Loading...
LTC 491-2015 Update on RFP 2016-062-KB for Design Build Services for West Ave. Bridge CI_ MIAMI BEACH OFFICE OF THE CITY MANAGER NO. LTC# 491-2015 LETTER TO COMMISSION TO: Mayor Philip Levine and Members of the City Commission FROM: Jimmy Morales, City Manage (L.-- DATE: December 31, 2015 SUBJECT: Update on Request for Proposals (RFP)2016-062-KB for Design Build Services for the West Avenue Bridge Project The purpose of this Letter to Commission is to provide an update to the Mayor and City Commission regarding the above-referenced RFP,which seeks proposals from qualified parties to provide design build services for the West Avenue Bridge Project. On December 16, 2015, the City Commission directed the Administration to prepare and issue an RFP seeking proposals for design build services for the West Avenue Bridge Project over the Collins Canal, and pedestrian bridge at Lincoln Court as a possible additional item. The City Commission also directed the Administration to provide a copy(attached)of the RFP once it was released. The RFP was released on December 29, 2015. The Public Works Department is currently coordinating with Miami-Dade County to ensure we are in compliance with the current Joint Program Agreement(JPA)so we can receive the County's funding participation. Please do not hesitate to contact me if any questions. JLM/ BAM/WRB/LJS n MIAMI BEACH SECTION 0100 PUBLIC NOTICE PUBLIC NOTICE 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL Sealed proposals will be received until 3:00 PM on February 10, 2016 at the following address: City of Miami Beach, Department of Procurement, 3rd Floor, 1755 Meridian Avenue, Miami Beach, Florida 33139. The City of Miami Beach, Florida, is seeking proposals for design build services relating to the West Avenue Bridge over the Collins Canal (the "Project"). The Design Build Firm will be responsible for the design, construction and construction management of the West Avenue Bridge over Collins Canal and the reconstruction of Dade Boulevard. The scope of work also includes street lighting, pedestrian lighting, signing and pavement markings, a new vehicular and pedestrian signal at Dade Boulevard and West Avenue, utility relocation and/or adjustments and drainage. In addition, the City, at its option, may elect to add the Lincoln Court Pedestrian Bridge as part of the Project. A Pre-proposal Meeting is scheduled for January 7, 2016 @ 10:00AM. at the following address: City of Miami Beach, Procurement Department Conference Room, 1755 Meridian Avenue, 3RD Floor, Miami Beach, Florida 33139 Attendance (in person or via telephone) is as a source of information. Respondents interested in participating in the Pre-Proposal Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578# All questions or requests for clarifications must be received by the Department of Procurement in writing to Kristy Bada, via e-mail: kristybada @miamibeachfl.gov, with a copy to the City Clerk's office, Rafael E. Granado via email: rafaelgranado @miamibeachfl.gov no later than ten (10)calendar days prior to the scheduled RFQ due date. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR QUALIFICATIONS IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510. Sincerely, Kristy Bada Contracting Officer II Procurement Department RFP 2016-062-KB 3 REQUEST FOR PROPOSALS ( REP DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL 2016-062-KB RFP ISSUANCE DATE: DECEMBER 28, 2015 PROPOSALS DUE: FEBRUARY 10, 2016 @ 3:00 PM ISSUED BY: KRISTY BADA A KRISTY BADA, CONTRACTING OFFICER II DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x6218 I www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 PUBLIC NOTICE 3 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 4 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 13 0400 PROPOSAL EVALUATION 15 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 26 APPENDIX D SAMPLE CONTRACT 30 APPENDIX E COST PROPOSAL FORM 32 APPENDIX F INSURANCE REQUIREMENTS 35 APPENDIX G DESIGN CRITERIA PACKAGE 37 • RFP 2016-062-KB 2 �► MIAMI BEACH SECTION 0100 PUBLIC NOTICE PUBLIC NOTICE 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL Sealed proposals will be received until 3:00 PM on February 10, 2016 at the following address: City of Miami Beach, Department of Procurement, 3rd Floor, 1755 Meridian Avenue, Miami Beach, Florida 33139. The City of Miami Beach, Florida, is seeking proposals for design build services relating to the West Avenue Bridge over the Collins Canal (the "Project"). The Design Build Firm will be responsible for the design, construction and construction management of the West Avenue Bridge over Collins Canal and the reconstruction of Dade Boulevard. The scope of work also includes street lighting, pedestrian lighting, signing and pavement markings, a new vehicular and pedestrian signal at Dade Boulevard and West Avenue, utility relocation and/or adjustments and drainage. In addition, the City, at its option, may elect to add the Lincoln Court Pedestrian Bridge as part of the Project. A Pre-proposal Meetin is scheduled for January 7, 2016 10:00AM. at the following address: City of Miami Meeting rY � @ 9 Y Beach, Procurement Department Conference Room, 1755 Meridian Avenue, 3RD Floor, Miami Beach, Florida 33139 Attendance (in person or via telephone) is as a source of information. Respondents interested in participating in the Pre-Proposal Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578# All questions or requests for clarifications must be received by the Department of Procurement in writing to Kristy Bada, via e-mail: kristybada@miamibeachfl.gov, with a copy to the City Clerk's office, Rafael E. Granado via email: rafaelgranado@miamibeachfl.gov no later than ten (10)calendar days prior to the scheduled RFQ due date. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR QUALIFICATIONS IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510. Sincerely, Kristy Bada Contracting Officer II Procurement Department RFP 2016-062-KB 3 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) 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 RFP 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 RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The Design Build Firm will be responsible for the design, construction and construction management of the West Avenue Bridge over Collins Canal and the reconstruction of Dade Boulevard. The City, at its option, may elect to add the Lincoln Court Pedestrian Bridge as part of this project so Design Build Firm shall provide a separate proposal for the design, construction management and construction of the pedestrian bridge and its approaches. The scope of work also includes street lighting, pedestrian lighting, signing and pavement markings, a new vehicular and pedestrian signal at Dade Boulevard and West Avenue, utility relocation and/or adjustments and drainage. Time is of the essence to complete this project. For this reason the Design Build Firm has 75 calendar days after Notice to Proceed (NTP) is issued to substantially complete Dade Boulevard and restore all lanes to traffic. The Design Build Firm has 210 after NTP to substantially complete West Avenue Bridge and the Lincoln Court Pedestrian Bridge (if added to the contract)and open to vehicular and pedestrian traffic. Final completion will be 270 days after NTP. 3.ANTICIPATED RFP TIMETABLE.The tentative schedule for this solicitation is as follows: RFP Issued December 28,2015 Pre-Proposal Meeting January 7,2016 @ 10:00 AM Deadline for Receipt of Questions February 1, 2016 @ 5:00 PM Responses Due February 10, 2016 @ 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: KRISTY BADA 305-673-7490 KRISTYBADA @MIAMIBEACHFL.GOV RFP 2016-062-KB 4 MIAMI EA H dditionally, the City Clerk is to be copied on all communications via e-mail at RafaelGranado @,,miamibeachfl.gov; or via 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 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 Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3RD Floor 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) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP 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). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. 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 •raw r�m..zxc..nssx�.irsc-.ate-_z+:+m,aa;.maR:xr< e:w.sa�.:,s;:>ercu.N-vc-.x,-q--ec�,.u-.xroa,•rw-s..��.: ,.•menu.vx•?*+z�rme;....leaa�u�,cazw>ven_*a-,..,...;:i>m.. RFP 2016-062-KB 5 (-14. MIAMI 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/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES .. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all 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 responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code") and submit that Code to the Procurement Division with its 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. RFP 2016-062-KB 6 MIAMI BEACH 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. 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. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Intentionally Omitted 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a 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, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). . Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest pro osal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF 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 Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. 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, 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. RFP 2016-062-KB 7 MIAMIBEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Resection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, 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. Ignorance 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. 23. 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. 24. RELATIONSHIP TO THE CITY. It 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. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. RFP 2016-062-KB 8 MIAMI BEACH 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. 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 RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. 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. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, 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. If 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. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. 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 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. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit(and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. RFP 2016-062-KB 9 MIAMI BEACH 34. DEMONSTRATION OF COMPETENCY. 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, including: A. Pre-award inspection of the Proposer'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. C. 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. In 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. 35. 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. 36. 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. v 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government ent 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. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It 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. 39. DISPUTES. In 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. RFP 2016-062-KB 10 ® /V\IAMl BEACH 40. INDEMNIFICATION. The Proposer 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 Proposer 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. 41. 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. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. 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), 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, 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 otherwise 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. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. 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. ms•�;.�•rmw,.rxa>m•�-•w.�,,�ic:�_a.xxe..a..,x•.m:..,ra:mws�..,mrc...•.o,r <_...•x_:.-FUx,.c..�...•�cc=r..nsa...as+c:r.;s,.,,,m�.ws+zctiam:..xx azsc..asA tae..mxarxmsxexaao,.cX�xw.00a:sam nnr..x.•sw:z:�wesaa�.xTxmxa.•t..onv=to¢�ra.••�,P.:c:ms; -^ sxau.�sx:•,wri.e.:a-sxrav�aar:aoua�xsarae RFP 2016-062-KB 11 M. MIAMI BEACH 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to 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. 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, 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 reject any or all exceptions and alternatives. In 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 RFP to which Proposer took exception to(as said term and/or condition was originally set forth on the RFP). anything of 48.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or an t o P Yg Y 9 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. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFP 2016-062-KB 12 • MIAMI BEACH SECTION 0300 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. 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 rejected. 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 otherwise. 3. PROPOSAL FORMAT. In 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. TAB 1 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 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 qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Design Build 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 year(s)and term of engagement. Proposer is to also provide the following information: a.willingness to meet time and budget requirements; b. recent, current, and projected workloads/projects for the firms; c. use of disadvantaged business enterprises (DBEs). 2.3 Qualifications of Prime Architecture/Engineering Firm. Provided completed Standard 330 Form. 2.4 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants 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, including education, experience, and any other pertinent information, shall be included for each key individual team member (principles, project managers, superintendents, lead NE) to be assigned to this contract. . RFP 2016-062-KB 13 1 , • MIAMI BEACH 2.5 Financial Capacity. Each Prime Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification , Report (SQR)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:l lsupplierportal.dnb.comlwebapplwcs/storeslservlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It 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. TAB 3 Technical Proposal Submit detailed information, including (but not limited to) design approach, construction approach, timeline and technical innovations, addressing how Proposer will achieve each portion of the scope of services and technical requirements outlined in Appendix C, Minimum Requirements and Specifications. Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. TAB 5 Cost Proposal (MUST BE SUBMITTED IN A SEALED ENVELOPE) Submit a completed Cost Proposal Form (Appendix E). Cost Proposal shall be submitted in a sealed envelope included with the original proposal only. Copies of Proposal, as well as electronic versions, shall omit the Cost Proposal. Note: After proposal submittal, the City reserves the right to require additional information from Proposers (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). RFP 2016-062-KB 14 ell MIAMI BEACH SECTION 0400 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. If 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. It 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. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. 2. Step 1 Evaluation (Qualifications). In Step 1, the Evaluation Committee will consider the qualifications of each Proposer in accordance with the following criteria: Qualifications Criteria Maximum Points Qualifications of Design Build Firm Qualifications of Prime Architect/Engineer 100 Qualifications of Team Members/Sub-Consultants Financial Capacity Only Proposers that score, on average among all committee members, greater than 75 Points in Step 1 Evaluations (Qualifications) will be selected to proceed to Step 2 Evaluations (Technical Proposals and Cost). 3. Step 2 Evaluation (Technical Proposals and Cost). In Step 1, the Evaluation Committee will consider the qualifications of each Proposer in accordance with the following criteria: Technical Proposals Criteria Maximum Points Design Approach Construction Approach 60 Timeline Technical Innovations To the results of the Step 2 Evaluation of Technical Proposals by the Evaluation Committee, the Procurement Department will add the following points to the results of the Evaluation of Technical.Proposals by the Evaluation Committee: Criteria Maximum Points Cost(See Section 4 below) * 40 Veteran's Preference (Pursuant to Sec 2-374 of City Code) 5 Volume of Work(See Section 5 below) 5 *Sealed Cost Proposals will be opened at the conclusion of the review of Technical Proposals by the Evaluation Committee. Cost, Veteran's Preference and Volume of Work points will be added to each Evaluation Committee member's score for each Proposer for a maximum total raw score of 110 points. The raw score for each Proposer will be converted to rankings in accordance with Section 6 below. RFP 2016-062-KB 15 • MIAMI BEACH 4. Cost Proposal Evaluation.The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum Formula for Calculating Points Total Cost Allowable Points (lowest cost I cost of proposal Points Proposal (Points noted are for illus being evaluated X maximum Awarded trative purposes only. allowable points=awarded Actual points are noted above.) points) Round to 5. Vendor A $100.00 20 $100/$100 X20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $100 I$200 X 20=10 10 Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 —$2,000,000 3 Greater than $2,000,000 0 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 Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 75 Step 2 Points 22 15 , 12 Committee Total 101 100 87 Member 2 Rank 1 2 3 Step 1 Points 80 75 76 Step 2 Points 22 15 12 Committee Total 102 90 88 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 Final Rankings will be 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. RFP 2016-062-KB 16 • APPENDIX A CA MIAMI � � Proposal Certification , Questionnaire & Requirements Affidavit 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 REP 201tCb2 K8 I ] • Solicitation No: Solicitation Title: 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA @MIAMIBEACHFL.GOV PROPOSAL CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS 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 Information. FIRM NAME: 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: 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 EMAIL: 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. • RFP 2016-062-KB 18 • 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO 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. 2. Conflict Of Interest.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 3. 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 Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. 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 an public sector agency? YES an NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. 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-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. 6. Code of Business Ethics. Pursuant to City Resolution No.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. In 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/procurement/. RFP 2016-062-KB 19 • Commencing with City fiscal year 2012 13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation at its sole option, immodiatcly deem said Proposer as non responsivo, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is 8. 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 Contractor'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? YES NO 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? YES NO C. Please check all benefits that apply to your answers above and list in the "other" 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 Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., 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 Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. RFP 2016-062-KB 20 • 9. 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, proposals,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 TWO 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. 10. 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 strive 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. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. • RFP 2016-062-KB 21 DISCLOSURE AND DISCLAIMER SECTION 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. In 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. In 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. It 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. Information 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 Government-in-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 true, 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. In 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. RFP 2016-062-KB 22 PROPOSER CERTIFICATION I hereby certify that: I, 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 Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: • Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , 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: RFP 2016062 KB 23 APPENDIX B , , , , „ ._ , _ ,..; , A grA ;Ili : -, "' ® Bid " Form 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach_ , Florida 33139 �� � Note� It �s pert��n fe those nd o who rece�ujed notlfc catror o.f t is s I`rcixtalti n.f�UtA a de rdee not ore :pod, o co �pi'#ete and sub: !t l tt is s : ►': t e a3tt e ed � taeme r h� ff of �Bldg wThe f*tel itiv o' Nei Bid p av�lde e Gi uu inform®tlot °a A ho ��fo��! pr�ue the sallclfaf!�rt pry cess - s: c ! ure.t s b ! a �t� ternen �f : Co Bid. A, 4":esu:it !''r at& ei g noflfie, . . o future sC ---- Flo: s r`she City RFP 2016-062-KB 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient 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 product/service _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: KRISTY BADA PROPOSAL#2016-062-KB 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 RFP 2016-062-KB 25 APPENDIX C m /v\ I1 /v\ i := �;�_ � ! Minimum Requirements & Specifications 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami BeacM1, Florida 33139 RFP 2016-062-KB 26 Cl. Bid Guaranty: Proposal shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified herein, or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5%of the bid amount, payable to City of Miami Beach, Florida. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. C2. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. The Design Build Firm (DBF) shall demonstrate to have successfully completed the construction of at least 2 bridge projects similar to this project within the last 10 years as a prime contractor or as a Design Builder. Submittal Requirement: For each qualifying project, submit project name, project contact information (phone and email)and prime proposer's role in project. 2. The DBF or its design lead consultant shall demonstrate to have successfully completed the design of at least 2 bridges similar to this project within the last 10 years. Submittal Requirement: For each qualifying project, submit project name, project contact information (phone and email)and prime proposer's role in project. 3. The DBF or its design consultant shall demonstrate to have successfully completed the design for roadway reconstruction in traffic congested right of ways of at least three projects during the last 10 years. Preference will be given for projects within the City of Miami Beach. Submittal Requirement: For each qualifying project, submit project name, project contact information (phone and email)and prime proposer's role in project. 4. The DBF or its design consultant shall demonstrate familiarity of the permit process with all environmental agencies such as Dade County, South Florida Water Management District; Corps of Engineers, South Florida Water Management District, etc. Submittal Requirement: Submit information on three projects similar to this project with the type of permits obtained and provide a brief description for each permit. 5. The DBF or its lead contractor shall demonstrate to have successfully completed at least 3 projects within the last 10 years involving roadway reconstruction projects. Submittal Requirement: For each qualifying project, submit project name, project RFP 2016-062-KB 27 contact information(phone and email)and prime proposer's role in project. 6. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than $4 million. Submittal Requirement: Provide a letter from a Surety firm affirming that the Proposer has sufficient bonding capacity to provide performance and payment bonds in an amount not less than $4 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent) and within a Financial Size Category of no less than Category V ($10 - $25 million). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the firm. 7. The Design Builder shall be licensed as a General Contractor in the State of Florida. • RFP 2016-062-KB 28 C3.Statement of Work Required. The Design Build Firm will be responsible for the design, construction and construction management of the West Avenue Bridge over Collins Canal and the reconstruction of Dade Boulevard. The City, at its option, may elect to add the Lincoln Court Pedestrian Bridge as part of this project so Design Build Firm shall provide a separate proposal for the design, construction management and construction of the pedestrian bridge and its approaches. The scope of work also includes street lighting, pedestrian lighting, signing and pavement markings, a new vehicular and pedestrian signal at Dade Boulevard and West Avenue, utility relocation and/or adjustments and drainage.Time is of the essence to complete this project. C4. Specifications Design Criteria Package: A Design Criteria Package (DCP) is attached hereto and constitutes the basic requirements for the project unless superseded herein. Location of Work: The general location of the work is as follows: West Avenue between 17th Street and Dade Boulevard in Miami Beach, Florida.Areas to be affected by the proposed improvements include but are not limited to the following: West Avenue, Dade Boulevard, Lincoln Court. Proposed Budget: The City of Miami Beach's Public Works budget for the proposed project is$4 Million. Project Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. • Substantial Completion for the Reconstruction of Dade Boulevard: 75 Calendar Days from the issuance of Notice to Proceed (NTP). • Substantial Completion for the West Avenue Bridge and Lincoln Court Pedestrian Bridge: 210 Calendar Days from the issuance of Notice to Proceed (NTP). • Final Completion: 270 Calendar Days from the issuance of Notice to Proceed (NTP). If the Design/Build Firm does not achieve Substantial Completion for the Reconstruction of Dade Boulevard by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of$3,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. If the Design/Build Firm does not achieve Substantial Completion for the completion of West Avenue Bridge and Lincoln Court Pedestrian Bridge (if added to the contract) by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of $1,500.00 per calendar day, which will be paid to the City by the Design/Build Firm. If the Design/Build Firm does not achieve Final Completion by the established Final Completion Contract Date, LDs will be assessed in the amount of $1,500.00 per calendar day, which will be paid to the City by the Design/Build Firm. LDs will be cumulative if both the Substantial Completion Contract Date and the Final Completion Contract Date are exceeded. All assessments of LDs to the Design/Build Firm may be adjustments to payments due to the Design/Build Firm. RFP 2016-062-KB 29 APPENDIX D 1.--A MIAMI Sample Contract 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 hFP 2016062 KB 30 To Be Provided Under Separate Cover RFP 2016-062-KB 31 APPENDIX E el / 41A1'/\ I LT- Cost Proposal Form 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 kFP 2016J62-KB 32 APPENDIX A PROPOSAL TENDER FORM Failure to submit Section 5,Proposal Tender Form,in its entirety and fully executed by the deadline established. for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Proposal Tender Form (Section 5) shall be initialed. `WEST AVENUE BRIDGE OVER COLLINS CANAL, Total Item Description Quantity U/'M Unit Cost (Quantity_X_unit_Cost) 1 Mobilization/Demobilization 1 Ls $ $ 2 Desi•n and Construction Administration 1 Ls $ $ 3 Clear and Grubbin• 1 Ls $ $ 4 West Avenue Bride 1 Ls $ $ 5 Bride Li•htin• 1 Ls $ $ 6 West Avenue Road 1 Ls $ $ 7 West Avenue Sidewalk 1 Ls $ $ 8 Dade Boulevard Reconstruction 1 Ls $ $ 9 Dade Boulevard Sidewalk 1 Ls $ $ 10 Embankment 1 Ls $ $ 11 Gravi Wall and Handrail 1 Ls $ $ 12 T •e F curb and 'utter 1 Ls $ $ 13 Street Li•htin• 1 i_s $ $ 14 Water Relocation and/or Ad'ustments 1 Ls $ $ 15 Sewer Relocation and/or Ad'ustments 1 Ls $ $ 16 Draina•e 1 Ls $ $ 17 Si•nin• and Markin. 1 Ls $ $ Signalization at Dade Blvd and West 18 Avenue 1 Ls $ $ 19 Bond and Insurance 1 Ls $ $ TOTAL WEST AVENUE BRIDGE $ Owner Controlled Project Contingency 20 10% of Total West Ave Bride 10 % $ TOTAL GMP WEST AVENUE BRIDGE $ RFP 2016-062-KB 33 s ALTERNATE LINCOLN COURT PEDESTRIAN BRIDGE - - - - -- --- — --�- Total Item Description Quantity U/M Unit Cost (Quantity_x_Unit_Cost) 1 Mobilization/Demobilization 1 LS $ $ 2 Desk n 1 LS $ $ 3 Clear and Grubbin• 1 LS $ $ 4 Lincoln Court Pedestrian Bride 1 LS $ $ 5 Bride Li•htin• 1 LS $ $ 6 Lincoln Court Reconstruction 1 LS $ $ 7 Dade Boulevard Reconstruction 1 LS $ $ 8 Dade Boulevard Sidewalk 1 LS $ $ 9 Embankment 1 LS $ $ 10 Gravi Wall and Handrail 1 LS $ $ 11 T •e F curb and 'utter 1 LS $ $ 12 Street Li•htin• 1 LS $ $ 13 Water Relocation and/or Ad'ustments 1 LS $ $ 14 Sewer Relocation and/or Ad'ustments 1 LS $ $ 15 Drainase 1 LS $ $ 16 Si•nin• and Markin• 1 LS $ $ 17 Bond and Insurance 1 LS $ $ . TOTAL ALTERNATE LINCOLN COURT PEDESTRIAN BRIDGE $ Owner Controlled Project Contingency 10% of Total Lincoln Court Pedestrian 18 Brick e 10 % $ TOTAL GMP ALTERNATE LINCOLN COURT PEDESTRIAN BRIDGE $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 51AaYV•.-��FA,s=ucx.-. mxx�a�.�. -.�vac�.aa+asn_..'carp:c.••�aa'i.....cN,ow`YFta'iYa-`eL.h�".s'x*`xCaT'.�e!anX.e`.Rk�staca..�a•'2m^..cscY�':.�<'w•rx.-.dK-c.R•„YZ.p�...�i.:3 x'.-.,:xaa��...x.`M?rt' Y.9ne.c..-.....5:.„�.5�\¢YOki:'w...SU:.J.rFi(uY(2�'JS'C.`.Lt d¢"Si:tYO.Riw�"uTsCL'RFSbbrtY.R-..RtlO`.PX'b�.NL`Y.•WHY..WY„tYxC:n� REP 2016-062—KB 34 APPENDIX F m MIAMI Insurance Requirements 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-062-KB 35 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, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance 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 Insurance 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 Insurance 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. E. Installation Floater Insurance including coverage for material&equipment to be installed during the course of this project. City of Miami Beach shall be included as a Named Insured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the project by the City. 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 Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest"List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification 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 1755 MERIDIAN AVENUE 3rd 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. REP 2016-062-KB 36 APPENDIXG • m AMI � = ;�, F1 Design Criteria Package 2016-062-KB DESIGN BUILD SERVICES FOR THE WEST AVENUE BRIDGE OVER COLLINS CANAL PROCUREMENT DEPARTMENT I755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFF 2016-062-0 37 To Be Provided Under Separate Cover RFP 2016-062-KB 38