices, including detailed information, as applicable, which addresses, but need not be limited to: a complete listing, including a location map and coordinates of each pole for which the Proposer is submitting a proposal; implementation/installation plan and details; breadth and range of proposed system; plan for installation of any conduits, electricity, etc.; marketing; and risk mitioation ooti Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-Contractors) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Cost Submit com Form ixE ilN 20t5-I |3-LR tl 28 sEcTtoN 0400 g i'1^'i lui'.r,,$546n PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation, lf further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission, 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may:. review and score all proposals received, with or without conducting interview sessions; or. review all proposals received and short-list one or more Proposers to be further considered during subsequent Proposer Experience and Qualifications, including Financial Capability Approach and Methodology 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows, Revenue Proposal Veterans Preference 4. Revenue Proposa! Evaluation. The revenue proposal points shall be awarded by site and shall be developed in accordance with the following formula: Samole Obiective Formula for Revenue Vendor Vendor Revenue Proposal Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest revenue I revenue of proposal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded For Each Site Vendor A $200.00 20 $200 , $200 x20 -- 20 20 Vendor B $150.00 20 $150, $200 X 20 = 13 15 Vendor C $100.00 20 $100/$200X20=10 10 tTN 2015-t t3-LR 12 29 b - ^.I.,'BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: * Final Ranking for each site is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. Committee Member 1 Step 1 Points 82 76 80 82 Step 2 Points 22 15 't2 20 Total 104 91 92 102 Rank 1 2 1 uommtfiee Member 2 Step 1 Points 79 85 72 79 Step 2 Points 22 15 12 20 Total 101 100 84 99 Rank 1 2 2 1 Committee Member 2 Step 1 Points 80 74 66 80 Step 2 Points 22 15 12 20 Total 102 89 78 100 Rank 2 2 1 rN 20t5-t t3LR t3 30 APPENDIX A MIAMIBEACH Proposo I Certificotion, auestionnoire & Req uirements Affid ovit LEASE OF CITY-OWNED LIGHTPOLES FOR THE PLACEMENT OF TE LECOMMU N ICATIONS EQU I PME NT PROCUREMENT DEPARTMENT,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 ltN 20 1 5- il 3-LR l4 31 Solicitation No: 201 5-060-LR Solicitation Tifle: LEASE OF THE PLACEMENT OF EAUIPMENT CITY-OWNED LIGHTPOLES FOR TELECOMMUNICATIONS Procurement Contact: Lourdes Rodriguez Tel: 305 673-7000 #6652 Email: LourdesRodriguez@miamibeachfl .gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREIIIENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer lnformation. FIRM NAME: No of Years in Business:No ofYears in Business Locally: I No of Employees: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EII/AIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. tTN 20I 5-t I 3-LR t5 32 2. Veteran Owned Business. ls Proposer claiming a veteran owned business status? l---l ves [--l r.ro SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? [__-l vrs [--l trto SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-Contractors) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling flnancial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl .gov/procuremenU. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a conhact to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the conskuction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real propefi to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or Contractor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 4. tTN 201 5-t I 3-LR l6 33 8. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will skive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. lnitial to Confirm Receiot lnitial to Confirm Recninl lnitial to Confirm Reminl Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum B Addendum'13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. ilN 20l5-II3-LR 17 34 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice, lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Governmenlin-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is kue, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ilN 20t5-II3-LR IB 35 I hereby ceftify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Certification, Questionnaire and Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Proposeis Auhorized Representative: Signafu re of Propose/s Authorized Representative:Date: State of On this _day of _, 20_, personally appeared before me who County of _) stated that (s)he is the of-,acorporation,andthattheinstrumentWaSSignedinbehalfof the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed, Before me: Notary Public for the State of Florida My Commission Expires: ltN 20 t5- I I 3-LR t9 36 APPENDIX B @ MIAMIBEACH "No Bid" Form LEASE oF crTY-owNED LIGHTPoTTS FOR THE PLACEMENT OF TELECOMMUN ICATIONS EQUI PMENT PROCUREMENT DEPARTMENT.l700 Convention Center Drive Miomi Beoch. Florido 33.l39 tTN 2015-r t3 rR 37 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR |ND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this producUservice _OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Lourdes Rodriguez rTN #2015-060-LR 1700 Convention Center Drive MIAMI BEACH, FL 33139 rTN 20r5-r r3 LR 2l 38 APPENDIX C &MIAMIBEACH Minimum Requirements & Specificotions LEASE OF CITY.OV/NED LIGHTPOLES FOR THE PLACEMENT OF TE LECOMMU N ICATIONS EQU I PME NT PROCU REMENT DEPARTMENT I200 Convention Center Drive Miomi Beoch, Florido 33,l39 llN 20 t5- l I 3-LR 22 39 C1. MINIMUM REQUIREMENTS. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement, Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not be considered. 1. Proposer shall demonstrate that it is routinely engaged in providing the services outlined in this lTN. C2. SCOPE OF WORK REQUIRED. The City of Miami Beach owns a number of facilities that may be viable to support telecommunication facilities that will enhance cellular and other communication services available to local residents, businesses, and visitors, These sites could also generate ongoing lease revenues to augment the City's General Fund. Through this lTN, the City is soliciting proposals from a qualified individual or firm with demonstrated expertise in leasing and managing telecom sites on public property. Following is a summary of the services and arrangements desired by the City. o Site Selection. Appendix D contains the locations of light poles on City righlof-ways. Proposers are cautioned that the survey may contain location errors. lt is the responsibility of the Proposer to verify each pole location prior to submitting a proposal. A complete listing, including a location map and coordinates, of each site for which the Proposer is submitting a proposal is to be submitted in each Proposer's response. The City reserves the right to negotiate site selection with any Proposer.o The Proposer offering the highest monthly charge for any particular pole will have the right of first refusal over other Proposers offering to utilize the same pole, . Marketing. The Contractor may market agreed upon City properties to prospective wireless telecom tenants for use as a telecommunications transmitting and receiving location and the installation, operation, and maintenance of telecommunications equipment and systems, including, but not limited to, towers, poles, transmitters, receivers, antenna support masts, cabling, wiring, and accessories (collectively, "Telecom Equipment"). The Contractor may or may not have exclusive right, depending on proposal submitted, to market the properties under lease to prospective telecom lessees for installation, operation and maintenance of such Telecom Equipment. The Contractor may, at its own expense, engage Contractors, independent contractors, brokers or others to assist in marketing the Property. . Lease Agreement. The sample lease agreement that the City intends to use for any resulting agreement is attached. Proposer should review lease agreement carefully prior to submittal of Proposal. The City does not anticipate allowing any changes to the said lease agreement, o No lease term, including extensions, shall exceed nine (9) years, tTN 2015-t I 3-LR a')LJ 40 lnstallations. The Contractors shall seek the City's approval for any installation plans and specifications to address issues related to space requirements, telecom equipment location, pole configuration, building aesthetics, and other structural or engineering requirements. Any work done that will disrupt building residents must be completed during regular business hours and coordinated with City staff upon reasonable notice, lnstallation of all equipment must be performed such that existing pole wananties are not voided. Contractor is responsible for any damage resulting from the installation, including but not limited to any damage relating water infiltration. Legal Compliance. The Contractor shall comply with all zoning ordinances, building codes and all other applicable laws, including (but not limited to) Federal Communications Commission, Federal Aviation Administration and other relevant regulatory agency laws regarding telecom equipment installation, operation, maintenance, repair and/or replacement, Lease Revenues. The City will collect monthly rental payments, Exclusivity. The successful proposer may be exclusively entitled to lease every sth pole owned by the City. Every 5n pole shall be defined as a City owned pole, as defined at 114-1 of the Land Development Regulations, from North to South or East to West, provided, however, under no circumstances. shall a proposer be entitled to utilize a City pole within 500 feet of another City pole utilized by the same proposer. Additionally, all proposers shall be required to comply with the City's Telecommunications Ordinance, Chapter 104, of the City Code and execute a pole attachment agreement in substantial form as that attached to this lTN. il N 20 l5-t I 3-LR 24 41 g MIAMIBTACH GIS Survey of Pole Locotions LEASE OF CITY-OV/NED LIGHTPOLES FOR THE PLACEMENT OF TELECOMMU NICATIONS EQUI PMENT APPENDIX D DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive Miomi Beoch, Florido 33139 42 GIS Survey of Pole Locotions { a B* Fro'i:Ced By Public vliorks Under Separtle Cover 43 g AAIAMIBEACH Revenue Proposol Form LEASE OF CITY-O\^/NED LIGHTPOLES FOR THE PLACEMENT OF TELECOMMUN ICATIONS EQUI PMENT APPENDIX E DEPARTMENT OF PROCU REMENT MANAGEMENT,l700 Convention Center Drive Miomi Beoch, Florido 33139 44 APPENDIX E REVENUE PROPOSAL FORM Proposer affirms that the amounts stated below represent the entire revenue of the items in full accordance with the requirements of this lTN, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made to reduce monthly revenue on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other factor unless provision is allowed herein and has been exercised by the City Manager in advance. REVENUE PROPOSAL FORM shall be completed mechanically or, if manually, in ink. REVENUE PROPOSAL FORM completed in pencil shall be deemed non-responsive. Allcorrections on the REVENUE PROPOSAL FORM shall be initialed. 1 The Monthly Revenue to the City Per Pole shall be the amount utilized to allocate points pursuant to Step 2 Evaluation Process outlined in Section 0400. 2 Proposer shall, on a separate sheet, list every utility pole proposed to be utilized, including the street name and pole coordinates Company: Authorized Representative: Au$orized Representative's Signature: 45 APPEN DIX F Somple Leose Agreement LEASE OF CITY.OV/NED LIGHTPOLES FOR THE PLACEMENT OF TELECOMMUNICATIONS EQUI PMENT DEPARTMENI OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33,l39 46 b :MIAMIBEACH SAMPLE LEASE AGREEMENT This document sets forth the Lease Agreement terms and minimum levels of insurance that the contractor is required to agree to and maintain throughout the term of the contract and any renewal periods. Mururcrpll Polr Usr AcREEuerur THIS MUNICIPAL POLE USE AGREEMENT (this "Use Agreement") is dated as of 2014 (the "Effective Date"), and entered into by and between the Ctrv oF MrAMr BERCn, a Florida municipal corporation (the "City"), and _ (Lrsson). RrcrrRlsA. Lessor owns, maintains, operates and controls, in accordance with regulations promulgated by the Federal Communications Commission and the Florida Public Service Commission, a fiber-based telecommunications Network or Networks (as defined below) serving Lessor's wireless carrier customers and utilizing microcellular optical repeater Equipment (as defined below) certified by the Federal Communications Commission,B. The City, through its Department of Engineering, owns, operates and maintains Municipal Facilities (as defined below) in the Public Way (as defined below),C. For purpose of operating the Network, Lessor wishes to locate, place, attach, install, operate, control, and maintain Equipment in the Public Way (as defined below) on the Municipal Facilities. AcReeueur Now, tneneFoRE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged and incorporated herein, the parties agree to the following covenants, terms, and conditions: 1. Dertutrtous. The following definitions shall apply generally to the provisions of this Use Agreement: '1.1 City. ("City") shall mean the City of Miami Beach, including all of its operating departments and divisions, 1.2 Lessorlessor or Lessor. "Lessor'' shall mean and its lawful successors, assigns, and transferees. 1.3 Decorative Streetlight Pole. "Decorative Streetlight Pole" shall mean any streetlight pole that incorporates artistic design elements not typically found in standard steel or aluminum streetlight poles. 1.4 Equipment. "Equipment" means the optical repeaters, multiplexers, antennae, fiber optic cables, wires, and related equipment, whether referred to singly or collectively, to be installed and operated by Lessor hereunder. Examples of typical Equipment types and installation configurations are shown in the drawings and photographs attached hereto as Exhibit A and incorporated herein by reference. 1.5 Fee. "Fee" means any assessment, license, charge, fee, imposition, tax, or levy of general application to entities doing business in the City lavufully imposed by any governmental body (but excluding any utility users' tax, franchise fees, communications tax, or similar tax or fee). 1.6 ILEC. "ILEC' means the lncumbent Local Exchange Carrier that provides basic telephone services, among other telecommunications services, to the residents of the City. 47 1.7 lnstallation Date. "lnstallation Date" shall mean the date that the first Equipment is installed by Lessor pursuant to this Use Agreement. 1.8 Laws. "Laws" means any and all statutes, constitutions, ordinances, resolutions, regulations, judicial decisions, rules, tariffs, administrative orders, certificates, orders, or other requirements of the City, State, Nation, or other governmental agency having joint or several jurisdiction over the parties to this Use Agreement, 1.9 Municipal Facilities. "Municipal Facilities" means City-owned Streetlight Poles, Decorative Streetlight Poles, lighting fixtures, electroliers, Traffic Signal Poles, catenary poles, sign posts, or other City-owned structures located within the Public Way and may refer to such facilities in the singular or plural, as appropriate to the context in which used. 1.'10 Network. "Network" or collectively "Networks" means one or more of the neutral-host, protocol-agnostic, fiber-based optical repeater networks operated by Lessor to serve its wireless carrier customers in the City. 1.11 Public Way, "Public Way" means the space in, upon, above, along, across, and over the public streets, roads, highways, lanes, courts, ways, alleys, boulevards, sidewalks, bicycle lanes, and places, including all public utility easements and public service easements as the same now or may hereafter exist, that are under the jurisdiction or owned by the City. This term shall not include county, state, or federal rights of way or any property owned by any person or entity other than the City, except as provided by applicable Laws or pursuant to an agreement between the City and any such person or entity. 1.12 PSC. "PSC' means the Florida Public Service Commission. 1 .13 Services. "Services" means the RF transport and other telecommunications services provided through the Network by Lessor to its wireless carrier customers pursuant to one or more tariffs filed with and regulated by the PUC. 1.14 Streetlight Pole. "Streetlight Pole" shall mean any standard-design concrete, fiberglass, metal, orwooden pole used for streetlighting purposes. 1,15 Traffic Signal Pole. "Traffic Signal Pole" shall mean any standard-design concrete, fiberglass, metal, or wooden pole used to support vehicular or pedestrian traffic signals. 2. Tenna. This Use Agreement shall be effective as of the Effective Date and shall extend for a term of nine years commencing on the lnstallation Date, unless it is earlier terminated by either party in accordance with the provisions herein. 3. Scope or UsE AeReenaerur. Any and all rights expressly granted to Lessor under this Use Agreement, which shall be exercised at Lessor's sole cost and expense, shall be subject to the prior and continuing right of the City under applicable Laws to use any and all parts of the Public Way exclusively or concurrently with any other person or entity and shall be further subject to all deeds, easements, dedications, conditions, covenants, restrictions, encumbrances, and claims of title of record which may affect the Public Way. Nothing in this Use Agreement shall be deemed to grant, convey, create, or vest in Lessor a real property interest in land, including any fee, leasehold interest, or easement. Any work performed pursuant to the rights granted under this Use Agreement shall be subject to the reasonable prior review and approval of the City except that it is agreed that no zoning or planning board permit, variance, conditional use permit or site plan permit, or their equivalent under the City's ordinances, codes or laws, shall be required for the installation of Lessor's Equipment installed in the Public Way and/or on Municipal Facilities, unless such a process has been required for the placement of all communications facilities and equipment in the 48 Public Way by all other telecommunications providers, including but not limited to the ILEC and local cable provide(s). 3.1 Attachment to Municipal Facilities. The City hereby authorizes and permits Lessor to enter upon the Public Way and to locate, place, attach, install, operate, maintain, control, remove, reattach, reinstall, relocate, and replace Equipment in or on Municipal Facilities for the purposes of operating the Network and providing Services. On a case-by-case basis subject to City approval in its sole discretion, subject to the provisions of $ 4.5 below, Lessor shall have the right to draw electricity for the operation of the Equipment from the power source associated with each such attachment to Municipal Facilities and is responsible for the cost of such use in compliance with section 4.3. 3,2 Preference for Municipal Facilities. ln any situation where Lessor has a choice of attaching its Equipment to either Municipal Facilities or third-party-owned property in the Public Way, Lessor agrees to attach to the Municipal Facilities, provided that (i)such Municipal Facilities are at least equally suitable functionally for the operation of the Network and (ii)the rental fee and installation costs associated with such attachment over the length of the term are equal to or less than the fee or cost to Lessor of attaching to the alternative third-party- owned property. 3.3 No lnterference. Lessor in the performance and exercise of its rights and obligations under this Use Agreement shall not interfere in any manner with the existence and operation of any and all public and private rights of way, sanitary sewers, water mains, storm drains, gas mains, poles, arial and underground electrical and telephone wires, electroliers, cable television, and other telecommunications, utility, or municipal property, without the express written approval of the owner or owners of the affected property or properties, except as permitted by applicable Laws or this Use Agreement. 3.4 Compliance with Laws. Lessor shall comply with all applicable Laws in the exercise and performance of its rights and obligations under this Use Agreement, 4, CotrrperusATroN; Urttw cHARGES. Lessor shall be solely responsible for the payment of all lawful Fees in connection with Lessor's performance under this Use Agreement, including those set forth below. 4.1 Annual Fee. ln order to compensate the City for Lessor's entry upon and deployment within the Public Way and as compensation for the use of Municipal Facilities, Lessor shall pay to the City an annual fee (the "Annual Fee") in the amount of for the use of each Municipal Facility, if any, upon which Equipment has been installed pursuant to this Use Agreement. The aggregate Annual Fee with respect to each year of the term shall be an amount equal to the number of Equipment installed on Municipal Facilities during the preceding twelve (12) months multiplied by the Annual Fee, prorated as appropriate, and shall be due and payable not later than forty-five (45) days after each anniversary of the lnstallation Date. The City represents and covenants that the City owns all Municipal Facilities for the use of which it is collecting from Lessor the Annual Fee pursuant to this $ 4.1. 4.1.1 CPI Adjustment. Effective commencing on the fifth (sth) anniversary of the lnstallation Date and, annually thereafter during the term, the Annual Fee shall be adjusted by a percentage amount equal to the percentage change in the U.S. Department of Labor, Bureau of Labor Statistics Consumer Price lndex for Miami. 4.2 Accounting Matters. Lessor shall keep accurate books of account at its administrative office in or such other location of its choosing for the purpose of determining the amounts due to the City under $$ 4.1 above, The City may inspect Lessor's books of account relative to the City at any time during regular business hours on thirty (30) days' prior written notice and may audit the books from time to time at the City's sole expense, but in each case only to the extent necessary to confirm the accuracy of payments due under $ 4.1 above. The City agrees to hold in confidence any non-public information it learns from Lessor to the fullest extent permitted by Law. 4.3 Electricity Charges, For all eleckical power obtained from third party providers, Lessor shall be solely responsible for the payment of all electrical utility charges to the applicable utility provider based upon the Equipment' usage of electricity and applicable tariffs. 49 5. CotlsrnucTtoN. Lessor shall comply with all applicable federal, State, and City codes, specifications, and requirements, if any, related to the construction, installation, operation, maintenance, and control of Lessor's Equipment installed in the Public Way and on Municipal Facilities in the City. Lessor shall not attach, install, maintain, or operate any Equipment in or on the Public Way or on Municipal Facilities without the prior approval of the City for each location, 5.1 Obtaining Required Permits. lf the attachment, installation, operation, maintenance, or location of the Equipment in the Public Way shall require any permits, Lessor shall, if required under applicable City ordinances, apply for the appropriate permits and pay any standard and customary permit fees, so long as the permit fees and process that the City requests of Lessor are functionally equivalent to the fees and the process that are applied to the ILEC and/or the cable provide(s). The City agrees to use reasonable efforts to review and approve Lessor's applications within thirty (30) business days of submission, and if no comment is received within thirty (30) business days, the application will be presumed to be acceptable. 5.2 Location of Equipment. The proposed locations of Lessor's planned initial installation of Equipment shall be provided to the City prior to deployment of the Equipment. Upon the completion of installation, Lessor promptly shall furnish to the City a pole list showing the exact location of the Equipment in the Public Way. Additional installations during the term of this Use Agreement shall be approved and installed in accordance with this Use Agreement, and in compliance with the requirements of state law, and Chapter 104, of the City's Code. 5.3 Relocation and Displacement of Equipment, Lessor understands and acknowledges that the City may require Lessor to relocate one or more of its Equipment installations. Lessor shall at the City's direction relocate such Equipment at Lessor's sole cost and expense, whenever the City reasonably determines that the relocation is needed for any of the following purposes: (a) if required for the construction, completion, repair, relocation, or maintenance of a City proJect; (b) because the Equipment is interfering with or adversely affecting proper operation of any City-owned light poles, traffic signals, or other equipment in the Public Way; or (c) to protect or preserve the public health or safety. ln any such case, the City shall use its best efforts to afford Lessor a reasonably equivalent alternate location. lf Lessor shall fail to relocate any Equipment as requested by the City within a reasonable time under the circumstances in accordance with the foregoing provision, the City shall be entitled to relocate the Equipment at Lessor's sole cost and expense, without further notice to Lessor. To the extent the City has actual knowledge thereof, the City will attempt promptly to inform Lessor of the displacement or removal of any pole on which any Equipment is located. 5.4 Relocations at Lesso/s Request. ln the event Lessor desires to relocate any Equipment from one Municipal Facility to another, Lessor shall so advise the City. The City will use its best efforts to accommodate Lessor by making another reasonably equivalent Municipal Facility available for use in accordance with and subject to the terms and conditions of this Use Agreement. 5.5 Damage to Public Way, Whenever the removal or relocation of Equipment is required or permitted under this Use Agreement, and such removal or relocation shall cause the Public Way or Municipal Facilities to be damaged, Lessor, at its sole cost and expense, shall promptly repair and return the Public Way and Municipal Facilities in and on which the Equipment are located to a safe and satisfactory condition in accordance with applicable Laws, normal wear and tear excepted, lf Lessor does not repair the site as just described, then the City shall have the option, upon fifteen (15) days'prior written notice to Lessor, to perform or cause to be performed such reasonable and necessary work on behalf of Lessor and to charge Lessor for the proposed costs to be incurred or the actual costs incurred by the City at the City's standard rates. Upon the receipt of a demand for payment by the City, Lessor shall promptly reimburse the City for such costs. 6, luoeuutrtcATtoN AND WRtveR. Lessor agrees to indemnify, defend, protect, and hold harmless the City, its elected officials, council members, officers, and employees from and against any and all claims, demands, losses, damages, liabilities, fines, charges, penalties, administrative and judicial proceedings and orders, judgments, and all costs and expenses incurred in connection therewith, including reasonable attorney's fees and costs of defense (collectively, the "Losses") directly or proximately resulting from Lessor's activities undertaken pursuant to this Use Agreement, except to the extent arising from or caused by the negligence or willful misconduct of the City, its council or board members, officers, elected trustees, employees, agents, or contractors. 50 6.1 Waiver of Claims. Lessor waives any and all claims, demands, causes of action, and rights it may assert against the City on account of any loss, damage, or injury to any Equipment or any loss or degradation of the Services as a result of any event or occurrence which is beyond the reasonable control of the City. 6.2 Limitation of Liability. The City shall be liable only for the cost of repair to damaged Equipment arising from the negligence or willful misconduct of the City, its employees, agents, or contractors. ln no event shall either party be liable for indirect or consequential damages, 7. lusunnucr. LessorCityLessorlessorlessorCityLessorCityLessorCityLessorCityLessorCityLessor Lessor shall provide to City certificates of insurance evidencing that Lessor has the required comprehensive general liability insurance required of Lessor under the Agreement. ln addition, Lessor shall provide to City certificates of insurance evidencing that Lesso/s general contractor has in effect (and shall maintain at all times during the course of the work hereunder) workers' compensation insurance to cover full liability under workers' compensation laws of the State of Florida with employers' liability coverage; comprehensive general liability insurance for the hazards of operations, independent contractors, products and completed operations (for two (2) years after the date of acceptance of the work by City and Lessor); and contractual liability specifically covering the indemnification provision in the construction contract, such comprehensive general liability to include broad form property damage and afford coverage for explosion, collapse and underground hazards, and "personal injury" liability insurance and an endorsement providing that the insurance afforded under the contractor's policy is primary insurance as respects City and Lessor and that any other insurance maintained by City or Lessor is excess and non-contributing with the insurance required hereunder, provided that such insurance may be written through primary or umbrella insurance policies with a minimum policy limit of $2,000,000.00. City and Lessor are to be included as an additional insured for insurance coverages required of the general contractor. Lessor shall, throughout the Lease Term (and any other period when Lessor is in possession of the Premises), maintain at its sole cost the following insurance: (a) All risks property insurance, containing a waiver of subrogation rights which Lessor's insurers may have against City and against those for whom City is in law responsible including, without limitation, its directors, officers, agents, and employees, and (except with respect to Lessor's chattels) incorporating a standard Florida mortgagee endorsement (without contribution). Such insurance shall insure property of every kind owned by Lessor in an amount not less than the full replacement cost thereof (new), with such cost to be adjusted no less than annually. Such policy shall include, as additional insureds, City and its affiliates and any mortgagee of City, the City, and any mortgagee of the City in connection with a mortgage on the Facility. (b) Comprehensive general liability insurance. Such policy shall contain inclusive limits per occurrence of not less than $2,000,000; provide for severability of interests; and include as additional insureds City and its affiliates and any mortgagee of City, and any mortgagee of City in connection with a mortgage on the Facility. (c) Worke/s compensation and employer's liability insurance in compliance with applicable legal requirements. (d) Any other form of insurance which Lessor or City, acting reasonably, requires from time to time in form, in amounts, and for risks against which a prudent Lessor would insure, but in any event not less than that carried by comparable retail establishments in Dade County, Florida, (e) All policies referred to above shall: (i) be taken out with insurers licensed to do business in Florida and reasonably acceptable to City; (ii) be in a form reasonably satisfactory to City; (iii) be noncontributing with, and shall apply only as primary and not as excess to any other insurance available to City or any mortgagee of City; (iv) contain an undertaking by the insurers to notify City by certified mail not less than thirty (30) calendar days prior to any material change, cancellation, or termination, and (v) with respect to subsection (A), contain replacement cost, demolition cost, and increased cost of construction endorsements. Certificates of insurance on City's standard form or, if required by a mortgagee, copies of such insurance policies certified by an authorized officer of Lessor's insurer as being complete and current, shall be delivered to City promptly upon request. lf Lessor fails to take out or to keep in force any insurance referred to in this section, or should any such insurance not be approved by either City or any mortgagee, and Lessor does not commence and continue to diligently cure such default within two (2) business days after written notice by City to Lessor specifying the nature of such default, then City has the right, without assuming any obligation in connection therewith, to effect such insurance at the sole cost of Lessor and all outlays by City shall be paid by Lessor to City as additional rent 51 without prejudice to any other rights or remedies of City under this Agreement. Lessor shall not keep or use in the Premises any article which may be prohibited by any fire or casualty insurance policy in force from time to time covering the Premises or the Retail Space. (f) The Lessor shall furnish the Certificates of lnsurance to the City prior to commencing any operations under this Contract, which certificates shall clearly indicate that the Lessor has obtained insurance, in the type, amount and classifications, in strict compliance with this Section, 8. Nortces. All notices which shall or may be given pursuant to this Use Agreement shall be in writing and delivered personally or transmitted (a) through the United States mail, by registered or certified mail, postage prepaid; (b) by means of prepaid overnight delivery service; or (c) by facsimile or email transmission, if a hard copy of the same is followed by delivery through the U. S, mail or by overnight delivery service as just described, addressed as follows: if to the City: Crry or Mrnur BEn*r Attn: Office of the City Manager 1700 Convention Center Drive Fourth Floor Miami Beach, Florida 33139 With a copy to: City Attorney 1700 Convention Center Drive Fourth Floor Miami Beach, Florida 33139 if to Lessor: with a copy which shall not constitute legal notice to: LEsson 9. DATE OF NOTICES; CHANGING NOTICE ADDRESS. Notices shall be deemed given upon receipt in the case of personal delivery, three (3) days after deposit in the mail, or the next business day in the case of facsimile, email, or overnight delivery. Either party may from time to time designate any other address for this purpose by written notice to the other party delivered in the manner set forth above. 10. TERMINATION. This Use Agreement may be terminated by either party upon forty five (45) days' prior written notice to the other party upon a default of any material covenant or term hereof by the other party, which default 52 is not cured within forty-five (45) days of receipt of written notice of default (or, if such default is not curable within forty-five (45) days, if the defaulting party fails to commence such cure within forty-five (45) days or fails thereafter diligently to prosecute such cure to completion), provided that the grace period for any monetary default shall be ten (10) days from receipt of notice. Except as expressly provided herein, the rights granted under this Use Agreement are irrevocable during the term. Lessor may terminate this Agreement prior to the expiration of the initial Lease Term or any subsequent Renewal Term upon not less than sixty (60) day's prior written notice to the City in the event that (a) Lessor is unable to use the Leased Premises in the manner anticipated by Lessor at the time the Agreement was executed; (b) Lessor is unable to obtain any certificate, license, permit, authority or approval from any governmental authority necessary for installing, removing, replacing, maintaining and, or operating the Equipment and, or using the Leased Premises in the manner anticipated by Lessor at the time the Agreement and non-exclusive license was executed, and, or (c) any such certificate, license, permit, authority or approval previously issued or given is canceled, expires, lapses or is othenruise withdrawn or terminated by such governmental authority. 1 '1. ASSIGNMENT. This Use Agreement shall not be assigned by Lessor without the express written consent of the City, which consent shall not be unreasonably withheld, conditioned, or delayed. Notwithstanding the foregoing, the transfer of the rights and obligations of Lessor to a parent, subsidiary, or other affiliate of Lessor or to any successor in interest or entity acquiring fifty-one percent (51%) or more of Lessor's stock or assets (collectively "Exempted Transfers") shall not be deemed an assignment for the purposes of this Agreement and therefore shall not require the consent of the City, provided that Lessor reasonably demonstrates to the City's lawfully empowered designee the following criteria (collectively the "Exempted Transfer Criteria"): (i) such transferee will have a financial strength after the proposed transfer at least equal to that of Lessor immediately prior to the transfer; (ii) any such transferee assumes all of Lessor's obligations hereunder; and (iii) the experience and technical qualifications of the proposed transferee, either alone or together with Lessor's management team, in the provision of telecommunications or similar services, evidences an ability to operate the Network. Lessor shall give at least thirty (30) days' prior written notice (the "Exempted Transfer Notice") to the City of any such proposed Exempted Transfer and shall set forth with specificity in such Exempted Transfer Notice the reasons why Lessor believes the Exempted Transfer Criteria have been satisfied. The City Commission shall have a period of thirty (30) days (the "Exempted Transfer Evaluation Period") from the date that Lessor gives the City its Exempted Transfer Notice to object in writing to the adequacy of the evidence contained therein. Notwithstanding the foregoing, the Exempted Transfer Evaluation Period shall not be deemed to have commenced until the City has received from Lessor any and all additional information the City may reasonably require in connection with its evaluation of the Exempted Transfer Criteria as set forth in the Exempted Transfer Notice, so long as the City gives Lessor notice in writing of the additional information the City requires within fifteen (15) days after the City's receipt of the original Exempted Transfer Notice. lf the City Commission fails to act upon Lesso/s Exempted Transfer Notice within the Exempted Transfer Evaluation Period (as the same may be extended in accordance with the foregoing provisions), such failure shall be deemed an affirmation by the City Commission that Lessor has in fact established compliance with the Exempted Transfer Criteria to the City's satisfaction. 12. MISCELLANEOUS PROVISIONS. The provisions which follow shall apply generally to the obligations of the parties under this Use Agreement. A. Nonexclusive Use. Lessor understands that this Use Agreement does not provide Lessor with exclusive use of the Public Way or any Municipal Facility and that the City shall have the right to permit other providers of communications services to install equipment or devices in the Public Way and on Municipal Facilities. Lessor B. Waiver of Breach. The waiver by either party of any breach or violation of any provision of this Use Agreement shall not be deemed to be a waiver or a continuing waiver of any subsequent breach or violation of the same or any other provision of this Use Agreement. C. Severability of Provisions. lf any one or more of the provisions of this Use Agreement shall be held by court of competent jurisdiction in a final judicial action to be void, voidable, or unenforceable, such provision(s) shall be 53 deemed severable from the remaining provisions of this Use Agreement and shall not affect the legality, validity, or constitutionality of the remaining portions of this Use Agreement. Each party hereby declares that it would have entered into this Use Agreement and each provision hereof regardless of whether any one or more provisions may be declared illegal, invalid, or unconstitutional. D. Contacting Lessor. Lessor shall be available to the staff employees of any City department having jurisdiction over Lessor's activities twenty-four (24) hours a day, seven (7) days a week, regarding problems or complaints resulting from the attachment, installation, operation, maintenance, or removalof the Equipment. The City may contact by telephone the Network operations center operator at telephone number (800) 788-7011 regarding such problems or complaints. E. Governing Law; Jurisdiction. This Use Agreement shall be governed and construed by and in accordance with the laws of the State of Florida, regardless of conflict of law principles. lf suit is brought by a party to this Use Agreement, the parties agree that trial of such action shall be vested exclusively in the state of Florida, in Miami-Dade County Circuit Court, or in the United States District Court for the Southern District of Florida. 13. TRIAL BY JURY. CITY AND LESSOR EACH HEREBY WAIVES ITS RIGHT TO A JURY TRIAL OF ANY ISSUE OR CONTROVERSY ARISING UNDER THIS AGREEMENT, 14. SOVEREIGN IMMUNITY, MAXIMUM LIABILITY, WAIVER OF CERTAIN DAMAGES AND ATTORNEY'S FEES. The City does not waive sovereign immunity under 768.28, Florida Statutes, for any claim for breach of contract or for an award of prejudgment interest; provided, however, that in any action arising out of or to enforce this contract, the prevailing party shall be entitled to its reasonable attorney's fees and costs. Section 768.28, Florida Statutes provides that the City shall not be liable to pay a claim or a judgment by any one person which exceeds the sum of $200,000 or any claim or judgment or portions thereof, which when totaled with all other claims or judgment arising out of the same incident or occurrence, exceeds the sum of $300,000, ln any proceeding against City its maximum liability to Lessor shall not exceed its annual payment to Lessor for the year in which the liability arose, City shall not be liable to Lessor for damages, penalties or expenses in excess of its annual payment to the Lessor for the year in which the liability arose. Nothing contained herein shall be construed or interpreted as denying to either party any remedy or defense available to such party under the laws of the State of Florida or federal law. Lessor and City each waives any claims that each may have against the other with respect to consequential, incidental, punitive or special damages, however caused, based on any theory of liability. 15. CONSENT CRITERIA. ln any case where the approval or consent of one party hereto is required, requested or othenruise to be given under this Use Agreement, such party shall not unreasonably delay, condition, or withhold its approval or consent. 16. REPRESENTATIONS AND WARRANTIES. Each of the parties to this Agreement represents and warrants that it has the full right, power, legal capacity, and authority to enter into and perform the parties' respective obligations hereunder and that such obligations shall be binding upon such party without the requirement of the approval or consent of any other person or entity in connection herewith, except as provided in $ 3.2 above. 17. AMENDMENT OF USE AGREEMENT. This Use Agreement may not be amended except pursuant to a written instrument signed by both parties. 18. ENTIRE AGREEMENT, This Use Agreement contains the entire understanding between the parties with respect to the subject matter herein. There are no representations, agreements, or understandings (whether oral or written) between or among the parties relating to the subject matter of this Use Agreement which are not fully expressed herein, 19. RECORD RETENTION. Lessor shall comply with the State of Florida public record retention requirements and 54 shall maintain a copy of all documents reflecting services rendered to the City for three (3) years after the termination of this Agreement, and final payment has been made and all other pending matters are closed. Further, Lessor shall provide access to the City, or any of City's duly authorized representatives to any books, documents, papers, and records which are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcriptions, 20, NO PARTNERSHIP. The parties hereby acknowledge that it is not their intention under this Agreement to create between themselves a partnership, joint venture, tenancy in common, joint tenancy, co ownership, or agency relationship. Accordingly, notwithstanding any expressions or provisions contained herein, nothing in this Agreement, whether based on the calculation of rental or otherwise, shall be construed or deemed to create, or to express an intent to create, a partnership, joint venture, tenancy in common, joint tenancy, co ownership or agency relationship of any kind or nature whatsoever between the parties hereto, The provisions of this section shall survive expiration of the Term. ln witness whereof, and in order to bind themselves legally to the terms and conditions of this Use Agreement, the duly authorized representatives of the parties have executed this Use Agreement as of the Effective Date. [Signature Page Follows] 55 DOCUMENT DISCLOSURE: It is understood and agreed to by Licensee that this License and all information submitted by Licensee to the City in connection with Licensee's application for this License and all further information that may be submitted in connection with Licensee's rights and duties under this License shall be subject to public disclosure and copying upon request to by any person. ATTEST: Sign;Sign: Print:Name: Title: WITNESS:CITY OF MIAMI BEACH Name: Title: WITNESS: SIGNATURE OF WITNESS Name: Title: TYPE NAME OF WITNESS EXAMINED BY:APPROVED TO FORM: Name: TITLE Exhibits: Exhibit A - Equipment LESSOR Title: 56 Exhibit A [Add notary or attestation, as required by state law] 57 EXHIBIT *A'TO LEASE AGREEMENT DESCRIPTION OF THE LESSOR'S PROPERTY 58 EXHIBIT (B'TO LEASE AGREEMENT DESCRIPTION OF THE LESSEE'S LEASEHOLD lAttached is a site plan reflecting the leasehold areal. 59 COMMISSION ITEM SUMMARY Intended Outcome Su Item Su mmary/Recommendation : Revitalize Key Neiqhborhoods, Startinq With North Beach And Ocean Drive Supporting Data (Surveys, Environmental Scan, etc.): N/A Condensed Title: REQUEST FOR AUTHORTZATTON TO TSSUE REQUEST FOR QUALIFICATIONS (RFO) NO. 2015.086.YG FOR A MASTER PLANNER OF THE NORTH BEACH DISTRICT. The City has been studying ways to encourage and promote appropriate, redevelopment activity for the 71st Street Corridor and Ocean Terrace, as well as encourage the preservation and restoration of contributing buildings in the North Shore and Normandy lsles National Register Districts. ln addition the City will be looking at appropriate ways to develop the City-owned "West Lots". At the request of the Mayor's Blue Ribbon Panel on North Beach the City seeks a qualified world class consultant to establish a North Beach Master Plan. Once a qualified consultant is selected, the City expects to work with the consultant to determine the scope of services for and refined study area for the North Beach Master Plan. The study area will be the North Beach section of the City, which is located north of 63rd Street to the northern city limit at 87th Terrace. Major developments have been built and historic structures have been restored in all parts of the City in the recent past with the exception of the North Beach area, where investment has been lagging. RECOMMENDATION The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2015-086-YG for a Master Planner of the North Beach District. N/A Financial I nformation: Financial !mpact Summary: N/A Alex Denis, Director Ext # 6641 AGENDA ITEM AABE MIAMIBEACH orre I-27-lS60 MIAMIBEACH City of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members offlthe City FROM: Jimmy L. Morales, City Manager DATE: January 27,2015 SUBJECT: REQUEST FOR AUTHORIZATION (RFO) NO. 2015-086-YG FOR A DISTRICT. MASTER PLANNER OF THE NORTH BEAGH ADMINISTRATION RECOMMENDATION Authorize the issuance of the RFQ. BACKGROUND The City has been studying ways to encourage and promote appropriate, redevelopment activity for the 71st Street Corridor and Ocean Terrace, as well as encourage the preservation and restoration of contributing buildings in the North Shore and Normandy lsles National Register Districts. ln addition the City will be looking at appropriate ways to develop the City-owned "West Lots". At the request of the Mayor's Blue Ribbon Panel on North Beach the City seeks a qualified world class consultant to establish a North Beach Master Plan. Once a qualified consultant is selected, the City expects to work with the consultant to determine the scope of services for and refined study area for the North Beach Master Plan. The study area will be the North Beach section of the City, which is located north of 63rd Street to the northern city limit at 87th Terrace. Major developments have been built and historic structures have been restored in all parts of the City in the recent past with the exception of the North Beach area, where investment has been lagging. SGOPE OF SERVICES Please Reference RFQ 2015-086-YG for Master Planner of the North Beach District (attached). MI N!MUM QUALIFICATIONS Please Reference RFQ 2015-086-YG for a Master Planner of the North Beach District (attached). MIN!MUM DOCUM ENTATION SUBMITTAL REQUI REMENTS Please Reference RFQ 2015-086-YG for a Master Planner of the North Beach District (attached). 61 City Commission Memorandum - RFQ for a Master Planner of the Norlh Beach District January 27, 201 5 Page 2 of 2 EVALUATION/SELECTION PROCESS: CRITERIA FOR EVALUATION Please Reference RFQ 2015-086-YG for a Master Planner of the North Beach District (attached). CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2015-086-YG for a Master Planner of the North Beach District. ATTACHMENTS RFQ 2015-086-YG for a Master Planner of the North Beach District. JLM/JJ/MT/TM/AD T:\AGENDA\2015\January\PROCUREMENT\January 27th\RFQ 2015-086-YG - Master Planner of the North Beach District ISSUANCE MEMO.docx 62 REQUEST FOR QUAL|F|CAT|ONS (RFa) Moster Plonner of the North Beoch District RFQ 201 5-086-YG RFQ ISSUANCE DATE: TBD STATEMENTS OF QUALIFICATIONS DUE: TBD ISSUED BY: YUSBEL GONZALEZ, CPPB MIAMIBEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT 17OO Convention Center Drive, Miomi Beoch, FL 33.l39 30 5 .67 3 .7 490 | oden is@m iomibeochfl.gov www. miomibeochfl.gov 63 i;1i{frlil BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NoT uTtLtzED ......... .. .......N/A O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS .........,3 O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10 0400 EVALUATTON PROCESS ........... ..........13 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS .........15 APPENDIX B "NO BID" FORM ......22 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ....................,24 APPENDTX D SPEC|AL CONDTTTONS ........... .................26 APPENDIX E INSURANCE REQUIREMENTS ................28 APPENDTX F SAMPLE CONTRACT............... .................30 RFQ 2015-086YG 64 sEcTtoN 0200 l;^liAr'r",i BEACH INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL, This Request for Qualifications (RFO) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospectlve Proposer to submit their qualificatlons, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein, All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the "contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www,publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposalsubmitted. 2. PURPOSE. The City of Miami Beach is soliciting "Statements of Qualifications" that the City may utilize to select a Master Planner for the North Beach District. The North Beach District Master Plan will be focused on the area of the City that is north of 63rd Street. The City is seeking services from a consulting firm or team with master planning, revitalization, redevelopment, design, development, and implementation experience to assist the City in: 1) developing the scope and deliverables of the desired master plan and 2) completing a master plan of the district within the agreed to scope and deliverables. For the purposes of this RFQ, the selection process will be based on qualifications. No proposal for specifics to the master plan is being requested, nor will be considered, at this time. The City of Miami Beach, Florida is located on a barrier island between the Biscayne Bay and the Atlantic Ocean, just east of the City of Miami, Florida. lt is connected to the City of Miami on the mainland via four causeways. The City is the predominant tourist destination of South Florida. The City has a population of approximately 87,779,in addition to the thousands of tourist that visit each year. The study area will be the North Beach section of the City, which is located north of 63rd Street to the northern city limit at 87th Terrace. Major developments have been built and historic structures have been restored in all parts of the City in the recent past with the exception of the North Beach area, where investment has been lagging. The City has been studying ways to encourage and promote appropriate, redevelopment activity for the 71st Street Corridor and Ocean Terrace, as well as encourage the preservation and restoration of contributing buildings in the North Shore and Normandy lsles National Register Districts. ln addition the City will be looking at appropriate ways to develop the City-owned "West Lots". At the request of the Mayor's Blue Ribbon Panel on North Beach the City seeks a qualified world class consultant to establish a North Beach Master Plan. Once a qualified consultant is selected, the City expects to work with the consultant to determine the scope of services for and refined study area for the North Beach Master Plan. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). RFA 2015 086-YG 65 n.,1rlAlu/, i BEACH 3. SOLIC|T The tentative schedule for this solicitation is as follows: Solicitation lssued TBD Pre-Submittal Meeting TBD Deadline for Receipt of Questions TBD Responses Due TBD Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado@miamibeachfl.oov or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: YusbelGonzalez, CPPB Telephone: 305-673-7000 ext. 6230 Email: vusbeloonzalez@miamibeachfl .qov 5. PRE.STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). 0nly if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hal! - 4tt' FIoor City Manager's Small Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER'. 4142489 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-STATEMENTS OF QUALIFICATIONS INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). Only questions answered by written addenda will be 66 i\/IiAMiBEACH binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE 0F SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonruarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at: http://library. municode.com/index.aspx?clientlD= 13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelg ranado@miamibeachfl. gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City 0f Miami Beach website: http ://web. miam ibeachfl.qov/procu remenUscroll. asox?id=235 1 0 . CONE 0F SILENCE......... PROTESTPROCEDURES...,.....,....,.,.........,,....................,.....,.,,.. r DEBARMENT PROCEEDINGS. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES.... o CAMPAIGN CONTRIBUTIONS BY VENDORS. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT tssuEs...... . ... REQUIREMENT FOR CITY CONTMCTORS T0 PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS...... CITY CODE SECTION 2486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2.485,3 CITY CODE SECTIONS 2481 THROUGH 2-406 CITY CODE SECTION 2487 CITY CODE SECTION 2488 CITY CODE SECTION 2.373 . LIVING WAGE REQUIREMENT .. .. CITY CODE SECTIONS 2-407 THROUGH2-410 o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE- DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 o FALSE CLAIMS ORDINANCE.... CITY CODE SECTION 70-300r ACCEPTANCE 0F GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2-449 9. POSTPONEMENT 0F DUE DATE FOR RECEIPT 0F QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 12. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission the propose(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of Rt-ci 20 t5-o86-YG 67 ,,.,,iiAIIi BEACH Qualifications. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the proposer to perform the contract. (2) Whether the proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, relect the City Manager's recommendation and select another Proposer (s) which it deems to be in the best interest of the City, or it may also re1ect all Statement of Qualifications. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including cost of services. 13. ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to reject any or all Statement of Qualifications prior to award. Reasonable efforts will be made to either award the Contract or reject all Statement of Qualifications within one-hundred twenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of Statement of Qualifications opening. 14. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 15. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer , and shall not be reimbursed by the City. 16. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 18. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Propose/s risk and may result in the Statement of Qualifications being non-responsive. 19. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be consistent with Purchase Order format. RtQ 2015-086-YG 6 68 't,",,l.i,,t,lBEACH 20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 21. MANNER OF PERFORMANCE, Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. Where consultant is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the consultant will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The consultant shall be liable for any damages or loss to the City occasioned by negligence of the proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 23. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 24. DEMONSTMTION OF COMPETENCY. A, Pre-award inspection of the Propose/s facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City, Rt-Q 20I 5-086-YG 69 ",n .,(ir/i,BEACH 25. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or othenruise dispose of the contract, including any or all of its right, title or interest therein, or hisiher or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 26. LAWS. PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 27. OPTIONAL CONTRACT USAGE. When the successful proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 28. VOLUME OF WORK TO BE RECEIVED BY CONSULTANT. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the consultant, However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions, 29. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The proposer's proposal in response to the solicitation. 30. INDEMNIFICATION. The consultant shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the consultant or its employees, agents, servants, partners, principals or subcontractors. The consultant shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The consultant expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided by the consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 31. CONTRACT EXTENSION. The City reserves the right to require the Consultant to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the consultant. 32. FLORIDA PUBLIC RECORDS LAW, Proposals are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art.1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Consultant agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and RFQ 2U I5.U8O.YG 70 ,'r,', rA/,1i BEACH conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenruise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the consultant upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 33. MODIFICATIONMITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 34, EXCEPTIONS TO RFQ. Proposals must cleady indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or relect any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFO). 35. ACCEPTANCE OF GIFTS. FAVORS. SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFO 20 I5.O86.YG 9 71 l'"/TIAMIBEACH SECTION ()3OO SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be relected. 2. LATE BIDS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or othenrise, 3. STATEMENTS OF QUALIFICATIONS FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references, Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum irements established in Appendix C, Minimum Requirements and Soecifications. & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five (5) relevant projects, performed in the last five (5) years as evidence of experience; the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this proyect if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications, A resume of each individual, including education, experience, and any other pertinent informatlon, shall be included for each respondent team member to be assigned to this contract. 2.3 Similar Experience. Provide detailed responses to the following similar experience factors: 2.3.1 Experience with large-scale (100,000 SF) projects that incorporated commercial, residentialand/or institutional uses in a complex and dense urban setting. 2.3.2 Experience with pedestrian and bike-friendly Transit Oriented projects and examples of past successes in public/private partnerships. 2.3.3 Experience in establishing development programs for public-private partnerships that have been successfully implemented. 2.3.4 Familiarity and experience with the localand reqi climate and realestate markets. RFQ 20 I 5.OB6.YG t0 72 /'liAI/IBEACH 2.3.5 Past successes in dealing with elected officials, community advisory committees and/or neighborhood businesses and residents. 2.3.6 Experience with adaptive reuse and historic preservation. 2,3,7 Skill and experience in designing public open spaces that contribute to the sense of community and place. 2.3.8 Skill and experience designing structured parking that does not detract from urban vitality and design context. 2.3.9 Urban design and master planning skills, along with the proven ability to create a sense of community and place, as well as embracing the existing eclectic elements that helps to define an area, 2.3.10 Experience conducting public charrettes as a component of public/private engagement, 2.3.11 Demonstrated success in embracing and implementing the highest standards of sustainability and environmental sensitivity. 2.3.12 Urban design and master planning skills, along with the proven ability to create a sense of community and place, as well as embracing the existing eclectic elements that helps to define an area. 2.3.13 Skill and experience in the development of land development regulations that implement a community vision. 2.3.14 Ability to work cooperatively and constructively with City staff. 2.4 Standard Form 330. The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. ln addition to experience and qualifications considerations, the City may use this information to consider the firm's previous and current workload. 2.5 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=1 1696 Proposals are responsible for the accuracy of the information contained in its SQR, lt is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. RFG 2015-086-YG I l 73 and Proposal shalldescribe its approach and methodology in accomplishing the goals of this RFQ as outlined below: 1. Develop the scope and deliverables of the desired master plan in conjunction with City officials and other stakeholders as assigned by the City; 2. Complete a master plan of the district within the agreed to scope and deliverables. ln describing its approach and methodology, proposer shall provide detailed responses on how it will accomplish the desired scopes of the project, by including (but not limited to) the following important elements:1. Data collection.2. Public input.3, Cataloging of historical elements.4. Environmental, storm water, sea level rise and flooding concerns.5. Land use considerations.6. Vision development.7. Aestheticstandards. Proposer shall also address how it plans to incorporate Small or Disadvantaged Firms in its delivery of services. 1i,,1, . /i,;\r,n, f BEAC H Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Rt-Q 2O t5-086-YG 12 74 tt,'n,lAinrr'rl BEACH SECTION O4OO STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below, lt is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager, The results of Step 1 & Step 2 Evaluations will be fonrrrarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2 (Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may: o review and score all Statement of Qualifications received, with or without conducting interview sessions; oro review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s) (using the same criteria). Experience and Qualifi cations Approach and Methodology 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Veterans Preference RFA 20]5 086YG t3 75 lvn lA,n",n,, BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. Step I and 2 scores will be converted to rankings in accordance with the example below: Committee Member 1 Step 1 Points 82 /o 80 Step 2 Points 10 5 5 Total 92 81 85 Rank 1 3 2 Committee Member 2 Step 1 Points 85 85 72 Step 2 Points 10 5 5 Total 95 90 77 Rank 1 2 3 Committee Member 2 Step 1 Points 80 74 66 Step 2 Points 10 5 5 Total 90 79 71 Rank 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. Rro 2u r5-080-YG 14 76 APPENDIX A MIAMIBTACH Response Certificotion, auestionnoire & Req uirements Affid ovit RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCU REMENT.l700 Convention Center Drive Miomi Beoch, Florido 33.l39 77 Solicitation No: RFQ 2015-086-YG Solicitation Title: Master Planner of the North Beach District Procurement Contact: YusbelGonzalez, CPPB Tel: 305-673-7000 Ext 6230 Email: vusbeloonzaleztOmiamibeachfl .oov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proooser lnformation.General Proposer lnformation. FIRM NAME:No, of Employees: No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST ,10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:lIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO,: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMIARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO,: ACCOUNT REP EIVAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 20r5-086 YG AppendixA-Poge 1 78 4 5. Veteran Owned Business. ls proposer claiming a veteran owned business status?I--l vrs f--l uo SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict Of lnterest. All Proposals must disclose, in their Statement of Qualifications, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten ('1 0%) percent or more in the Proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3)Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Suspension, Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency?[-l ves 'f--l ruo SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 ol the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Statement of Qualifications, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl .gov/procuremenU. RFQ 20 r 5-086-YG AppendixA-Poge2 79 8. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, proposers shall be required to pay all covered employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: o Currently, the hourly living wage rate is $11.28/hr with health benefits of at least $1.64 an hour, or a living wage of not less than $1232 an hour without health benefits.. Commencing January 1. 2015, the hourly living wage rate will be $11.62/hr with health benefits of at least $1.69 an hour, or a living wage of not less than $13.31/hr without health benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CP|-U) MiamiiFt. Lauderdale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. For further information about Living Wage requirements, please contact the City's Contracts Compliance Administrator at 305-673-7490. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contracto/s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? l---l vrs [__-l ruo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? l--_l vrs f--l ruo C. Please check all benefits that apply to your answers above and list in the "othe/' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl .gov/procuremenU. RFa 20 r 5-086-YG AppendixA-Poge3 80 o Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Statement of Qualifications, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY fWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287 .133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. lnitial to Confirm Receiot Initial to Confirm Remint lnitial to Confirm Receiot Addendum 1 Addendum 6 Addendum 1 1 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. 10. RFa 201 5-086-YG AppendixA-Poge4 81 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any wananty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Statement of Qualifications submrtted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Governmenlin-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and conskued in accordance with the laws of the State of Florida. RFa 201 5-086-YG AppendixA-Poge5 82 I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement, proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal, proposer acknowledges that all information contained herein is pail of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative:Title of Proposer's Authonzed Representative: Signature of Proposer's Aufionzed Representative:Date: State of FLORIDA ) ) On this -day of -, 20-, personally appeared before me who of Countyof _) stated that (s)he is the a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFG 20I5.OB6-YG AppendixA-Poge6 83 APPENDIX B MIAMIBEACH "No Bid" Form RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miomi Beoch, Florido 33,l39 84 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR IND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this producVservice _OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Gompany Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Yusbel Gonzalez STATEMENTS OF QUALI FICATIONS #201 5.086.YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFG 201 5-086-YG Appendix B - p"ga i 85 APPENDIX C MIAMIBEACH Minimum Requirements & Specificotions RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCU REMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 86 C1. MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. 1. Proposer must have a minimum of five (5) years' experience and have completed at least five (5) projects similar in scope and volume demonstrating the Proposer's experience providing services for the design of park facilities. 2. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. C2. SCOPE OF WORK REQUIRED. The City of Miami Beach is soliciting "statements of Qualifications" that the City may utilize to select a Master Planner for the North Beach District. The North Beach District Master Plan will be focused on the area of the City that is north of 63rd Street, The City is seeking services from a consulting firm or team with master planning, revitalization, redevelopment, design, development, and implementation experience to assist the City in the following: 1. develop the scope and deliverables of the desired master plan in conjunction with City officials and other stakeholders as assigned by the City; 2. complete a master plan of the district within the agreed to scope and deliverables. The study area will be the North Beach section of the City, which is located north of 63rd Street to the northern city limit at 87th Terrace. Major developments have been built and historic structures have been restored in all parts of the City in the recent past with the exception of the North Beach area, where investment has been lagging. The City has been studying ways to encourage and promote appropriate, redevelopment activity for the 71st Street Corridor and Ocean Terrace, as well as encourage the preservation and restoration of contributing buildings in the North Shore and Normandy lsles National Register Districts. ln addition the City will be looking at appropriate ways to develop the City-owned "West Lots". At the request of the Mayor's Blue Ribbon Panel on North Beach the City seeks a qualified world class consultant to establish a North Beach Master Plan. Once a qualified consultant is selected, the City expects to work with the consultant to determine the scope of services for and refined study area for the North Beach Master Plan, RFG 20 I 5.086-YG AppendixC-Poge 1 87 APPENDIX D MIAMIBEACH Speciol Conditions RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 88 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable, 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUlRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. PRECLUSIONS. The selected Propose(s) will not be precluded from providing architectural/engineering services to the City for a subsequent phase of this project. 13. COMPETITIVE SPECIFICATIONS. lt is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. RFQ 20I5.OB6-YG AppendixD-Poge I 89 APPENDIX E MIAMIBEACH I nsuro nce Requirements RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 90 MIAMIBTACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, '1700 Convention Center Drive, 3d Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. . C. Automobile Liability lnsurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability lnsurance in an amount not less than $2,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's lnsurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. The company must hold a valid Florida Certificate otornutnority as shown in the latest "List of All lnsurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of lnsurance and are members of the Florida Guaranty Fund. Certificates will indicate no modiflcation or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 17OO CONVENTION CENTER DRIVE 3d FLoOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFa 20r5-086-YG AppendixE-Poge I 91 APPEN DIX F MIAMIBEACH Somple Controct RFQ No.20l 5-086-YG Moster Plonner of the North Beoch District DEPARTMENT OF PROCUREMENT I200 Convention Center Drive Miomi Beoch, Florido 33.l39 92 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE ffixxxxxxxxxxxxxxxx Resolution No. 93 TABLE OF CONTENTS DESCRIPTION ARTICLE 1 DEFINIT'OruS ARTICLE 2. ARTICLE 3. ARTICLE 4. ARTICLE 5. ARTICLE 6. ARTICLE 7. ARTICLE 8. ARTICLE 9. ARTICLE 10. ARTICLE 11. ARTICLE 12. ARTICLE 13. ARTICLE 14. ARTICLE 15. ARTICLE 16. BASIC SERVICES THE CITY'S RESPONSIBILITIES RESPONSIBILITY FOR CONSTRUCTION COST ADDITIONAL SERVICES R EI M B U RS A B L E EXPEA'SES COMPENSATION FOR SERVICES CONSULTANT'S ACCOUNTING AND OTHER RECORDS OWNERSHIP OF PROJECT DOCUMENTS TERMINATION OF AGREEMENT INSURANCE INDEMNIFICATION AND HOLD HARMLESS ERRORS AND OMISSIONS LIMITATION OF LIABILITY NOTICE MISCELLANEOUS PROVISIONS PAGE 2 7 13 16 17 18 19 20 21 22 23 24 25 26 26 27 94 SCHEDULES: SCHEDULE A SCHEDULE B SCHEDULE C SCHEDULE D SCHEDULE E SCHEDULE F SCHEDULE G SCHEDULE H SCOPE OF SERVICES CONSULTANT COMPENSATION HOURLY BILLING RATE CONSTRUCTION COST BUDGET PROJECT SCHEDULE GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT INSURANCE AND SWORN AFFIDAVITS BEST VALUE AMENDMENT 33 34 35 36 37 38 39 40 95 TERMS AND COND'T'ONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXXXXffi FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (A/E) SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXX This Agreement made and entered into this _ day of , 20XX, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida,33139, (hereinafter referred to asCity),andXXXffiXXXxXXXXXXX,aFloridaXxrc0fi)OqXXhavingitsprincipal office at XXXXXXXXXXXXXXXXXXXXXXXXXXXX (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in the Scope of Services attached as Schedule "A" hereto, and wishes to engage the Consultant to provide specific professional services including, without limitation, A/E services, for the Project, at the agreed fees set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of the aforestated professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: 96 ARTICLE 1. DEFINITIONS 1.1 CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 331 39. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matte(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matte(s) related to the Project, the Services, and/or this Agreement). 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for XXXXXXXXXXXXX No.XXXXXXXXXXX, entitled "XXXXXXXXXXXXXXXXXXXffiXXXXXXX" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architecUengineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub- consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and sub-consultants. Any approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant, from the 97 1.7 Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: XXXXXXXXXXXXXXXXXXXXXX ; XXXXXXXXXXXXXXXXXXXXXX. 1.6 PROJECT COORDINATOR: The "Project Coordinato/' shall mean the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Project during the design and construction of the Project (unless expressly provided othenivise in this Agreement or the Contract Documents). Intentionally Omitted] 1.8 BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement (and as required to complete the Project), as further described in Article 2 and Schedule "A" hereto. ln addition any Services not specifically addressed as Additional Services (as defined herein) shall be considered Basic Services. 1.9 PROJECT: The "Project" shall mean that certain City capital project that has been approved by the City Commission and is described in Schedule "A" hereto. 1.9.1 Proiectcost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 ProiectScope: The "Project Scope" shall mean the description of the Project in Schedule "A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the 98 actual total cost to the City of the Work (as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) ot the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. l.l0.l ConstructionCostBudget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1 .10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. lf the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 99 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (lTB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written orde(s) for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Constructibn Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00) or the City Manager if they are fifty thousand dollars ($50,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for 100 approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Prolect other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended.by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Seryices, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Scope of Services. Schedule B - Consultant Compensation. Schedule C - Consultant Hourly Billing Rate Schedule. Schedule D - Construction Cost Budget. Schedule E - Prolect Schedule. Schedule F - General Conditions of the Contract for Construction 101 Schedule G - lnsurance Requirements and Sworn Affidavits Schedule H - Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Pro1ect Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to 102 perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approvedl), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule "F" hereto). 2.5.1 Planninq Services: Consultant shall provide planning services for Documents and as set forth in Task 1 of Services"). the Project, as required by the Contract Schedule "A" hereto (entitled "Planning 2.5.2 Desiqn Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule "A" hereto (entitled "Design Services") 2.5.3 Biddinq And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additiona! Services: lf required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for 103 the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: lt is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval (if granted) shall be in writing. 104 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or othenrvise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. ln addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub- consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, 105 unlaMul acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- consultant's work. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-fou r months (24) tr om f i na I accepta n ce. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any work performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments fonivarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project Schedule. 2.11 [ntentionallyOmitted] 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified 106 duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of the first Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Managed'). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be the Project Coordinator). Replacement (including reassignment) of an approved Prolect Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or othenruise retained by Consultant for the Project ( including, without limitation, any sub- consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. lf, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. lf Consultant proceeds with any such additional work without obtaining the prior written consent of the Prolect Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project 107 Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. ln addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUB.CONSULTANTS:All services provided by sub-consultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub- consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. 108 ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless othenryise expressly provided in this Agreement or the Contract Documents). The Project Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 3.4 I ntentionally Omitted] At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Prolect (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 109 3.5 lf the City observes or othenrvise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.7.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. ln such cases, the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 Except where othenryise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where othenryise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the 110 City by Consultant. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants (and any replacements). 3.8.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not othenarise expressly provided for in this Agreement. ln his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.8.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.8.4 Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.8.7 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 111 ARTICLE 4. RESPONSIBILIW FOR CONSTRUCTION COST 4.1 The City has established the Construction Cost Budget for the Project, as set forth in Schedule "D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or othenruise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherurise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services) without any further liability to the City. 4.5 lf the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (a) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. ln the event the City elects to reduce the Project Scope, the Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the 112 City, at no additional cost to the Gity, in order to bring any resulting, responsive and responsible bids within five percent (5%) of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Pro1ect Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. I ntentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). 5.2.3 113 6.2 ARTICLE 6. RE!MBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. lnvoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Not to Exceed" fee for provision of the Services shall be XXXXXXXX, with a Reimbursable Expenses allowance of XXXXXXXX. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never 114 exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price lndex (CPl) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consuliant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. lnvoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. ln the event sub-consultant work is used, the percentage of completion shall be identified. lnvoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 lf requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). 115 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or othenrvise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. lncomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, ln addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used 116 or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 1 19, Florida Statutes. s) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. s) g) 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. s) g) 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. s) 9.5 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. ln the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. ln the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 ln the event this Agreement is terminated for cause by the City, the City, at 117 10.2.2 its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or othenvise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: ln addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. ln the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. ln the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; 118 provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: ln the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1)stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Pro.lect Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability lnsurance, in the amount of one million dollars ($1,000,000.00), per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability lnsurance policy. (b) Comprehensive General Liability lnsurance, in the amount of one million dollars ($1,000,000.00), Single Limit Bodily lnjury and Property Damage coverage, for each occurrence, which shall include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's Compensation and Employer's Liability coverage within the statutory limits required under Florida law. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 119 12.1 11.3 The insurance must be furnished by an insurance company rated B+:Vl or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS Pursuant to Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otheruvise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. ln reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). 120 13.1 ARTICLE 13. ERRORS AND OMISSIONS ERRORS AND OMISSIONS: lt is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the City's Capital lmprovement Projects Director (the Director). The Director's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. ln the event that the Consultant does not agree with the decision of the Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed 121 amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 AttN: XXXXXXXXXXXXX With a copy to: Capital lmprovement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: ffi All written notices given to the Consultant from the City shall be addressed to: ffi ffi ffi XXXXXXXXXXXXXXX Attn: XXXXXXXXXXX All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 122 16.1 ARTICLE 1 6. MISCELLANEOUS PROVISIONS VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of FIOrida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CIry EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTIW CRIMES ACT: ln accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have 123 the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or othenvise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 16.5.2 Proiect Documents. ln accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "lnspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. lnformation made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the .. Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 ln addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 124 16.6 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its sub-consultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 WARRANTY: under this Agreement shall profession in the State of commercial facilities. The Consultant warrants that the Services furnished to the City conform to the quality expected of and usually provided by the Florida applicable to the design and construction of public and 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. s) 16.e ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub-consultants, subject to the prior written approval of the City Manager. s) 16.10 SUCGESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 125 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: ln the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: s)16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. lt is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 126 F:\atto\AGURIAGREEMENT FORMS\A & E AGREEMENTS\A & E Agreement - NEW BOILER PLATE (Clean Version 8-2-10).doc lN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR CONSU LTANT: XXXXXXXXXXXXXXX Attest Signature/Secretary Signature/President Print Name Print Name 127 SCHEDULE A SCOPE OF SERVICES 128 SCHEDULE B CONSULTANT COMPENSATION : Schedule of Payments PlanningServices* $ 0.00 Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration * $XXXXXXXX Reimbursable Allowance* $XXXXXXXX Historic Preservation Board / Design Review Board (if required) $ 0.00 Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note*: Construction Administration will be paid on a monthly basis upon commencement of construction. ln the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note**: The Reimbursable Allowance belongs to the Gity and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. 129 SCHEDULE C HOURLY BILLING RATE SCHEDULE 130 SCHEDULE D COSTRUCTION COST BUDGET 131 SCHEDULE E PROJECT SCHEDULE 132 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 133 SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. 134 SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance lnformation Procurement System and submit the weekly reports. 135 COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRAGT PURSUANT TO INVTTATTON TO BtD (rTB) 2014-236-yc MIAMI BEACH CONVENTION CENTER BUS DUGT REPLACEMENT. Build And Maintain I nfrastructure With Full Accountabili Su Data Environmental Scan, etc.): N/A Item Summary/Recommendation : Since 2007 there have been three (3) separate buss duct failures in various areas of the Convention Center causing power outages and requiring emergency repairs. As a result, the City separately funded a series of bus duct and switch gear tests. Recent tests revealed that all four bus duct runs on the east side of the Convention Center have a phase that can fail at any time. This will affect Halls A & B, and main power distribution on the east side of the Center. lmmediate repairs are required to prevent future power outages from occurring. A qualified contractor is needed to supply all labor, materials, and testing to replace above listed four rounds of bus duct. On December 28,2014, there was a power loss on the East side of the Convention Center, which required immediate repairs. The City Manager authorized the needed services as an Emergency Purchase pursuant to Section 2-396 of the City Code. These repairs, however, are only temporary. To seek a qualified contractorto complete the desired scope, ITB No. 2014-236-YG, was issued on September 18,2014. Notices were sent to one hundred and twenty five (125) electrical contractors with forty-six (46) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on January 12th, 2015, from Fisk Electric Company, and AGC Electric, lnc. The bid tabulation is as follows: Bidder Bid Amount AGC Electric. lnc.$1.998.230.00 Fisk Electric Comoanv $1.971.927.00 ln evaluating the bids received, staff finds that Fisk Electric has not met the minimum requirements of the lTB, which states that "Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involvinq Bus Duct Reolacements." None of the three (3) projects submitted by Fisk Electric as evidence of compliance with this ITB requirement, according to the references submitted by Fisk Electric and contacted by staff, involved bus duct replacements. Therefore, Fisk Electric is deemed non-responsive to the requirements of the lTB. AGC Electric has met the minimum requirements of the lTB, including compliance with the prior experience requirement by demonstrating prior experience with bus duct projects. ln fact, AGC Electric has submitted, and staff has verified, prior experience installing Square D bus ducts, the same manufacturer as cunently installed in the Miami Beach Convention Center and specified as an acceptable manufacturer in the lTB. Additionally, the cost differential between AGC Electric and Fisk Electric is approximately $26,000, approximately 1.3% higherthan the bid submitted by Fisk Electric. Accordingly, AGC Electric is deemed the lowest responsive, responsible bidder to the lTB. The City Manager has considered the bids received, pursuant lo ITB 2014-236-YG, and deems that it is in the City's best interest to award the contract to AGC Electric, the sole responsive and responsible bidder to the lTB. AGC Electric has direct experience with the manufacturer of the bus duct system currently installed in the Miami Beach Convention Center and specified for the replacement project. This should help to minimize the risk of any potential downtime and need to cancel bookings because of project issues or delays. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuantto lTB2014-236-YG, for Miami Beach Convention Center Bus Duct Financial lnformation : Source of Fund\hp Amount Account I $1,998,230.00 Account #440-6004-000674; Project string #pfsintbusr-eq440- non-nonc Tota!$1,998,230.00 Alex Denis, Director Ext # 6641 aU AGENDA lrer'r RaC l-21-MIAMIBEACH DATE136 g MIAMIBEACH City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov MMISS N MEMORANDUM TO: Mayor Philip Levine and Members the City FROM: Jimmy L. Morales, City Manager A CONTRACT PURSUANT TO INVITATION CONVENTION CENTER BUS DUCT Build And Maintain Priority lnfrastructure With Full Accountability FUNDING The funding for this project is as follows: Account #440-6004-000674 Bid Amount $1,998,230.00 Project string #pfsintbusr-eq440-non-nonc BACKGROU ND INFORMATION Since 2007 there have been three (3) separate bus duct failures in various areas of the Convention center causing power outages and requiring emergency repairs. As a result, the City separately funded a series of bus duct and switch gear tests. Recent tests revealed that all four bus duct runs on the east side of the Convention Center have a phase that can fail at any time. This will affect Halls A & B, and main power distribution on the east side of the Center. lmmediate repairs are required to preventfuture poweroutages from occurring. The following replacemenUrepairs are needed: Square D Aluminum Bus Ducts for: 1) East B hall 2000 Amp, approx. 600 ft. 2) East A hall, 2000 amp, approx, 1300 ft long. 3)West A Center Hall, 1600 Amp, approx. 600 ft. 4) Floor pockets B Hall, 2000 Amp, and Approx. 600 ft. A qualified contractor is needed to supply all labor, materials, and testing to replace above listed four rounds of bus duct. On December 28,2014, there was a power loss on the East side of the convention center, which required immediate repairs. The City Manager authorized the needed services as an Emergency Purchase pursuantto Section 2-396 of the City Code. These repairs, however, are only temporary. lTB PROCESS To seek a qualified contractor to complete the desired scope, ITB No. 2014-236-YG, was issued on September 18, 2014. Notices were sent to one hundred and twenty five ('125) electrical contractors with forty-six (a6) prospective bidders downloading the solicitation. The ITB included the following minimum requirements: Licensure: Bidders shall be state certified and licensed Electrical Contractor in the State of Florida to be considered for award. DATE: January 27,2015 SUBIECT: REQUEST FOR APPROVAL TO TO BrD (rTB) 2014-236-YG M REPLACEMENT. KEY INTENDED OUTCOME 137 Commission Memorandum ITB 2014-236-YG MIAMI BEACH CONVENTION CENTER BUS DUCT REPLACEMENT JANUARY 27,2015' . 12 Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involving Bus Duct Replacements. Bonding Capacity: Bidders shall submit a Letterfrom an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. Financial Capacity: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. The ITB resulted in the receipt of two (2) responses on January 12tt',2015, from Fisk Electric Company, and AGC Electric, Inc. The bid tabulation is as follows: Bidder Bid Amount AGC Electric, lnc.$1,998,230.00 Fisk Electric Companv $1,971 ,927.00 ln evaluating the bids received, staff finds that Fisk Electric has not met the minimum requirements of the lTB, which states that "Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involvinq Bus Duct Replacements." None of the three (3) projects submitted by Fisk Electric as evidence of compliance with this ITB requirement, according to the references submitted by Fisk Electric and contacted by staff, involved bus duct replacements. Therefore, Fisk Electric is deemed non-responsive to the requirements of the lTB. AGC Electric has met the minimum requirements of the lTB, including compliance with the prior experience requirement by demonstrating prior experience with bus duct projects. ln fact, AGC Electric has submitted, and staff has verified, prior experience installing Square D bus ducts, the same manufacturer as currently installed in the Miami Beach Convention Center and specified as an acceptable manufacturer in the lTB. Additionally, the cost differential between AGC Electric and Fisk Electric is approximately $26,000, approximately 1.3% higherthan the bid submitted by Fisk Electric. Accordingly, AGC Electric is deemed the lowest responsive, responsible bidder to the lTB. CITY MANAGER'S REVIEW AND RECOMMENDATION The City Manager has considered the bids received, pursuant to ITB 2014-236-YG, and deems that it is in the City's best interest to award the contract to AGC Electric, the sole responsive and responsible bidder to the lTB. AGC Electric has direct experience with the manufacturer of the bus duct system currently installed in the Miami Beach Convention Center and specified for the replacement project. This should help to minimize the risk of any potential downtime and need to cancel bookings because of project issues or delays. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-236-YG, for Miami Beach Convention Center Bus Duct Replacement. JLM/KGB/MT/MS/AD T:\AGENDA\201S\January\PROCUREMENT\January 27th\lTB-2014-236-YG Miami Beach Convention Center Bus Duct Replacement - Memo.doc 138 THIS PAGE INTENTIONALLY LEFT BLANK 139 R9 NEW BUSINESS AND COMMISSION REQUESTS 140 r.-. ^-.--- City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov COMMISSION MEMORANDUM To: Mayor Philip Levine and Members of the City Commission FROM: Rafael E. Granado, City Clerk (b DATE: January 27,2015 \ SUBJECT: BOARD AND GOMMITTEE APPOINTMENTS - clTY GOMMISSION APPOTNTMENTS ADMINISTRATION RECOMMENDATION Make appointments as indicated. ANALYSIS The applicants that have filed with the Office of the City Clerk for the below At-Large appointments are included herein: BOARDS AND COMMITTEES 1. AFFORDABLE HOUSING ADVISORY COMMITTEE vAcANT CATEGORTES (7): . One citizen who is actively engaged in the residential home building industry in connection with affordable housing. . One citizen who is a representative of those areas of labor actively engaged in home building in connection with affordable housing. o One citizen actively engaged as an advocate for low-income persons in connection with affordable housing. . One citizen who is actively engaged as a not-for-profit provider of affordable housing. . One citizen who actively serves on the local planning agency pursuant to Florida Statute S163.3174 (Planning Board member). . One citizen who resides within the jurisdiction of the local governing body making the appointments. . One citizen who represents essential services personnel, as defined in the local housing assistance plan. Agenda rtem R? A Date /-27-l S141 possrBtE REAPPOINTMENTS TO BE MADE (2): . One citizen actively engaged as a for-profit provider of affordable housing. Muayad Abbas For Profit 12t31t2014 12t31fi1 . One citizen actively engaged in the banking or mortgage banking industry in connection with affordable housing. Juan Rojas Banking/Mortgage 12t9112014 12t31fi6 2. ART !N PUBLIC PLACES COMMITTEE vAcANT CATEGORTES (0): POSSTBLE REAPPOINTMENTS TO BE MADE @): . Members shall possess a high degree of competence in evaluation of art history and architectural history, art, architecture, sculpture, painting, artistic structure design and other appropriate art media for display or integration in public places. Cathy Byrd 12t31t2014 12t31t19JandaWetherington 12t31t2014 12t31t16SusanCaraballo 12t31t2014 12t31t18MeganRiley 12t31t2014 12t31t16 3. BUDGET ADVISORY COMMTTTEE vAcANT CATEGORY (1): . One At-Large Appointment for a certified public accountant. possrBtE REAPPoINTMENTS TO BE MADE (1): o One At-Large Appointment for a financial advisor. Brian Harris FinancialAdv. 12131t2014 12t31119 4. DESIGN REVIEW BOARD vAcANT CATEGORTES (2): . One landscape architect registered in the State of Florida. . An architect registered in the State of Florida or a member of the faculty of the school of architecture, urban planning, or urban design in the State, with practical or academic expertise in the field of design, planning, historic preservation or the history of architecture, or a professional. 142 5. HEALTH ADVISORY COMMITTEE vAcANT CATEGORTES (1): . One member shall be the Chief Executive Officer (CEO) from Miami Beach Community Health Center or his/her designee administrator. . One member shall be a physician or an individual with medical training or experience. possrBrE REAPPOINTMENTS TO BE MADE (5): o Two members shall be physicians. Dr. Stacey Kruger Physician 12t3112014 12t31t16 Dr. Jeremy Green Physician 12131t2014 12t31t19 . Two members shall be an administrator from an Adult Congregate Living Facility (ACLF), and/or an Assisted Living Facitity (ALF).RachelSchusfe ACLF 12t31t2014 12t31t16 Anthony Japour ACLF 12t31t2014 12t31t16 . One member shall be the chief executive officer (CEO's) or a designated administrator from Mount Sinai Medical Center. Sfeven Sonenreich CEO/Mt. Sinai 12131t2014 N/A 6. HISTORIC PRESERVATTON BOARD vAcANT CATEGORTES (1): o At-Large member who has resided in one of the City's historic districts for at least one year, and has demonstrated interest and knowledge in architectural or urban design and the preservation of historic buildings. possrBtE REAPP0INTMENTS TO BE MADE (3): . A representative from the Miami Design Preservation League (MDPL) selected from three names nominated by the League. Herb Sosa MDPL 12t31t2014 12t31t15 o fi representative from Dade Heritage Trust (DHT) selected from three names nominated by the Trust. Jane Gross Dade Heritage12t31t2014 12t31t16 . An At-Large member who has resided in one of the City's historic districts for at least one year, and have demonstrated interest and knowledge in architectural or urban design and the preservation of historic buildings. Dominique Bailleul At-Large 12t31t2014 12t31fi6 3 143 7. MIAM! BEACH CULTURAL ARTS COUNCIL vAcANT CATEGORTES (3): . To be appointed At-Large. POSSTBLE REAPPOINTMENTS TO BE MADE (1): . At-Large Melvin Gregory 12t31t2014 12t31t15 8. MIAMI BEACH HUMAN RIGHTS COMMITTEE vAcANT CATEGORTES (0): POSSTBLE REAPPOINTMENTS TO BE MADE (4): o To be appointed At-Large. Rachel Umlas 12t31t2014 12t31t18 Monica Harvey 12t3itA114 12t31t18RafaelTrevino 12t31t2014 12t31ti6 Amy Rabin 12t31t2014 12t3il19 9. NORMANDY SHORES LOCAL GOV. NEIGHBERHOOD IMPROVEMENT DISTRICT vAcANT CATEGORTES (0): possrBtE REAPPOINTMENTS TO BE MADE (3): . Composed of three members of the Executive Committee of Normandy Shores Homeowner Association. Ronald Loring 12t31t2014 N/A John Bowes 12t31t2014 N/A Mark Wojak 12t31t2014 N/A 10. PARKS AND RECREATIONAL FACILITIES BOARD vAcANT CATEGORTES (0): POSSTBLE REAPPOINTMENTS TO BE MADE (3): o Tennis: A member who has demonstrated a high degree of interest, participation and/or expertise in the sport of tennis. Chris Growald Tennis 12131t2014 12t31t21 o Youth Center: A member having an affiliation with the city's youth centers, with one member affiliated with the Scott Rakow Youth Center (SRYC), and one member with the North Shore Park Youth Center (NSPYC). StephanieRosen NSPYC 12t31t2014 12t31t19 o Golf: A member who has demonstrated a high degree of interest, participation and/or expertise in the sport of golf. Ronald Krongold Golf 12t31t2014 12t31t19 144 11. PERSONNEL BOARD (5/7th Vote Required) vAcANT CATEGORTES (0): possrBtE REAPPOINTMENTS TO BE MADE (3): o Citizens of Miami Beach vocation. Mojdeh Khaghan Gabriel Paez LoriGold not in the employment of the city, each having a different 12t31t2014 12t31t16 12t31t2014 12t31t15 12t31t2014 12t31t18 12. PLANNING BOARD vAcANT CATEGORTES (0): possrBrE REAPPOINTMENTS TO BE MADE (0): . One architect registered in the State of Florida; or a member of the faculty of a school of architecture in the State, with practical or academic expertise in the fietO of design, planning, historic preservation or the history of architecture; or a landscape architect registered in the State of Florida; or a professional practicing in the fields of architectural or urban design, or urban planning. J ean-F rancoi s Leje u n e Architect 12t31t2014 12t31t17 13. VISITOR AND GONVENTION AUTHORITY vAcANT CATEGORTES (1): o At-Large - none of whom shall be representative of the hotel industry. POSSTBTE REAPPOINTMENTS TO BE MADE (2): o A representative of the hotel industry. Margaret Benua Hotel lndustry 1213112014 12131t17 o At-Large - none of whom shall be representative of the hotel industry Aaron Perry At-Large 12t31t2014 12t31t16 Please see the 'Agenda - Agenda Archives" for the continuously updated Releases of City Commission At-Large Nominations listing current information about wnicn applicants have actually been nominated. The Agenda-Agenda Archives website is located at: http://m iam ibeachfl.qov/citvclerUscroll. aspx?id=7796 1 Alternatively, the Releases can be found by going to the City's main portal located at http://nliamibeachfl.oov; and under the City Clerk section, located on ihe bottom right hand side ofthe webpage, click on the "Agenda Archives" link; thereafter choose the first listed Commission meeting and click on City Commission At-Large Nominations. 5 145 Board and Committees Current Members Affordable Housing Advisory Committee sec.2-167 Composition: The committee shall consist of eighteen (18) voting members with two-year terms. Seven (7) members of the Affordable Housing Advisory Committee shall be direct appointments, one made by the Mayor and each commissioners. The direct appointee shall either be:(i) a resident of a locally designated community development target area for a minimum of six months; or(ii) demonstrate ownership/interest for a minimum of six months in a business established in a locally designated community develoment target area for a minimum of six months. The remaining eleven (11) members shall be appointed at large by a majority vote of the Mayor and City Commission, as follows: One citizen: 1) One citizen actively engaged in the residential home building industry in connection with affordable housing; 2) One citizen actively engaged in the banking or mortgage banking industry in connection with affordable housing; 3) One citizen who is a representative of those areas of labor actively engaged in home building in connection with affordable housing; 4) One citizen actively engaged as an advocate for low-income persons in connection with affordable housing; 5) One citizen actively engaged as a for-profit provider of affordable housing; 5) one citizen actively engaged as a not-for-profit provider of affordable housing; 7) One citizen actively engaged as a real estate professional in connection with affordable housing; 8) One citizen who actively serves on the local planning agency pursuant to Florida Statute 9163.3174 (Planning Board member); 9) One citizen who resides within the jurisdiction of the local governing body making the appointments; 10) One citizen who represents employers within the jurisdiction; 11) One citizen who represents essential services personnel, as defined in the local housing assistance plan. If the city, due to the presence of a conflict of interest by prospective appointees, or other reasonable factor, is unable to appoint a citizen actively engaged in these activities in connection with affordable housing, a citizen engaged in the activity without regard to affordable housing may be appointed. City Liaison: Richard Bowman Appointments To Be Made : Mayela Mueller Muayad Abbas Juan Rojas Vacancy: (5) For Profit (2) Banking/Mortgage 1213112014 Mayor Philip Levine 1213112014 City Commission 1213112014 City Commission 12131t21 12t31t17 12131t16 To replace (6) Not for profit I2l3Ll2Ol4 City Commission Stephanie Berman To reprace Robert (1) Res. Home Brdg. L2l3L/zoL4 city commission Saland Friday, January 23,2015 page 2 of13 146 Board ond Committees Current Members To replaee Adrian Adorno To replace Frank Kruszewski To Replace David Smith To replace Karen Fryd To replace Jeremy Glazer (9) Res. Juris Local Gov (8) Local Planning (3) Rep. Labo H. Bld. (11) Rep. Essential Ser. (4) Low-lncome Adv l2l3ll20l5 City Commission L2l3ll20l6 City Commission L2l3Ll20l6 City Commission L2/3L120I5 City Commission l2l3ll20l5 City Commission Members: Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Alexander Jane Karen Keren Laurence Michael Seth Suzanne Orlofsky Hayes Fryd Bajaroff Herrup Bernstein Feuer Hollander 12t31t2015 12131t2015 't2t31t2015 12131t2016 (10) Rep. Empl. With/jurisdic 1213112015 12t31t2015 12t31t2016 (7) Real Estate Professional 1213112015 CommissionerMickySteinberg 1213112'l Commissioner Jonah M. Wolfson '12131121 CommissionerJoyMalakoff 12131121 Commissioner Ed Tobin City Commission 12131t22 12131t15 Commissioner DeedeWeithorn 12131121 CommissionerMichaelGrieco 1213'1121 City Commission 12131t19 Applicants Position/Title Applicants Position/Title Britta Hanson Dr. Barry Ragone Gotlinsky Barbara Howard Weiss Joseph Landesman Lawrence Raab Stephanie Berman Dale Gratz Eric Lawrence Guy Simani Jordan Nadel Josephine Pampanas Prakash Kumar Friday, January 23, 2015 Page j of13 147 Boord ond Committees Curuent Members Art in Public Places sec.82-561 Composition: Two (2) year term. Appointed by a minimum of 4 votes. Seven (7) members to be appointed by a majority of the entire City Commission, and who shall possess a high degree of competence in evaluation of art history and architectural history, aft, architecture, sculpture, painting, artistic structure design and other appropriate art media for display or integration in public places. City Liaison : Dennis Leyva Appointments To Be Made : Cathy Byrd 12t31t2014 City Commission 12t31t19 Janda Wetherington 1213112014 City Commission 12131116 Megan Riley 12131120'14 City Commission 12131116 susan caraballo 1213112014 City Commission 12131t19 Members: Name Last Name Position/Title Term Ends: Appointed by: Term Limit: chana Sheldon 1213112015 city commission 12131119 Ombretta Agro Andruff 1213112015 City Commission 12131119 Patricia Frost '1213'lt2o15 city commission 12131t19 Applicants Position/Title Applicants Position/Title Adrian Gonzalez Alexander Orlofsky Carolyn Baumel Dale Stine Francinelee Hand Keren Bajaroff Leslie Tobin Michael McManus Mirta Limonta Scott Robins Vanessa Menkes Adrienne Krieger Allee Newhoff Cindy Brown Elizabeth Schwartz Francis Trullenque Laura Levey Lori Nieder Michelle Ricci Monica Matteo-Salinas Susan Schemer Veronica Camacho Friday, January 23, 2015 Page 4 of13 148 Board and Committees Current Members Budget Advisory Committee Sec.244 Composition: Nine (9) memberc. Seven (7) direct appointmenb with Mayor and each Commissioner making one (1) appointment. Two (2) at-large appointments: one (1) ceftified public accountant and one (1) for a financial advisor. Please see the "Agenda - Agenda Archives" for the continuously updated Releases of City Commission At-Large Nominations listing current information about which applicants have actually been nominated. The Agenda - Agenda Archives website is located at http ://m ia m ibeachfl . gov/citycler(scroll.aspx?id=7 2497 Alternatively, the Releases can be found by going to the City's main portal located at http://miamibeachfl.gov; and under the CITY MEETINGS section, located on the right hand side of the webpage, click on the 'Agenda - Agenda Archives" link; thereafter choose the first listed Commission meeting, and click on City Commission At-Large Nominations. City Liaison: John Woodruff Appointments To Be Made: Brian Hanis Vacancy: Members: Financial Adv To replacc Marc C.P.A. Gidney 1213112014 City Commission L213L12076 City Commission 12t31t19 Name Last Name Position/Title Term Ends: Appointed by:TermLimit: David Dushan Jack John Julio Ronald Stephen Lancz Koller Benveniste Gardiner Magrisso Starkman Zack 12t31t2016 12t3112015 12t31t2015 12t31t2015 12t31t2016 12t31t2016 12t31t20't5 CommissionerDeedeWeithorn 1213'1118 Commissioner Jonah M. Wolfson 12131115 CommissionerJoyMalakoff 12131115 CommissionerMichaelGrieco 12131116 Commissioner Ed Tobin 12131121 CommissionerMickySteinberg 12131121 Mayor Philip Levine 12131122 Applicants Position/Title Applicants Position/Title Bryan Rosenfeld Dwight Kraai Guy Simani John Bowes Michael Levine Noah Fox Robert Schwartz Carl Linder Elliott Alhadeff Jason Witrock Mario Coryell Mirta Limonta Regina Suarez Friday, January 23, 20 I 5 Page 7 of13 149 Board and Committees Current Members Design Review Board Composition: Two (2) year term. Appointed by a minimum of 4 votes. Seven (7) regular members. The seven (7) regular members shall consist of: 1) two architects registered in the United States; 2) an architect registered in the state of Florida or a member of the faculty of the school of architecture, urban planning, or urban design in the state, with practical or academic expertise in the field of design, planning, historic preservation or the history of architecture, or a professional practicing in the fields of architectural design, or urban planning; 3) one landscape architect registered in the state of Florida; 4) one architect registered in the United States, or a profesional practicing in the fields of architectural or urban design, or urban planning, or a resident with demonstrated interest or background in design issues; or an attorney in good standing licensed to practice law within the United States; and 5) two citizens at large. One person appointed by the City Manager from an eligibility list provided by the Disability Access Committee shall serve in an advisory capacity with no voting authority. The Planning Director, or designee and the City Attorney or designee shall serue in an advisory capacity. Residency and place of business in the county. The two (2) citizen-at-large members and one of the registered landscape architects, registered architects, professional designer or professional urban planners shall be residents of the city. City Liaison: Deborah Tackett Vacancy: Sec.118.71 To replace Vincent Landscape Architect Filigenzi To replace Edgar Faculty Position Sarli L2l3Il20tS City Commission t2l3!20t6 City Commission Members: Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Annabel Carol Elizabeth John Kathleen Eve Boutsis Thomas Mooney Vacant Delgado- Registered Architect Harrington Housen At-large Camargo Registered Architect Turchin At-Large Phang Attorney advisory/City Attorney Designee advisory/ Planning Dept. Director ex-officio/Disability Access Committee 12t31t2015 12131120'.t6 't2t31t2015 12t3112015 12t3112016 City Commission City Commission City Commission City Commission City Commission 12t31t19 12t31t16 12t31119 12t31t19 12t31t't9 Applicants Applicants Position/TitlePosition/Title Page 12 of 1j (Continued.... Andres Asion Brian Ehrlich Clotilde Luce Friday, iinuary 23, 2t01 i Alexander Orlofsky Bradley Colmer Bryan Rosenfeld Daniel Hertzberg 150 Board and Committees Current Members David Kahn Deena Bell Jean-Francois Lejeune Jeffrey Feldman Jessica Conn Marina Novaes Michael Steffens Seth Frohlich Stacy Kilroy Terry Bienstock Victor Morales Deborah Castillo Francinelee Hand Jeffrey Cohen Jennifer Lampert Joseph Furst Matthew Krieger Nelson Fox Seth Wasserman Suzanne Hollander Victor Ballestas Frtday, January 23, 2015 Page 13 of43 151 Board and Committees Current Members Health Advisory Committee Sec.2{1 2002- a?Et Composition: Eleven (11) voting members. Appointed by the City Commission at-large, upoi recommendations of the City Manager: One (1) member shall be the chief executive officer (CEO's) or a designated administrator from Mount Sinai MedicalCenter, One (1) member shall be the Chief Executive Officer (CEO) from Miami Beach Community Health C.enter or his/her designee administrator; Two (2) members shall be an administrator from an Adult Congregate Living Facility (ACLF), and/or an Assisted Living Facility (ALF); One (1) member shall be a representative from the nursing profession; One (1) member shall be a health benefits provider; Two (2) members shall be physicians; Two (2) members shall be consumers consisting of: 1) one (1) individual from the corporate level and; 2) one (1) private individual. One member shall be a physician or an individual with medical training or e><perience. There shall be one (1) non-voting ex-officio representative from each of the following: The Miami Dade County Health Department, the Health Council of South Florida, and the Fire Rescue Depaftnent. The director of the Office of the Children's Affairs shall be added as a non-voting ex- officio member of the board. City Liaison: Sonia Bridges Appointments To Be Made: Rachel Schuster ACLF Dr. Stacey Kruger Physician Anthony Japour ACLF Dr. Jeremy Green Physician Steven Sonenreich CEO/MI. Sinai/MH (NTL) Vacancy: Vacant CEO/MB Comm. Health Dr. Andrew Nullman Physician Membens: 1213112014 City Commission 1213112014 City Commission 1213112014 City Commission 1213112014 City Commission 12131120'14 City Commission L2l3Ll20l5 City Commission 1213112016 City Commission 12131t16 12t31t16 12131t16 12t31t19 Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Dr. Daniel Dr. David Dr. Todd Tobi Julie Zaharatos Maria Ruiz Nixon Farcy Narson Ash Corporate lndividual Private lndividual Health Provider Nursing Profession Rep. from the Health Council of South Fla ex-officio, Director of Children's Affairs 12t31t2015 12t31t2015 12t31t2015 12t3',U2015 City Commission City Commission City Commission City Commission 12t3'U19 12t31t19 12t31t't6 12t31115 Applicants Applicants Position/TitlePosition/Title Page 17 of13 Christine Butler Dr. Richard Cuello-Fuentes Kara White Friday, iiniary 23, 2015 Dr. Michael Hall, Jared Plitt Zachary Cohen 152 Board and Committees Current Members Historic Preseruation Board Sec.118-101 Composition: Two (2) year term. Appointed by a minimum of 4 votes. Seven (7) members. There shall be a member from each of the following categories: 1) A representative from the Miami Design Preseruation League (MDPL) selected from three names nominated by the League. 2) A representative from Dade Heritage Trust (DHT) selected from three names nominated by the Trust. 3) Two at-large membem who have resided in one of the City's historic districts for at least one year, and have demonstrated interest and knowledge in architectural or urban design and the preseruation of historic buildings. 4) An architect registered in the state of Florida with practical experience in the rehabilitation of historic structures; 5) An architect registered in the United States, a landscape architect registered in the state of Florida, a professional practicing in the field of architectural or urban design or urban planning, each of the foregoing with practical experience in the rehabilitation of historic structures; or an attoiney at law licensed to practice in the United States, or an engineer licensed in the state of Florida, each of the foregoing with professionat experience and demonstrated interest in historic preseruation. 6) A member of the faculty of a school of architecture in the state of Florida, with academic expeftise in the field of design and historic preservation or the history of architecture, with a preference for an individual with practical e><perience in architecture and the preseruation of historic structures. All members of the board except the architect, engineer, landscape architect, professional practicing in the field of architectural or urban design or urban planning and university faculty member of the board shall be residents of the city, provided; however, that the City Commission may waive this requirement by a 5/7ths vote in the event a person not meeting these residency requirements is available to serue on the board and is e><ceptionally qualified by training and/or experience in historic preservation matters. City Liaison: Debble Tackett Appointments To Be Made: Dominique Bailleul At-large 1213112014 City Commission 1213112014 City Commission 1213112014 City Commission L2l3ll20L6 City Commission Gross Dade Heritage 12t311',t6 12t31116 12t31t15Herb Sosa MDPL Vacancy: To replace At-large Josephine Manning Members: Name Last Name Position/Title Term Ends: Appointed by:Term Limit: David John wyn Wieder Stuart Bradley Attorney Registered Architect Faculty Member 12131t2015 12t31t2015 12t31t20't5 City Commission City Commission City Commission 12t31t15 12t31t19 '12131t19 Applicants Applicants Position/TitlePosition/Title Page 20 of 43 (Continued.... Bradley Colmer Dona Zemo Jean-Francois Lejeune Jennifer Lampert FtiA"ay, i;;;ary" 2 3, i ii;- Deborah Castillo Elizabeth Camargo Jeffrey Cohen Kathleen Phang 153 Board and Committees Curuent Members Marina Novaes Michael Steffens Raymond Adrian Richard Kimball Scott Needelman Mark Alhadeff Neal Deputy Richard Alhadeff Sam Rabin Jr. William Lane F,i day,- i;;; a4, 2 3, i'iii{Page 21 of13 154 Board and Committees Curuent Members Miami Beach Cultural Arts Council Sec. 2-51 Composition: Three (3) year term. Vacancies submitted by slate of candidates provided by the council. Eleven (11) members to be appointed at-large by a majority vote of the Mayor and City Commission. Effective December 3L, 200L, concurrent with the expiration of the terms of six (6) members of the council, and the resulting vacancies thereon, three (3) members shall be appointed for three (3) year terms each, provided that one of those appointments shall be to fill the vacancy of the one (1) year term expiring on December 31, 2001, and three (3) members shall be appointed for two (2) year terms each. Additionally, effective December 3L,2002, no council member may serve more than six (6) consecuUve years. City Liaison: Gary Farmer Appointments To Be Made: Gregory Melvin Vacancy: To replace Eda Valero-Figueira To replace Zoila Datone To replace Alan Randolph Members: 1213112014 City Commission L2l3Ll20L6 City Commission l2l3u20t6 City Commission 1213L12016 City Commission 12t31115 Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Beatrice Charles lleana Marjorie Merle Richard Susan Hornstein Million Bravo-Gordon O'Neill-Buttler Weiss Alhadeff Schemer 12t3112015 12t31t2016 12131t2015 12t3112015 12t31t2015 1213112016 12t31t2016 City Commission City Commission City Commission City Commission City Commission City Commission City Commission 12t31t15 12131117 12t3',U19 12t31t15 12t31117 12t31t19 12t31t19 Applicants Position/Title Applicants Position/Title Allee Newhoff Dale Gratz Eleanor Ellix Eugenio Cabreja Janda Wetherington Joanna Popper Kevin Kelsick Mark Balzli Monica Harvey Otiss (Arah) Lester Richard Kimball Vanessa Menkes Bradley Ugent Dr. Daniel Nixon Elliott Alhadeff lsrael Sands Jenna Ward Kara White Marian Del Vecchio Michael McManus Monica Matteo-Salinas Pedro Menocal Sam Rabin Jr. Wesley Castellanos Frtdoy, Januory 23, 2015 Page 28 of13 155 Board and Committees Current Members Miami Beach Human Rights Committee Composition: The committee shall consist of a minimum of five (5) and a maximum of eleven (11) members, with one (1) out of every five (5) members, to be a direct appointment by the Mayor, and with the remaining members to be at-large appointments of the City Commission. The members of the committee shall reflect as nearly as possible, the diversity of individuals protected under the City's Human Rights Ordinance. In keeping with this polig, not less than two (2) months prior to making appointments or re-appointments to the committee, the City Manager shall solicit nominations from as many public seryice groups and other sources, which he/she deems appropriate, as possible. At least one (1) of the committee members shall possess, in addition to the general qualifications set forth herein for members, a license to practice law in the State of Florida; be an active member of and in good standing with the Florida Bar, and have experience in civil rights law. The attorney member shall also serye as chair of the committee. City Liaison: Marcia Monserrat Appointments To Be Made : Rachel Umlas Monica Harvey Rafael Trevino Amy Rabin Members: 1213112014 City Commission 12131120'14 City Commission 1213112014 City Commission 1213112014 City Commission 12t31t18 12131t18 12t31t16 12131t19 Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Alan Bradley David lvan Walker William Fishman Ugent Mardini Cano Burttschell Warren Jr. 't2t31t2015 12t31t2015 12t3'U2016 12131t2015 12131t2015 12t3112015 City Commission City Commission Mayor Philip Levine City Commission City Commission City Commission 12t31t16 12131t18 '12131t22 12131t19 12t31t16 12t31t19 Applicants Position/Title Applicants Position/Title Andrea Travaglia Deborah Robins Janed Relling Lisa Almy Rafael Leonor Christine Butler Dr. Andrew Nullman Lisa Almy Michael Levine Stephen Fox, Jr. Fiday, January 23, 2015 Page 29 oflj 156 Board ond Committees Cunent Members Normandy Shores Local Gov. Neighborhood Impv. Composition: The Advisory Council shall be appointed by the Board of Directors (City Commission) and composed of three members of the Executive Committee of the Normandy Shores Homeowner Association. On behalf of the Board of Directors, the City Clerk shall solicit from the Executive Committee the eligibity list of its members for appointment consideration. The Advisory Council shall be composed of the three members of the Executive Committee of the Normandy Shores Homeowners Association as per Resolution No.97-22449 adopted July 2, L997. Sec 34-175 City Liaison: John Woodruff Appointments To Be Made: Ronald Loring John Bowes Mark Wojak Members: 1213112014 City Commission 1213112014 City Commission 1213112014 City Commission Sec. 34-1. Sec 34-17 Sec 34-1 7 Name Last Name Position/Title Term Ends: Appointed by:Term Limit: 1213112016 City Commission Sec.34-175 Applicants Position/Title Applicants Position/Title Lori Nieder Fidoy, January 23,2015 Page 32 of13 157 Board and Committees Curuent Members Parks and Recreational Facilities Board Soc. 2-171 Composition: The Parks and Recreational Facilities Board shall be comprised of thifteen (13) voting members: Seven (7) direct appointments made by the Mayor and each commissioner. Six (6) at-large appointments as follows: Youth Center: Two (2) members having an affiliaUon with the city's youth centers, with one member affiliated with the Scott Rakow Youth Center, and one member with the North Shore Park Youth Center. Golf: Two (2) members who have demonstrated a high degree of interest participation and/or expeftise in the sport of golf. Tennis: Two (2) members who have demonstrated a high degree of interest participation and/or e><peftise in the sport of tennis. Members of the board shall demonstrate interest in the city's parks and recreational facilities and programs through their own participation or the participation of a member of their immediate family. Consideration should also be given to individuals who have special knowledge or background related to the field of parks and recreation. City Liaison: Elizabeth Valera Appointments To Be Made : Chris Growald Stephanie Rosen Ronald Krongold Membens: Tennis No. Shore Park Youth Ct. Golf 1213112014 City Commlssion 1213112014 City Commission 1213112014 City Commission 12t31t21 12t31t19 12t31119 Name Last Name Position/Title Term Ends: Appointed by:Term Limit: Dana David Eliane Harriet Jenifer Jonathan Lee Leslie Lori Paul Turken Berger Soffer Halpryn Caplan Groff Zimmerman Graff Nieder Stein 12t31t2015 12t31t2015 12t3112015 12t31t2016 't2t31t2015 12t31t2016 12131t2015 't2t3'U2016 12131t2015 12t31t2i',t6 City Commission City Commission Scott Rakow Youth Ct. Tennis TL 12t31t2015 Golf TL 12t31t2015 12131t't9 12t311'19 CommissionerMichaelGrieco 12131121 Commissioner Jonah M. Wolfson 12131115TL City Commission 12t31t19 CommissionerDeedeWeithorn'12131117 CommissionerJoyMalakoff '12131121 Commissioner Ed Tobin 12131t15 TtL CommissionerMickySteinberg 12131121 Mayor Philip Levine 12t31t21 Applicants Position/Title Applicants Position/Title Beverly Heller Chris Growald Daniel Nagler Joseph Conway Lindsay Genet i,rdaii;""ory 2i;1tri3 Bruce Reich Christopher Todd Eneida Mena Joseph Hagen Mark Balzli Page 33 of 13 (Continued.... 158 Board ond Committees Curuent Members Mojdeh Khaghan Sam Rabin Jr. Wesley Castellanos Frtday, January 23, 2015 Nawaz Gilani Tiffany Heckler Page 31 of13 159 Boord and Committees Current Members perSOnnel BOard sec.2-1e0.66 Composition: Ten (10) members appointed by a 5/7 vote. Six (6) of which shall be citizens of Miami Beach not in the employment of the city, each having a different vocation; and three (3) regular employees of the City of Miami Beach, to be elected by the probationary and regular employees of the city and who shall be elected from the employees of regular status in the respective groups: Group I shall consist of the employees of the Police Department, Fire Department and Beach Patrol Department, Group II shall consist of employees who are in clerical and executive positions, Group III shall consist of all other employees, The Personnel Director is a non-voting member. City Liaison: Sylvia Crespo-Tabak Appointments To Be Made: Mojdeh Khaghan 1213112014 City Commission 12191t16 Gabriel Paez 12131t2014 City Commission 12131t15 Lori Gold 12131t2014 City Commission 12131t18 Members: Name Last Name Position/Title Term Ends: Appointed by: Term Limit: lvette lsabel Borrello Mafthew Krieger Rosalie Pincus Alex Bello eleded7l3Ll2014 exp. 7l3ll20t7 Group I Eduardo Carranza eleded812912014 exp. 07l3Ll2OL6 croup U Evette Phillips eledd7l09l2012 exp. 713112015 Group III Sylvia Crespo-Tabak Human Resources Director 1213112015 City Commission 12131t19 1213112015 City Commission 12131119 1213'112015 City Commission 12131115 Applicants Position/Title Applicants PositionlTitle Christine Butler Michael Perlmutter Richard Preira Dr. Elsa Orlandini Nancy Wolcott Fiday January 23,2015 Page 35 of13 160 Board and Committees Current Members Planning Board Sec' 118-51 Composition: Two (2) year term. Appointed by a minimum of 4 votes. Seven (7) regular voting members. The voting members shall have considerable experience in general business, land development land development practices or land use issues; however, the board shall at a minimum be comprised of: 1) one architect registered in the state of Florida; or a member of the faculty of a school of architecture in the state, with practical or academic expertise in the field of design, planning, historic preseruation or the history of architecture; or a landscape architect registered in the state of Florida; or a professional practicing in the fields of architectural or urban design, or urban planning; 2) one developer who has experiene in developing real property; or an attorney in good standing licensed to practice law within the United States. 3) one attorney licensed to practice law in the state of Florida who has considerable experience in land use and zoning issues; 4) one person who has education and/or experience in historic preservation issues. For purposes of this section, the term "education and/or e><perience in historic preservation issues" shall be a person who meets one or more of the following criteria: A) Has eamed a college degree in historic preseruation; B) Is responsible for the preservation, revitalization or adaptive reuse of historic buildings; or C) Is recognized by the city commission for contributions to historic preseruation, education or planning; and 5) three persons who are citizens at large or engaged in general business in the city No person o<cept a resident of the city, who has resided in the city for at least one year shall be eligible for appointment to the planning board. The City Commission may waive the residency requirements by a 5/7ths vote in the event a person not meeting these requirements is available to serve on the board and is exceptionally qualified by training and/or experience. City Liaison: Michael Belush Appointments To Be Made : Jean-Francois Lejeune Architect 1213112014 City Commission 12131117 Members: Name Last Name Position/Title Term Ends: Appointed by: Term Limit: Brian Elias General Business 1213112015 City Commission 12131119 Jack Johnson Historic Preservation 1213112016 City Commission '12131118 Jeffrey Feldman Developer 1213112015 City Commission 12131t19 Jonathan Beloff Attorney 1213112015 City Commission 12131115 Randolph Gumenick General Business 1213112015 City Commission '12131119 Reagan Pace General Business 1213112016 City Commission 1213'1120 Applicants Position/Title Applicants Position/Title Andres Asion Christine Florez Daniel Veitia David Wieder Dominique Bailleul James Silvers Jeffrey Cohen Brian Ehrlich Daniel Hertzberg David Kahn Deborah Castillo Jack Benveniste Jared Galbut Jennifer Lampert Frlday, January 23, 2015 Page 36 of 13 (Continued.... 161 Boord and Committees Current Members Jessica Conn Madeleine Romanello Mark Alhadeff Nelson Fox Richard Alhadeff Seth Frohlich Frfduy, Januory 23, 2015 Kathleen Phang Marina Novaes Muayad Abbas Noah Fox Robert Sena Suzanne Hollander Page 37 of13 162 Board and Committees Curuent Members Visitor and Convention Authority sec' 102'246 Composition: Two (2) year term. Appointed by a minimum of 4 votes. Seven (7) member who shall be permanent residents of Miami-Dade County. The seven (7) members of the authority shall be representative of the community as follows: 1) Not less than two (2) nor more than three (3) members shall be representative of the hotel industry; 2) and the remaining members none of whom shall be representative of the hotel industry, shall represent the community at-large. Any member of the authority or employee therefore violating or failing to comply with provisions of this article shall be deem to have vacated his office or position. City Liaison: Grisette Roque. Appointments To Be Made: Margaret (Peggy Benua Hotel lndustry 1213112014 City Commission jzt31t17 Aaron Perry At-Large 1213112014 City Commission 12t31116 Vacancy: To replace Steven At-Large LZl3Ll20L6 City Commission Adkins Membens: Name Last Name Position/Title Term Ends: Appointed by: Term Limit: Adrian Gonzalez At-Large Daniel Hertzberg At-Large Stephen Hertz At-Large Tim Nardi Hotel lndustry 1213112015 City Commission 12131119 Applicants Position/Title Applicants Position/Title 1213112015 City Commlssion 12131/19 1213112015 City Commission 121311'19 1213112015 City Commission 12131119 Charles Million Dona Zemo Jared Galbut Kristen Rosen Gonzalez Matthew Krieger Christy Farhat Heather Davis Jeffrey Graff Laurence Herrup Seth Feuer Page 13 of13 163 63 I rBlD&Y,iAt{JAF 16.:06 rrl m*'rithrdd..oill I l$rlG XB&D r --..-. n NOTICE OF LAND USE BOARD VACANCY DESIGN REVIEW BOARD:: tel5.:015 Al,iAt*lBIACH The City of Miarni Beach is currently seeking applications to frll tvvovacancies in the Design Beview Board. The Design Heview Board is cornposed of seven rnernbers. The curre'rtvacancies are for the following categoriesl . An architect registered in the State of Florida or a rnember of the faculty of a school of architecture, urban planning or urban design in tlre state, with practical or academic expertise in me freld of desrgn, planning, historic preservation or the history of architecture, or a professionar practicing in the ftelds of architectural design or urban planning, and . A landscape architect registered in the State of Rorida. The Design Review Board has the following powers and dutiesl 1. To promote excellence in urban design 2. To review all applications requiring design review approval for all properties not located within a designated historic oistrict or not designated as a historic ste For works of art rn the Art Ln Public Places prograrn. the Design Review Board shall serve as advisor to the City Co,.nmission, and may impose binding criteria. as provided in Chapter 82 article Vll, Art in Public Places, Divison 4, Procedures. 3. To prepare and recommend adoption of design plans pertaining to neighborhood studies. 4. Tt hear and decide.appeals of the Plannlng Director when deciding matters pursuant to section 118-260. The Desrgn Revrew Board is a quasr-judrcial board, whose members are appointed with the concurrence of at least four members of the City Cornmission. The mernbers of th6 Design Revi.ew Board are subject to all applicable. State, County and City ethics laws, as well as Section 2-21 through 2-21 and Sections 118-71 through 118-77 of the Mrami Beach Crry Code. lnterested persons with applicable backgrounds may submit their application, resume, photograph and professional license{s) at http /lsecure.rnra-nibeachfl.govrbcapp/t,acupload aspx or in person at the Offrce of the Ciry Clerk. 1700 Gonventon Center Drive, Miarnl Beach, FL 33139. All Board or Committee rnembers serve u/ithout compensatlon. All Board or Comrnittee members receive an annual parking pass. Rafael E. Granado, City Cterk City of Miami Beach 164