Loading...
252-2000 LTC CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.f1.us L.T.C. No. a5d-@::Joo LETTER TO COMMISSION November 22, 2000 TO: Mayor Neisen 0, Kasdin and Members of the City Commission FROM: Jorge M, Gonzalez \~ City Manager O' 0 SUBJECT: 17th STREET SURFACE PARKING LOT RFQ This Letter to Commission should serve to update you with respect to the site analysis and concept plan to be developed for the 17th Street Site incorporating the New World Symphony expansion plans. The Administration met with the City's rotating architects and it was determined that the study would cost in excess of $25,000, thereby precluding us from using any of the consultants on our rotational list. You will recall that when this issue was approved by the Commission, I was also authorized to proceed with a Request for Qualification (RFQ), if necessary. Accordingly, we have proceeded to issue an RFQ (Scope of Service and Evaluation criteria is attached). A pre- qualification conference will be held on November 27,2000 at 10:00 a.m. in the City Manager's Large Conference Room and proposals are due on December 3, 2000. A recommendation to the Mayor and the City Commission is anticipated for the December 20, 2000 City Commission meeting. It is anticipated that the total cost of this study could be in excess of$100,000. If you have any questions, please advise. JMG/~/rar~ F:\CMGR\$ALL\RAR\LTC\17STPRKG.RFQ Attachment l CITY OF MIAMI BEACH RFQ NO. 1-00/01 REQUEST FOR QUALIFICATIONS FOR SITE UTILIZATION ANALYSIS AND DEVELOPMENT OF A CONCEPT PLAN FOR THE 17TH STREET SURFACE PARKING LOTS RESPONSES ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN 3:00 P.M. ON DECEMBER 4, 2000 - CITY OF MIAMI BEACH CITY HALL - THIRD FLOOR PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 RFQ NO.: DATE: 1-2000/01 11/03/00 1 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 http:\\ci.miami-beach.fl.us PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 PUBLIC NOTICE Request for Qualification (RFQ) No. 1-00/01 SITE UTILIZATION ANALYSIS AND DEVELOPMENT OF A CONCEPT PLAN FOR THE 17TH STREET SURFACE PARKING LOTS OBJECTIVE To conduct a site analysis to identify development/programming opportunities for the two (2) City- owned parking lots located on 17th Street between Washington and Pennsylvania Avenues ("17th Street Site"). The City seeks to identify potential opportunities that will co-locate and complement the site's proximity to the cultural/convention/government civic center nucleus of the City, while being neighborhood friendly and enhancing the area's quality of life, and that specifically incorporate the New World Symphony's expansion plan. Sealed qualifications will be received until 3:00 P.M. on December 4. 2000 at the following address: City of Miami Beach, City Hal1- Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Any response received after 3:00 p.m. on December 4, 2000, will be returned to the proposer unopened. The responsibility for submitting qualifications before the stated time and date is solely strictly the responsibility of the proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Qualification Conference is scheduled for 10:00 a.m. on November 27, 2000, at the following location: City of Miami Beach, City Hall, Fourth Floor, City Manager's Large Conference Room, Miami Beach, Florida. The RFQ package is available by calling DemandStar.com at 1-800-711-1712. The City of Miami Beach, may at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in the RFQ or in the responses received as a result of this RFQ, as deemed in the best interest of the City of Miami Beach. RFQ NO.: DATE: 1-2000101 11103100 2 CITY OF MIAMI BEACH The City of Miami Beach, may at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in the RFQ or in the responses received as a result of this RFQ, as deemed in the best interest of the City of Miami Beach. You are hereby advised that this RFQ is subject to the "Cone of Silence, " in accordance with Ordinance 99-3164. Requests for additional infonnation or clarifications must be submitted in writing to my attention, and may be forwarded via facsimile to: 305-673-7851. Bidders are hereby advised that this RFQ is further subject to City of Miami Beach Ordinance No. 2000-3234 (The City's Debarment Ordinance). CITY OF MIAMI BEACH ~7 <Iu's ~op;z, CPPO Procurement Director IICH2ISYSIPURCISALLIANNAIANNAIBIDSIOO-O 1 11.000 I.doc RFQ NO.: DATE: 1-2000/01 11/03/00 3 CITY OF MIAMI BEACH TABLE OF CONTENTS Pal!e I. OVERVIEW AND QUALIFICATION PROCEDURES S RFQ TIMETABLE 7 II. RFQ TIMETABLESCOPE OF SERVICES 13 III. QUALIFICATION STATEMENT FORMAT 19 IV. EV ALUA TION/SELECTION PROCESS; CRITERIA FOR EV ALUA TION 21 V. GENERAL PROVISIONS 23 VI. SPECIAL TERMS AND CONDITIONS 2S VII. QUALIFICATION DOCUMENTS TO BE COMPLETED AND 27 RETURNED TO CITY VIII. ATTACHMENTS 36 RFQ NO.: DATE: 1-2000/01 11/03/00 4 CITY OF MIAMI BEACH SECTION I - REOUEST FOR OUALIFICATIONS OVERVIEW AND RESPONSE PROCEDURES: A. INTRODUCTIONIBACKGROUND On January 5, 1998, pursuant to the authorization of the City Commission, the Administration issued a Request for Proposals (RFP) for the development of public-private parking facilities in the area south of Dade Boulevard. The City issued the RFP in order to solicit qualified development teams to bid on certain publicly-owned sites identified in the RFP and/or to propose the development of parking on privately owned property. One of the public properties was the 17th Street and Washington Avenue site ("17th Street site"). On April 1, 1998, the City Commission directed the Administration to amend the RFP to remove the 17th Street site from the RFP due to its singular importance commanding the need for its own RFP. Additionally, the Administration recommended that a professional planning process be undertaken for the subject site in order to detennine its best long-range use, and two other sites were identified as having similar important characteristics. Those sites being the preferred lot between 18th and 19th Streets on Convention Center Drive and the 72nd Street site in North Beach. It was further discussed that the previously mentioned planning process also apply to these two sites. The matter was referred to the Land Use and Development Committee. At the Land Use and Development Committee Meeting of April 13, 1998, the Administration described a planning process that would include a comprehensive review and evaluation of pertinent urban planning and economic development issues, and community and entertainment industry participation in the use assessment process. Examples of similar planning processes were described that had been successfully used in the City such as the site selection for the Library, the Bass Museum addition, the expansion of the Convention Center, the revitalization of Ocean Drive, and the Convention Hotel area. The Committee recommended that the City Commission direct the Administration to conduct a proper planning process and the City Commission accepted the Land Use and Development Committees recommendation on May 20, 1998. Thereafter, industry meetings and roundtable discussions occurred that resulted in a recommendation to the City Commission on July 20, 1998 to undertake the following: RFQ NO.: DATE: 1. Create a Steering Committee 2. Appropriate funding related to the study and RFP process (to be recouped upon award of the RFP). 3. Authorize the Administration to select and enter into 5 CITY OF MIAMI BEACH 1-2000/01 11/03/00 RFQ NO.: DATE: contracts with professional consultants to assist with the process and the enclosed material. After a broad discussion, the City Commission concluded that the Administration should proceed to prepare a request for proposals for the 17th Street site. At the October 21, 1998 City Commission meeting, Michael Tilson Thomas, Artistic Director of the New World Symphony (NWS) addressed the City Commission. Mr. Thomas described the rapid growth and development of the NWS on a national and international scale. Due to the success of the NWS, the rehearsal, technology and workshop spaces within the Lincoln Theater on Lincoln Road is now limiting the exploration of innovative styles of performance and the development of new audiences. The City Commission recognized the importance of such a valuable cultural institution and requested the Administration to amend the draft RFP to include the expansion needs of the NWS as part of same. On November 4, 1999, the Mayor and City Commission adopted Resolution No. 98- 22958 authorizing the issuance of a Request for Proposal (RFP) for a 5.86 acre Public/Private Development Opportunity on the "17th Street Site", located between Washington and Pennsylvania Avenues, 17th Street to Lincoln Lane. immediately north of Lincoln Road. On February 17, 1999, the Mayor and City Commission voted to cancel and withdraw the RFP. Since the RFP was withdrawn, the subject site has been the subject of much staff discussion relative to increased parking needs, enhanced transportation linkages, urban design issues, historic district considerations, entertainment industry needs, convention center staging uses and other potential development proposals. On September 13,2000, Vice-Mayor Nancy Liebman requested a referral to the Land Use Committee to discuss the New World Symphony's expansion plans and their request for a long-term lease. The NWS proposes to expand into the southwest comer of the surface lot on Pennsylvania Avenue and Lincoln Lane, directly behind the Lincoln Theater. The estimated $15 million expansion would occupy approximately a 32,000 square foot print (1/3 of the site) and does not include any provisions for new/replacement parking. These plans are described in the attached report prepared by Project Core, Inc. Entitled "Soundspace at the New World Symphony", dated September 7, 2000, and call for the creation of a state-of-the-art facility for teaching, performance, broadcasting, rehearsals, special performance and related events. On September 18, 2000, the Land Use Committee adopted a motion recognizing the importance of the NWS and the importance of accommodating the expansion needs of the NWS, further recognizing the 17th Street and Washington Avenue site: 1-2000/01 11/03/00 6 CITY OF MIAMI BEACH a. As an important civic area which should be used for a significant public facility, b. To accommodate expansion needs ofNWS, and c. Recommended directing the Administration to prepare the necessary studies to assess the impact for other needs within the site. To accomplish the recommendations of the Land Use Committee, it is recommended that the Administration contract to conduct a site utilization analysis and develop a concept plan for the 17th Street and Washington Avenue Site, incorporating the proposed expansion of the NWS, and if unsuccessful in negotiating such a contract, authorizing the issuance of a Request for Proposal to conduct same. B. RFQ TIMETABLE The anticipated schedule for this RFQ and contract approval is as follows: RFQ issued November 3, 2000 Deadline for receipt of questions November 29, 2000 @ 5:00 p.m. Pre-Qualification Conference November 27,2000 @ 10:00 a.m. Deadline for receipt of responses December 4,2000 by 3:00 p.m. Evaluation/Selection process Week of December 11, 2000 Projected award date December 20, 2000 Projected contract start date January 2, 2001 C. QUALIFICATION STATEMENT SUBMISSION An original and ten copies of complete responses must be received by 3:00 p.m. on December 4, 2000, and wilJ be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside, the respondent's name, address, telephone number, RFQ number, title, and due date. The responsibility for submitting a response to this RFQ to the Procurement Division on or before the stated time and date wilJ be solely and strictly that of the respondent. The City wilJ in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. Responses received after the RFQ due date and time are late and will not be considered. RFQ NO.: DATE: 1-2000/01 1lI03/00 7 CITY OF MIAMI BEACH D. PRE-QUALIFICATION CONFERENCE/SITE VISIT A pre-qualification conference will be held as follows: Date: November 27, 2000 Time: 10:00 a.m. Place: City of Miami Beach, City Hall, Fourth Floor, City Manager's Large Conference Room, Miami Beach, Florida. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFQ is Gus Lopez, CPPO, Procurement Director. Mr. Lopez may be reached by Phone: 305-673-7495; Fax: 305-673-7851; E-mail: guslopez@ci.miami-beach.fl.us. Respondents are advised that from the date of release of this RFQ until award of the contract, no contact with City personnel related to this RFQ is permitted, except as authorized by the contact person. Any such unauthorized contact may result in the disqualification of the respondent's submittal. Requests for additional information or clarifications must be made in writinl! to the Procurement Director no later than 5:00 D.m. on November 29. 2000. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addendum issued prior to the deadline for responding to the RFQ. Respondents should not rely on representations, statements, or explanations other than those made in this RFQ or in any addendum to this RFQ. Respondents are required to acknowledge the number of addenda received as part of their responses. The respondent should verify with the Procurement Division prior to submitting a response that all addendums have been received. F. RESPONSE GUARANTY None required. G. MODlFICATIONIWITHDRAWALS OF SUBMITTALS A respondent may submit a modified response to replace all or any portion of a previously submitted response up until the RFQ due date and time. Modifications received after the RFQ due date and time will not be considered. Responses shall be irrevocable until contract award unless withdrawn in writing prior to the RFQ due date or after the expiration of one hundred twenty days from the opening of 8 RFQ NO.: 1-2000/01 CITY OF MIAMI BEACH DATE: 11/03/00 responses. Letters of withdrawal received after the RFQ due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. H. RFQ POSTPONEMENT/CANCELLATIONIREJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ or in the responses received as a result of this RFQ. I. COST INCURRED BY RESPONDENTS All expenses involved with the preparation and submission of responses to the City, or any work performed in connection therewith, shall be the sole responsibility of the respondent(s) and not be reimbursed by the City. J. VENDOR APPLICATION Prospective bidders should register with the DemandStar.com (the City's Vendor Database Management Firm); this will facilitate their receipt of future notices of solicitations when they are issued. Potential bidders may contact DemandStar.com at (800) 711-1712 orregister on-line at www.Demandstar.com. It is the responsibility of the bidders to inform DemandStar.com concerning any changes, such as new address, telephone number, or commodities. It is the responsibility of the bidders to inform the City concerning any changes, including new address, telephone number, or commodities. K. EXCEPTIONS TO RFQ Respondents must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what alternative is being offered. The City, after completing evaluations, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the respondent to furnish the services originally described herein, or negotiate an alternative acceptable to the City. L. SUNSHINE LAW Respondents are hereby notified that all information submitted as part of a response to this RFQ will be available for public inspection after opening of responses, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". RFQ NO.: DATE: 1-2000/01 11/03/00 9 CITY OF MIAMI BEACH M. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require respondents to give oral presentations based on their submittals. The City reserves the right to enter into negotiations with the selected respondent, and if the City and the selected respondent cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the next selected respondent. This process may continue until a contract has been executed or all responses have been rejected. No respondent shall have any rights in the subject project or property or against the City arising from such negotiations. N. PROTEST PROCEDURE Respondents that are not selected may protest any recommendations for award by sending a formal protest letter to the Procurement Director, which letter must be received no later than 5 calendar days after award by the City Commission. The Procurement Director will notify the protester of the cost and time necessary for a written reply, and all costs accruing to an award challenge shall be assumed by the protester. Any protests received after 5 calendar days from contract award by the City Commission will not be considered, and the basis or bases for said protest shall be deemed to have been waived by the protester. O. RULES; REGULATIONS; LICENSING REQUIREMENTS Respondents are expected to be familiar with and comply with all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines. and all other EEO regulations and guidelines. Ignorance on the part of the respondent will in no way relieve it from responsibility for compliance. P. DEFAULT Failure or refusal of a respondent to execute a contract upon award by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in forfeiture ofthat portion of any surety required as liquidated damages to the City; where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the respondent from the City's vendor list. RFQ NO.: DATE: 1-2000/01 11/03/00 10 CITY OF MIAMI BEACH Q. CONFLICT OF INTEREST All respondents must disclose with their response the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, child) who is also an employee of the City of Miami Beach. Further, all respondents must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the respondent or any of its affiliates. R. RESPONDENT'S RESPONSIBILITY Before submitting a response, each respondent shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful respondent from any obligation to comply with every detail and with all provisions and requirements of the contract documents, or will be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the respondent. S. RELATION OF CITY It is the intent of the parties hereto that the successful respondent be legally considered as an independent contractor and that neither the respondent nor the respondent's employees and agents shall, under any circumstances, be considered employees or agents of the City. T. PUBLIC ENTITY CRIME (PEC) 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 of36 months from the date of being placed on the convicted vendor list. U. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All respondents are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Respondents shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification oftheir responses, in the event of such non-compliance. RFQ NO.: DATE: 1.2000/01 11/03/00 11 CITY OF MIAMI BEACH V. CONE OF SILENCE You are hereby advised that this RFQ is subject to the "Cone of Silence," in accordance with Ordinance No. 99-3164. From the time of advertising until the Executive Director of the RDA issues his recommendation, there is a prohibition on communication with the RDA and/or the City's professional staff. The Ordinance does not apply to oral communications at pre-bid conferences, if held, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the RDA Board and/or the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of this RFQ by the RDA Board, or communications in writing at any time with any city/rda employee, official, or member of the RDA Board and/or the City Commission unless specifically prohibited. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any particular bidder or respondent shall render this RFQ award to said bidder or respondent void, and said bidder or respondent shall not be considered for any RFQ, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. W. DEBARMENT ORDINANCE Bidders are hereby advised that this RFQ is further subject to City of Miami Beach Ordinance No. 2000-3234 (The City's Debarment Ordinance). Bidders are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for tennination of the contract as well as disqualification from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid. X. CODE OF BUSINESS ETHICS Pursuant to 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 Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your finn or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. RFQ NO.: DATE: 1-2000/01 1l/03/00 12 CITY OF MIAMI BEACH SECTION II - SCOPE OF SERVICES SITE UTILIZATION ANALYSIS AND DEVELOPMENT OF A CONCEPT PLAN FOR THE 17TH STREET SURFACE PARKING LOTS OBJECTIVE To conduct a site analysis to identify development/programming opportunities for the two (2) City- owned parking lots located on 17th Street between Washington and Pennsylvania Avenues ("17th Street Site"). The City seeks to identify potential opportunities that will co-locate and complement the site's proximity to the cultural/convention/government civic center nucleus of the City, while being neighborhood friendly and enhancing the area's quality oflife, and that specifically incorporate the New World Symphony's expansion plan. SCOPE OF SERVICES . Prepare Site Analysis that incorporates the following: 1. Evaluate current and future urban needs that could be accommodated on the site. 2. Recommendations on optimal programming for the site that takes into account surrounding developments, as well as government, convention and civic center needs. 3. Provide a range of options that consider varying and optimal programmed uses. 4. Incorporate the proposed expansion of the New World Symphony into the west lot and identify optimal site location and configuration, either in the east or west lots. 5. Evaluate potential growth and the future development needs for the City's office market and hospitality, entertainment, arts and cultural industries. . Conduct an analysis of parking that will increase the existing supply and address current deficiencies, as well as the new parking requirements for new-programmed uses. . Develop a conceptual design that complements the adjacent urban relationships and historic district and respects a certain amount of open public (plaza) space. . Develop preliminary cost estimates. . Identify potential components that will enhance the economic viability and long tenn sustainability of the surrounding area. . Create and recommend optimal linkage between Espanola Way, Lincoln Road, the 17th Street Site and TOPA/Convention Center, along Washington Avenue, Drexel Avenue and Pennsylvania A venue with Drexel Avenue being focussed on as an enhanced pedestrian way from the new Espanola Plaza to the Convention Center. . Identify opportunities for gateway entrance features, recognizing this important entryway to the government/convention/civic center area. . Identify impact on Parking System to satisfy Bond covenants. RFQ NO.: DATE: 1-2000/01 1lI03/00 13 CITY OF MIAMI BEACH NEW WORLD SYMPHONY EXPANSION PROPOSAL Pursuant to the Interim Report prepared by Project Core Inc., entitled "Soundspace at the New World Symphony", dated September 7, 2000, and attached hereto, describes the New World Symphony's proposed expansion into the west surface parking lot north of the Lincoln Theater. These plans call for the creation of a state-of-the-art facility for teaching, performance, broadcasting, rehearsal and special performance and related events. Space requirements include approximately 30,000 square feet depending on acoustical issues. This request represents at least 1/3 of the area of the west lot, displacing approximately 80 parking spaces. SITE DESCRIPTION AND HISTORY The 17t1t Street Site is uniquely situated at the north edge of the City's Central Business District, at 500 17t1t Street. It encompasses two city blocks that are bounded by 17t1t Street on the North, Washington Avenue on the East, Lincoln Lane on the South, and Pennsylvania Avenue on the West; Drexel Avenue passes north/south through the middle of the site. It is surrounded on its northeast, southeast and southwest quadrants by the National Register (Art Deco) Historic District, designated in 1979 by the National Park Service; only the northwest quadrant is not bounded by this historic district. In addition, the 17th Street Site is located in the center of the Historic Convention Village Redevelopment and Revitalization Area, which was designated in 1993 as a Community Redevelopment Area. Today, the 17th Street Site substantially serves the Jackie Gleason Theater of the Performing Arts (TOPA), the Lincoln Road Mall, including the New World Symphony (Lincoln Theater), and the Miami Beach Convention Center. Of significant note, however, the West portion of the 17th Street Site also provides, from time to time, an important exhibition staging lot for major events at the Convention Center;. in particular, the Miami International Boat Show. CURRENT ZONING STATUS The 17t1t Street Site is currently zoned CCC Civic and Convention Center District, whose purpose is to accommodate the facilities necessary to support the Convention Center. Main permitted uses include parking lots, garages, performing arts and cultural facilities, hotels, merchandise marts, commercial or office development, landscape open space and parks. The existing maximum height limit is currently 100 feet or eleven (11) stories. The allowable Floor Area Ratio (FAR) is 2.75. RFQ NO.: DATE: 1-2000/01 1l/03/00 14 CITY OF MIAMI BEACH DEVELOPMENT AND DESIGN PARAMETERS The development of the 17t1t Street Site will substantially define the image of Miami Beach's central business district (CBD) for many decades to come; consequently, this development must be considered with the greatest care. The 17th Street Site is the single largest, most strategically located tract of open public land available for development in South Beach. It occupies more than five acres at the intersection oftwo of the City's primary transportation corridors, 17tlt Street to the north and Washington Avenue to the east. This unique location makes the site almost equally accessible to the Atlantic Ocean beaches, the Collins Avenue hotel district, the rapidly redeveloping Lincoln Road Mall, including the Lincoln Theater, the Washington Avenue commercial corridor, the Jackie Gleason Theater of the Performing Arts (TOPA), the Convention Center, the emerging Bass Museum/Cultural Arts Campus, major religious sites, including the Holocaust Memorial, Temple Emanuel, and City Hall as well as Miami Beach's all important National Register (Art Deco) Historic District. City Officials and residents alike are aware of the substantial challenge that development of this pivotal site will present. CURRENT SITE FUNCTIONS AND ADJACENT URBAN RELATIONSHIPS In defining the successful future development opportunities for the 17th Street Site, the following current site functions and established urban relationships must be carefully understood and reconciled in any recommended programming: Site Functions ~ Primary Municipal Parking for Jackie Gleason Theater and New World Symphony ~ Special Staging Area Miami Beach Convention Center ~ Secondary Parking for Lincoln Road Mall Businesses and Miami Beach Convention Center Established Adjacent Urban Relationships of Major Significance ~ Washington Avenue and Lincoln Road Retail and Commercial/Office Corridors ~ Lincoln Road Restaurant, Gallery, and Entertainment District ~ Fashion, Film, Music, Television and New Media Office Space ~ Public Art, Artists, and Artists Support Facilities on the Lincoln Road Corridor ~ The National Register (Art Deco) Historic District ~ Collins Avenue Hotel District ~ Atlantic Ocean Beaches ~ Multi-Modal Transportation Transfer Point (Metro-Dade Buses, Electro-Wave and Taxis) at the Crossroad of 17th Street and Washington Avenue CURRENT AND FUTURE URBAN NEEDS AND POTENTIAL PROGRAMMING 15 CITY OF MIAMI BEACH 1-2000/01 1l/03/00 RFQ NO.: DATE: ~ Enhanced Parking for TOPA, the Convention Center, the New World Symphony, Lincoln Road, and the Collins Avenue Hotel District ~ Strategic Periodic Staging Areas for the Convention Center ~ Expanded Support Facilities for the expanding Music, Film and Television Production Industries ~ Class "A" Office Space adjacent to the heart of the City's "downtown" business area ~ Visitor and Tourism Information Center serving the National Register (Art Deco) Historic District, Convention Center, TOPA and the New World Symphony, Bass Museum and Cultural Arts Campus, Lincoln Road Mall, Washington Avenue and Espanola Way, Holocaust Memorial and Religious Sites, Garden Center/Conservatory, Electro-Wave and Public Transportation Systems, and the Atlantic Ocean Beaches ~ Inter-Modal Transportation Hub Facilities providing for local park and ride connections to multi- modal transportation systems and various City destinations ~ Expansion of Lincoln Road Artist Studios and Support Facilities that nourish the City's cultural life ~ CommerciallRetail Link or Anchor from 17th Street to Lincoln Road along Washington Avenue ~ Facilitating vehicular and especially pedestrian movement that links the Convention Center to Lincoln Road Mall Myriad factors will influence and shape the design of an appropriate project development program on the 17th Street Site; certain of these factors, however, are of such import to the future success of the City's Central Business District that they are elaborated upon in further detail as follows: NATIONAL REGISTER (ART DECO) HISTORIC DISTRICT Although the 17t1t Street Site was not included within the boundaries of the National Register Historic District at the time it was designated in 1979, the Historic District bounds the Site on three sides and is one of the most important contextual relationships to be addressed. Arguably, the National Register (Art Deco) Historic District has been, and continues to be the single most tangible influence fueling the City's extraordinary resurgence as a design and tourism mecca. The City Commission, the Administration, Residents, Visitors, and Design Professionals alike will be closely watching any development proposed for the 1 ~ Street Site; they will be measuring all proposals not only for their functional merit but also for their sensitivity to Miami Beach's National Register Historic District and the City's design legacy. The City Administration as well as the Historic Preservation and Design Review Boards have clearly signaled their ongoing interest in preserving the special urban character of the Beach while advancing its cutting edge design continuum well into the future. Due to the shear magnitude of the 17th Street Project, and its anticipated impact on the Central Business District and adjacent Historic District, all recommended programming must be clearly in tune with the unique character, urban scale and materials of Miami Beach. All recommended designs must strive to distill and advance the essence of Miami Beach's tropical design tradition, as seen throughout the National Register District as well as elsewhere in the City. 16 RFQ NO.: 1-2000/01 CITY OF MIAMI BEACH DATE: 1l/03/00 This does not mean that the architecture should be Art Deco; to the contrary, it means that the architecture must respect the significance of Art Deco as well as other succeeding design movements in Miami Beach Recommended design concepts must seek to produce the finest design of its time within its urban environment, imbued with the spirit and optimism that is the hallmark of Miami Beach. PARKING AND CONVENTION CENTER STAGING USES AND REQUIREMENTS The 17th Street Site must increase the existing supply of parking and address current deficiencies as well as new parking requirements for the new-programmed uses. Preferably, proposed site development will enhance the amount of parking currently available. This is critical, as there are 5 - 6 Convention Center shows annually that require maxed out parking for the lots as presently configured. As Convention business in Miami Beach increases proportional to Consumer Show use, parking requirements will probably level off, but they still remain a high priority. The primary parking use of the 17tlt Street Site at this time, however, is for the Jackie Gleason Theater. These lots are TOP A's primary parking, and typically valet plus those lots handle the vast majority of theater needs, leaving the Preferred Lot (on the west side of Convention Center Drive) as well as the 17th Street Municipal Garage available for normal Convention Center use. A recent review by the City's Parking Director offers the following observations and comments that must be given special consideration: Current 17~ Street Site Parking Uses ~ Monthly decal parkers (general parking) ~ TOPA Parking for all events ~ New World Symphony Parking (Lincoln Theater) for all events ~ Transient Parking for customers, clients and visitors to Lincoln Road Other Current 17~ Street Site Uses ~ Staging for the International Boat Show. The 5-A West Lot has provided an efficient and effective way to marshal large yachts and other vessels into the Convention Center; prior to the use of this lot, marshaling and holding took place on the Preferred Lot, on the West side of the Convention Center, but this resulted in serious traffic jams at the intersection of Meridian Avenue and Dade Boulevard. ~ Park and Ride Lot for the Electro-Wave and Special Events, such as Art Deco Weekend, the Kite Festival, and Carnival. Parking Revenue ~ Current Parking Revenues derived from the 17th Street Site are pledged to Parking RFQ NO.: DATE: 1-2000/01 1l/03/00 17 CITY OF MIAMI BEACH Revenue Bonds; these revenues are substantial and include the following: . Monthly Decal Parkers at $50/month = $225,795 annually . Transient Parking = $1,352,299 annually Future development recommendations must ~ address regular payment to the City's Parking Department for any amount that these lots currently receive in revenue, inclusive of a reasonable revenue escalation clause for future years ~ provide at a minimum 300 spaces for Monthly Decal Parkers to avoid placing an unbearable strain on the remainder of parking along the Lincoln Road corridor ~ provide parking at a (negotiated) flat rate for TOP A and Lincoln Theater clients that collected on entry to the parking in order allow for efficient exiting following shows ~ provide a facility, an accommodation or an acceptable arrangement, for the effective and efficient marshaling oflarge vessels or other cumbersome exhibition items during major Consumer Shows at the Convention Center, such as the International Boat Show RFQ NO.: DATE: 1-2000/01 1l/03/00 18 CITY OF MIAMI BEACH SECTION II1- QUALIFICATIONS STATEMENT FORMAT Submittals must contain the following documents, each fully completed, and signed as required. Submittals that do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed to be non- responsive. Non-responsive submittals will receive no further consideration. A. CONTENTS OF QUALIFICATION STATEMENT 1. Table of Contents The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Technical Proposal Provide a narrative that addresses the scope of work, the proposed approach to the work, and any other information called for by the RFQ. 3. Price Proposal None required at this time. Fees to be negotiated with top-ranked firm(s). 4. Oualifications The minimum qualification requirements for this RFQ are described below. Respondents must provide documentation that demonstrates their ability to satisfy all of the minimum qualification requirements. Submittals that do not contain such documentation may be deemed non-responsive. 5. Acknowledgment of Addenda and Respondent Information Forms (Section VIII) 6. Anv other document required bv this RFO. such as a Ouestionnaire or Response Guaranty . RFQ NO.: DATE: 1-2000/01 10127/2000 CITY OF MIAMI BEACH 19 B. MINIMUM QUALIFICATION REQUIREMENTS Each firm interested in responding to this Request for Qualifications must provide the following information. Submittals that do not respond completely to all requirements will be considered non- responsive and eliminated from the process. 1. Firm's Experience: Indicate the firm's number of years of experience in providing architectural/engineering services. 2. Proiect Mana2er's Experience: Provide a comprehensive summary of the experience and qualifications of the individuals who will be selected to serve as the project managers for the City. Individuals must have a minimum of five years' experience in architecture/engineering, and have served as project manager on similar projects on a minimum of three previous occasions. 3. Previous Similar Proiects: A list of a minimum of ten similar projects must be submitted. Information should include: * Client Name, address, phone number. * Description of work. * Year the project was completed. * Total cost offees paid to firm. * Total cost of the construction, estimated and actual. 4. Qualifications ofProiect Team: List the members of the project team. Provide a list of the personnel to be used on this project and their qualifications. A resume including education, experience, and any other pertinent information shall be included for each team member, including subcontractors, to be assigned to this project. RFQ NO.: DATE: 1-2000/01 10/27/2000 CITY OF MIAMI BEACH 20 SECTION IV - EVALUATION/SELECTION PROCESS The procedure for response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening and listing of all responses received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each response in accordance with the requirements of this RFQ. If further information is desired, respondents may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the response or responses acceptance of which the Evaluation Committee deems to be in the best interest of the City. The Evaluation Committee shall base its recommendations on the following factors: Firm's Qualifications and Experience Experience and Qualifications of Project Team Project Manager's Experience Previous Similar Projects Methodology and Approach References Provided by Prior Project Owners Volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the response or responses acceptance of which the City Manager deems to be in the best interest of the City. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 21 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another response or responses. In any case, City Commission shall select the response or responses acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all responses. 8. Negotiations between the selected respondent and the City Manager take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a respondent other than the top-ranked respondent if the negotiations with the top-ranked respondent fail to produce a mutually acceptable contract within a reasonable period oftime. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected respondent(s) has (or have) done so. Important Note: By submitting a response, all respondents shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFQ NO.: DATE: 1-2000/01 10127/2000 CITY OF MIAMI BEACH 22 SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful respondent shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute a default by the successful respondent. B. INDEMNIFICATION The successful respondent shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful respondent, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful respondent shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATlQNFORDEFAULT If through any cause within the reasonable control of the successful respondent, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful respondent of such termination which shall become effective upon receipt by the successful respondent of the written termination notice. In that event, the City shall compensate the successful respondent in accordance with the Agreement for all services performed by the respondent prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful respondent shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the respondent, and the City may reasonably withhold payments to the successful respondent for the purposes of set off until such time as the exact amount of damages due the City from the successful respondent is determined. RFQ NO.: DATE: 1.2000/01 1012712000 CITY OF MIAMI BEACH 23 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful respondent of such termination, which shall become effective thirty (30) days following receipt by respondent of the written termination notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shaH compensate the successful respondent in accordance with the Agreement for all services actually performed by the successful respondent and reasonable direct costs of successful respondent for assembling and delivering to City all documents. Such payments shall be the total extent of the City's liability to the successful respondent upon a termination as provided for in this section. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 24 SECTION VI - SPECIAL TERMS AND CONDITIONS A. INSURANCE The successful respondent(s) shall obtain, provide, and maintain during the term of the proposed Agreement the following types and amounts of insurance issued by insurers licensed to sell insurance in the State of Florida and having a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Any exceptions to these requirements must be approved by the City Manager or designee. 1. Commercial General Liability. A policy including, but not limited to, comprehensive genera1liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as additional insured on policy. 2. Professional Liability (Errors and Qmissions). Minimum of $500,000 per occurrence. 3. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws. Thirty (30) days' written notice of cancellation or substantial modification in insurance coverage must be given to the City by the architect/engineer and its insurance company. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under the proposed Agreement. F AlLURE TO PROCURE INSURANCE: The successful respondent's failure to procure or maintain the required insurance shall constitute a material breach of the proposed Agreement, giving the City the right to terminate the proposed Agreement. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 25 RFQ NO.: DATE: SECTIQN VII - DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 1-2000/01 1012712000 CITY OF MIAMI BEACH 26 RESPONDENT INFQRMA TlON Submitted by: Entity: Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by respondent that the City reserves the right to reject any and all responses, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFQ or in the responses received as a result of the RFQ. It is also understood and agreed by the respondent that by submitting a response, respondent shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFQ NO.: DATE: 1.2000/01 1012712000 CITY OF MIAMI BEACH 27 REQUEST FOR QUALIFICATIONS NQ. XXX-XX/XX ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFQ: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFQ. Verified with Procurement staff Name of staff Date (Respondent - Name) (Date) (Signature) RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 28 Respondent's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If Forei2n Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors: Questionnaire (continued) RFQ NO.: DATE: 1-2000/01 10/2712000 QUESTIONNAIRE CITY OF MIAMI BEACH 29 If a Partnershin: Date of organization: General or Limited Partnership.: Name and Address of Each Partner: NAME ADDRESS · Designate general partners in a Limited Partnership 1. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by respondent for a project similar to the proposed project ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the respondent or any principals of the applicant organization failed to qualify as a responsible bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: Questionnaire (continued) RFQ NO.: DATE: 1.2000/01 1012712000 CITY OF MIAMI BEACH 30 4. Has the respondent or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary. 5. Person or persons interested in this Qualification Form (have) (have not) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the respondent and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this response: (If none, so state.) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals bave any association or relationships which would constitute a conflict of interest, either actual or perceived, with any proposer and/or individuals and entities comprising or representing such proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this ProposaL This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 31 receipt of proposals. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 32 The respondent understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the respondent to be true. The undersigned respondent agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications ofthe proposer, as may be required by the City Manager. The respondent further understands that the information contained in tbis questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the respondent agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESSES: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESSES: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: Signature (General Partner) (print Name) (print Name) WITNESSES: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 33 RFQ NO.: DATE: 1-2000/01 10/27/2000 SECTION VIII - ATTACHMENTS 1. Lobbyists 2. Cone of Silence 3. Debarment CITY OF MIAMI BEACH 34 DIVISION 3. LOBBYISTS Sec. 2-481. Definitions. The following words, terms and phrases, when used in this division, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Advisory personnel means the members of those city boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commissioners. Autonomous personnel includes but is not limited to the members of the housing authority, personnel board, pension boards, and such other autonomous or semi-autonomous authorities, boards and agencies as are entrusted with the day-to-day policy setting, operation and management of certain defined functions or areas of responsibility. Commissioners means the mayor and members of the city commission. Departmental personnel means the city manager, all assistant city managers, all department heads, the city attorney, chief deputy city attorney and all assistant city attorneys; however, all departmental personnel when acting in connection with administrative hearings shall not be included for purposes of this division. Lobbyist means all persons employed or retained, whether paid or not, by a principal who seeks to encourage the passage, defeat or modification of any ordinance, resolution, action or decision of any commissioner; any action, decision, recommendation of any city board or committee; or any action, decision or recommendation of any personnel defined in any manner in this section, during the time period of the entire decision-making process on such action, decision or recommendation that foreseeably will be heard or reviewed by the city commission, or a city board or committee. The term specifically includes the principal as well as any agent, attorney, officer or employee of a principal, regardless of whether such lobbying activities fall within the normal scope of employment of such agent, attorney, officer or employee. Quasi-judicial personnel means the members of the planning board, the board of adjustment and such other boards and agencies of the city that perform such quasi-judicial functions. The nuisance abatement board, special master hearings and administrative hearings shall not be included for purposes of this division. (Ord. No. 92-2777, DO 1,2,3-4-92; Ord. No. 92-2785, DO 1,2,6-17-92) Cross reference(s)--Definitions generally, 0 1-2. Sec. 2-482. Registration. (a) All lobbyists shall, before engaging in any lobbying activities, register with the city clerk. Every person required to register shall register on forms prepared by the clerk, pay a registration fee as specified in appendix A and state under oath: (1) His name; RFQ NO.: DATE: 1.2000/01 10/2712000 CITY OF MIAMI BEACH 35 (2) His business address; (3) The name and business address of each person or entity which has employed the registrant to lobby; (4) The commissioner or personnel sought to be lobbied; and (5) The specific issue on which he has been employed to lobby. (b) Any change to any information originally filed, or any additional city commissioner or personnel who are also sought to be lobbied shall require that the lobbyist file an amendment to the registration forms, although no additional fee shall be required for such amendment. The lobbyist has a continuing duty to supply information and amend the forms filed throughout the period for which the lobbying occurs. (c) If the lobbyist represents a corporation, partnership or trust, the chief officer, partner or beneficiary shall also be identified. Without limiting the foregoing, the lobbyist shall also identify all persons holding, directly or indirectly, a five- percent or more ownership interest in such corporation, partnership, or trust. (d) Separate registration shall be required for each principal represented on each specific issue. Such issue shall be described with as much detail as is practical, including but not limited to a specific description where applicable of a pending request for a proposal, invitation to bid, or public hearing number. The city clerk shall reject any registration statement not providing a description of the specific issue on which such lobbyist has been employed to lobby. (e) Each person who withdraws as a lobbyist for a particular client shall file an appropriate notice of withdrawal. (f) In addition to the registration fee required in subsection (a) of this section, registration of all lobbyists shall be required prior to October 1 of every even-numbered year; and the fee for biennial registration shall be as specified in appendix A. (g) In addition to the matters addressed above, every registrant shall be required to state the extent of any business, financial, familial or professional relationship, or other relationship giving rise to an appearance of an impropriety, with any current city commissioner or personnel who is sought to be lobbied as identified on the lobbyist registration form filed. (h) The registration fees required by subsections (a) and (f) of this section shall be deposited by the clerk into a separate account and shall be expended only to cover the costs incurred in administering the provisions of this division. There shall be no fee required for filing a notice of withdrawal, and the city manager shall waive the registration fee upon a finding of financial hardship, based upon a sworn statement of the applicant. Any person who only appears as a representative of a nonprofit corporation or entity (such as a charitable organization, a neighborhood or homeowner association, a local chamber of commerce or a trade association or trade union), without special compensation or reimbursement for the appearance, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register with the clerk as required by this section. Copies of registration forms shall be furnished to each commissioner or other personnel named on the forms. (Ord. No. 92-2777, 0 3,3-4-92; Ord. No. 92-2785, 0 3,6-17-92) RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 36 Sec. 2-483. Exceptions to registration. (a) Any public officer, employee or appointee or any person or entity in contractual privity with the city who only appears in his official capacity shall not be required to register as a lobbyist. (b) Any person who only appears in his individual capacity at a public hearing before the city commission, planning board, board of adjustment, or other board or committee and has no other communication with the personnel defined in section 2-481, for the purpose of self-representation without compensation or reimbursement, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register as a lobbyist, including but not limited to those who are members of homeowner or neighborhood associations. All speakers shall, however, sign up on forms available at the public hearing. Additionally, any person requested to appear before any city personnel, board or commission, or any person compelled to answer for or appealing a code violation, a nuisance abatement board hearing, a special master hearing or an administrative hearing shall not be required to register, nor shall any agent, attorney, officer or employee of such person. (Ord. No. 92-2777, 004,5,3-4-92; Ord. No. 92-2785,004,5,6-17-92) Sec. 2-484. Sign-in logs. In addition to the registration requirements addressed above, all city departments, including the offices of the mayor and city commission, the offices of the city manager, and the offices of the city attorney, shall maintain signed sign-in logs for all noncity employees or personnel for registration when they meet with any personnel as defined in section 2-481. (Ord. No. 92-2785, 0 6,6-17-92) Sec. 2-485. List of expenditures. (a) On October 1 of each year, lobbyists shall submit to the city clerk a signed statement under oath listing alllobbying expenditures in the city for the preceding calendar year. A statement shall be filed even if there have been no expenditures during the reporting period. (b) The city clerk shall publish logs on a quarterly and annual basis reflecting the lobbyist registrations filed. All logs required by this section shall be prepared in a manner substantially similar to the logs prepared for the state legislature pursuant to F.S. 0 11.0045. (c) All members of the city commission and all city personnel shall be diligent to ascertain whether persons required to register pursuant to this section have complied with the requirements of this division. Commissioners or city personnel may not knowingly permit themselves to be lobbied by a person who is not registered pursuant to this section to lobby the commissioner or the relevant committee, board or city personnel. (d) The city attomey shall investigate any persons engaged in lobbying activities who are reported to be in violation of this division. The city attorney shall report the RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 37 results of the investigation to the. city commission. 'Any alleged violator shall also receive the results of any investigation and shall have the opportunity to rebut the findings, if necessary, and submit any written material in defense to the city commission. The city commission may reprimand, censure, suspend or prohibit such person from lobbying before the commission or any committee, board or personnel of the city. (Ord. No. 92-2777, 0 6,3-4-92; Ord. No. 92-2785,07,6-17-92) RFQ NO.: DATE: 1-2000/01 10127/2000 CITY OF MIAMI BEACH 38 DIVISION 4. PROCUREMENT Sec. 2-486. Cone of silence. (a) Contracts for the provision of goods and services other than audit contracts. (1) Definition. "Cone of silence" is hereby defined to mean a prohibition on: (a) any communication regarding a particular request for proposal ("RFP"), request for qualifications ("RFQ"), request for letters of interest ("RFLl"), or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the city's professional staff including, but not limited to, the city manager and his or her staff; and (b) any communication regarding a particular RFP, RFQ, RFLl, or bid between the mayor, city commissioners, or their respective staffs, and any member of the city's professional staff including, but not limited to, the city manager and his or her staff. Notwithstanding the foregoing, the cone of silence shall not apply to competitive processes for the award ofCDBG, HOME, SHIP and Surtax Funds administered by the city office of community development, and communications with the city attomey and his or her staff. (2) Procedure. a. A cone of silence shall be imposed upon each RFP, RFQ, RFLI, and bid after the advertisement of said RFP, RFQ, RFLl, or bid. At the time of imposition of the cone of silence, the city manager or his or her designee shall provide for public notice of the cone of silence. The city manager shall include in any public solicitation for goods and services a statement disclosing the requirements of this division. b. The cone of silence shall terminate a) at the time the city manager makes his or her written recommendation as to selection of a particular RFP, RFQ, RFLl, or bid to the city commission; provided, however, that if the city commission refers the manager's recommendation back to the city manager or staff for further review, the cone of silence shall be reimposed until such time as the manager makes a subsequent written recommendation, or b) in the event of contracts for less than $10,000.00, when the city manager executes the contract. (3) Exceptions. The provisions of this ordinance shall not apply to oral communications at pre-bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the city commissioners during any duly noticed public meeting, contract negotiations with city staff following the award of an RFP, RFQ, RFLl, or bid by the city commission, or communications in writing at any time with any city employee, official or member of the city commission, unless specifically prohibited by the applicable RFP, RFQ, RFLI, or bid documents. The bidder or proposer shall file a copy of any written communications with the city clerk. The city clerk shall make copies available to any person upon request. (b) Audit contracts. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 39 , (1) "Cone of silence" is hereby defined to mean a prohibition on: (a) any communications regarding a particular RFP, RFQ, RFLI, or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the mayor, city commissioners or their respective staffs, and any member of the city's professional staff including, but not limited to the city manager and his or her staff, and (b) any oral communication regarding a particular RFP, RFQ, RFLI, or bid between the mayor, city commissioners or their respective staffs and any member of the city's professional staff including, but not limited to, the city manager and his or her staff. Notwithstanding the foregoing, the cone of silence shall not apply to communications with the city attorney and his or her staff. (2) Except as provided in subsections (b)(3) and (b)(4) hereof, a cone of silence shall be imposed upon each RFP, RFQ, RFLI, or bid for audit services after the advertisement of said RFP, RFQ, RFLI, or bid. At the time of the imposition of the cone of silence, the city manager or his or her designee shall provide for the public notice of the cone of silence. The cone of silence shall terminate a) at the time the city manager makes his or her written recommendation as to the selection of a particular RFP, RFQ, RFLI, or bid to the city commission; provided, however, that if the city commission refers the manager's recommendation back to the city manager or staff for further review, the cone of silence shall be reimposed until such time as the manager makes a subsequent written recommendation, or b) or in the event of contracts for less than $10,000.00, when the city manager executes the contract. (3) Nothing contained herein shall prohibit any bidder or proposer: (i) from making public presentations at duly noticed pre-bid conferences or before duly noticed evaluation committee meetings; (ii) from engaging in contract discussions during any duly noticed public meeting; (iii) from engaging in contract negotiations with city staff following the award of an RFP, RFQ, RFLI, or bid for audit by the city commission; or (iv) from communicating in writing with any city employee or official for purposes of seeking clarification or additional information from the city or responding to the city's request for clarification or additional information, subject to the provisions of the applicable RFP, RFQ, RFLI, or bid documents. The bidder or proposer shall file a copy of any written communication with the city clerk. The city clerk shall make copies available to the general public upon request. (4) Nothing contained herein shall prohibit any lobbyist, bidder, proposer, or other person or entity from publicly addressing the city commissioners during any duly noticed public meeting regarding action on any audit contract. The city manager shall include in any public solicitation for auditing services a statement disclosing the requirements of this division. (c) Violations/penalties and procedures. An alleged violation of this section by a particular bidder or proposer shall subject said bidder or proposer to the same procedures set forth in section 2-457, shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. Any person who violates a provision of this division shall be prohibited from serving on a city evaluation committee. In addition to any other penalty provided by law, violation of any provision of this division by a city employee shall subject said employee to RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 40 disciplinary action up to and including dismissal. Additionally, any person who has personal knowledge of a violation of this division shall report such violation to the state attorney and/or may file a complaint with the county ethics commission. (Ord. No. 99-3164,0 1,1-6-99) RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 41 ORDINANCE NO 2000-3234 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENT", BY CREATING DIVISION 5, ENTITLED "DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF THE CITY OF MIAMI BEACH, FLORIDA, PROVIDING FOR DEBARMENT OF CONTRACTORS FROM CITY WORK; PROVIDING FOR SEVERABILITY; CODIFICATION: REPEALER; AND AN EFFECTIVE DATE. NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. Miami Beach City Code, Chapter 2, entitled "Administration", Article VI, entitled "Procurement", is hereby amended by adding the following Division 5, entitled - "Debarment of Contractors from City Work" reading as follows: Division 5. Debarment of contractors from City work. Section 2-397 Purvose of debarment. (a) The City shall solicit offers from. award contracts to. and consent to subcontractors with resoonsible contractors only: To effectuate this police. the debarment of contractors from City work may be undertaken. (b) The serious nature of debarment requires that this sanction be imposed onlv when it is in the public interest for the City's protection. and not for purooses of punishment. Debarment shall be imposed in accordance with the procedures contained in this ordinance. Section 2-398 Definitions. (aJAfji/iates. Business concerns. organizations. lobbvists or other individuals are affiliates of each other if. directlv or indirectly. (I) either one controls or has the power to control the other. or (ij) a third part controls or has the power to control both. Indicia of control include. but are not limited to. a fiduciary relation which results from the manifestation of consent by one individual to another that the other shall act on his behalf and subiect to his control. and consent bv the other so to act: interlocking management or ownership: identity of interests among familv members: shared facilities and eauipment: common use of emplovees: or a business entity organized by a debarred entity. individual. or affiliate following debarment of a contractor that has the same or similar management. ownership. or principal employees as the contractor that was debarred or suspended. (bi Civil iudgment means a iudgment or rmding of a civil offense by any court of competent iurisdiction. (c )Contractor means any individual or other legal entity that: (I) Directlv or indirectlv (e.g. throUlrn an affiliate). submits offers for is awarded.. or reasonablv mav be expected to submit offers or be awarded a City contract, including. but not limited to vendors. suppliers, providers. bidders. proposers. consultants. and/or design professionals. or (2) Conducts business or reasonable man be expected to conduct business. with the City as an agent.. representative or subcontractor of another contractor. (d) Conviction means a iudgement or conviction of a criminal offense. be it a felonv or misdemeanor. bv anv court of competent iurisdiction. whether entered upon a verdict or a plea. and includes a conviction entered RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 42 upon a plea of nolo contendere (e) Debarment means action taken bv the Debarment Committee to exclude a contractor (and. in limited instances soecified in this ordinance. a bidder or proposer from City contracting and City aooroved subcontractin2 for a reasonable. soecified period as provided in subsection (i) below: a contractor so excluded is debarred. (j) Debarment Committee means a !!fOUO of seven (7) individual members. each apoointed by the Mavor and individual City Commissioners. to evaluate and. if warranted. to imoose debarment, (g) Prc8911de,'allee Greater weil!:ht of the evidence means vroof bv information that. comvared with that ovvosinl!: it .leads to the conciusion that the fact at issue is more vrobablv true than not. (h) Indictment means indictment for a criminal offense. An information or other filin2 bv competent authority chanzin2 a criminal offense shall be given the same effect as an indictment. (1) Lel!:al proceedin" means anv civil iudicial proceeding to which the City is a partv or anv criminal proceedin2. The term includes appeals from such proceedin2s. OJ List of debarred contractors means a list compiled. maintained and distributed bv the Citys Procurement Office. containing tbe names of contractors debarred under the orocedures of this ordinance. Section 2-399 List Of debarred contractors. (a) The Otv's Procurement Office. is the al!:encv charl!:ed with the implementation of this ordinance shall: (J) Compile and maintain a current. consolidated list (List! of all contractors debarred bv Citv devartments. Such List shall be public record and shall be available for public inspection and dissemination: (2) Periodicallv revise and distribute the List and issue suvvlements. ifnecessarv. to all departments. to the Office of the Citv Manal!:er and to the Mavor and Citv Commissioners: and (3) Inciuded in the List shall be the name and telephone number of the Citv official resvonsible for its maintenance and distribution. (h) The List shall indicate: (I) The names and addresses of all contractors debarred. in alvhabetical order: (2) The name of the department that recommends initiation of the debarment action: (3) The cause for the debarment action. as is further described herein. or other statutory or ref!lllatorv authoritv: (4) The effect of the debarment action: (5) The termination date for each listinl!:: (6) The contractor's certificate of comoetence or license number. when QODlicable: (7) The person throu"h whom the contractor is aualified. when avvlicable: (8) The name and telephone number of the voint of contact in the department recommendinl!: the debarment action. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 43 o The Citv's Procurement Office shall: (]) In accordance with internal retention Drocedures. maintain records fe/Grine to each debarment: (2) &tablish procedures to providefor the effective use of the List. includinf! internal distribution thereof to ensure that departments do not solicit offers from. award contracts to. or consent to subcontracts with contractors on the List: and (3) Respond to inauiries concerninf! listed. contractors and coordinate such responses with the department that recommended the action. Section 2-400 Eifect of debarment. (a) Debarred contractors are excluded from receivin!: contracts. and departments shall not solicit offers from. award contracts to. or consent to subcontracts with these contractors. unless the City Manafler determines that an emer!:encv exists iustifVinf! such action. and obtains approval from the Mavor and Ci/v Commission. which aooroval shall be f!iven bv 5!7ths vote of the Citv Commission at a rel!"larlv scheduled Citv Commission meetinf!. Debarred contractors are also excluded from conductinrz business with the Citv as arzents. reDresentatives subcontractors or Dorlners of other contractors. (h) Debarred contractors are excluded from actinll as individual sureties. Section 2-401 Continuation of current contracts. (a) Commencinf! on the effective date of this ordinance. all orooosed Citv contracts. as well as Request for Proposals (RFP). Request for Oualifications (RFO). Reauests for Letters of Interest (RFLIi. or bids issued be the Citv. shall incorporate this ordinance and specifv that debarment may constitute!:rounds for termination of the contract as well as disaualification from consideration on any RFP. RFo. RFLI. or bid. (h) The debarment shall take effect in accordance with the notice orovided bv the Citv Manaf!er oursuant to subsection 2-405(h) below. except that if a Citv department has contracts or subcontracts in existence at the time the contractor was debarred. the debarment veriod rnav commence UDon the conclusion of the contract. subject to approval of same be 5/7ths vote of the Mavor and City Commission at a rel!"larlv scheduled meetin... o Citv deDartments mav not renew or otherwise extend the duration of current contracts. or consent to subcontracts with debarred contractors. unless the Citv Manaller determines that an emerllencv exists iustifvinf! the renewal or extension or for an aooroved extension due to delav or time extension for reasons bevond the contractor's control. and such action is aoproved bv 5/7ths vote of the Mavor and Citv Commission at a ref!Ularlv scheduled. meetinf!. (d) No further work shall be awarded to a debarred contractor in connection with a continuinf! contract. where the work is divided into separate discrete f!roups and the Citv's refusal or denial offurther work under the contract will not result in a breach of such contract. Section 2-402 Restrictions on subcontractinf!. (a) When a debarred contractor is proposed as a subcontractor for anv subcontract subiect to City aooroval. the department shall not consent to subcontracts with such contractors unless the Citv Mana!:er determines that an emertzencv exists iustifvinf! such consent. and the Mavor and Citv Commission aooroves such decision. bv 5/7ths vote. at a reflUlarlv scheduled meetinfl. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 44 (h) The Citv shall not be resDonsible for any increases in Droiect costs or other exDenses incurred bv a contractor as a result of reiection of DroDosed subcontractors Dursuant to subsection 2-402(a) above. Drovided the subcontractor was debarred DTtor to bid ooeninf! or ooening of oroposals. where the contract was awarded be the Citv Dursuant to an RFP. RFo. RFI.!. or bid Section 2-403 Debarment. (a) The Debarment Committee maY. in the Dublic interest. debar a contractor for any of the causes listed in this ordinance. usiml the procedures outlined below. The existence of a cause for debarment. however. does not necessarilv reauire that the contractor be debarred: the seriousness of the contractor's acts or omissions and any mitiflatiml (actors should be considered in makiml any debarment decision. (h) Debarment constitutes debarment of all officers. directors. shareholders ownin!{ or controllin!{ twentv-flVe (25) vercent of the stock. Dartners. divisions or other orrzanizationa/ elements of the debarred contractor. unless the debarred decision is limited bv its terms to sDecific divisions. orrzanizational elements or commodities. The Debarment Committee's decision includes any existinfl affiliates of the contractor. if they are (J) svecificallv named and (ii) rliven written notice of the Droposed debarment and an ODDortunitv to respond. FWffl~ afnliate5 sf '!he eentNleter aJ'le sub':eet /8 the Deea;vilsnt CemmiUee'3 deeisi81'l. o A contractor's debarment shall be effective throuflhout Citv Government. Section 2-404 Causes for debarment (a) The Debarment Committee shall debar a contractor for a conviction or civil iudflment. (J) For commission of a fraud or a criminal offense in connection with obtainin'iJ. attemDtinfl to obtain. oerformiml. or makin~ a claim upon a Dublic contract or subcontract. or a contract or subcontract funded in whole or in Dart with Dublic funds: (2) For violation of federal or State antitrust statutes relatinfl to the submission of offers: (3) For commission of embezzlement. theft. forrzerv. briberv. falsification or destruction of records. makinl: false statements. or receivinrz stolen property: (4) Which makes the Citv the Drevailinrz Darty in a le'fal proceedinfl. and a court determines that the lawsuit between the contractor and the City was frivolous or filed in bad faith. (b) The Committee may debar a contractor. (and. limited instances set forth hereinbelow. a bidder or DroDoser) based uoon a 8FeBsnde.""anBe the rzreater weirzht of the evidence. for: (]) Violation of the terms of a Citv contract or subcontract. or a contract or subcontract fUnded in whole or in Dart bv Citv fUnds. such as failure to Derform in accordance with the terms of one (J) or more contracts as certified bv the Citv deoartment administerinf!. the contract: or the failure to lJerform. or unsatisfactori/v oerform in accordance with the terms of one (]) or more contracts. as certified bv an indeoendent re~istered architect. engineer. or weneral contractor. (2) Violation of a City ordinance or administrative order which lists debarment as a Dotential vena/tv. (3) .119Y' alher ea'N3S whish affeets the re5881Wihility sf a City 8e:1/PaBtv."" &." sftbOOnH'setBr in 8e:ifa",lir9~ City RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 4S ~ Section 2-405 Debarment vrocedures. fa) Reauests for the debarment of contractors may be initiated bv a Citv Devartment or bv a citizen-at lar..e and shall be made in writinll to the Office of the Citv Manav:er. Uvon receivt of a request for debarment. the Citv Manav:er shall transmit the reQuest to the Mayor and Citv Commission at a rel!Ularlv scheduled meetin\!. The Mavor and City Commission shall transmit the reauest to a verson or versons who shall be charv:ed bv the City Commission with the dutv of vromvtlv investigatinf! and oreDaring a written reoort(s) concerning the oroposed debarment. inc/udiml the cause and grounds for debarment. as set forth in this ordinance. (b) Uvon completion of the qforestated written revort. the Citv Manav:er shall forward said revort to the Debarment Committee. The Citv's Procurement Office shall act as staff to the Debarment Committee and. with the assistance of the Gffio deea:4ment person or versons which oreDared the revort. Dresent evidence and areument to the Debarment Committee o Notice of vroDosal to debar. Within ten workinv: days of the Debarment Committe havinv: received the request for debarment and written revort. the Citv's Procurement Office. on behalf of the Debarment Committee shall issue a notice of proposed debarment advisinv: the contractor and anv svecificallv named affiliates. bv certified mail. return receiot reauested. or oersonal service. contain;>>,? the followl>>,? information: (I) That debarment is bein.. considered: (2) The reasons and causes for the DroDosed debarment in terms sufficient to put the contractor and anv named affiliates on notice of the conduct or transactionfs) uvon which it is based; (3) That a hearinv: shall be conducted before the Debarment Committee on a date and time not less than thirtv (30) days after service of the notice. The notice shall also advise the contractor that it may be revresented bv an attornev. may Dresent documentarv evidence and verbal testimonv. and may cross-examine evidence and testimony presented Cl.flainstit. (4) The notice shall also describe the effect of the issuance of the notice ofvroDosed debarment. and of the votential effect of an actual debarment. (d) No later than seven (7) workinv: days. vrior to the scheduled hearinrz date. the contractor must furnish the Citv's Procurement Office a list of the defenses the contractor intends to vresent at the hearinrz. If the contractor fails to submit the list. in writin\!. at least seven (7) workinrz days Drior to the hearin.. or fails to seek an extension of time within which to do so. the contractor shall have waived the oDDortunity to be heard at the hearinv:. The Debarment Committee has the rirzht to v:rant or denv an extension of time. and for rzood cause. may set aside the waiver to be heard at the hear/nfl. and its decision may onlv be reviewed unon an abuse of discretion standard. fei Hearsav evidence shall be admissible at the hearinrz but shall not form the sole basis for initiatinv: a debarment procedure nor the sole basis of anv determination of debarment. The hearinrz shall be transcribed. taped or otherwise recorded bv use of a court reDorter. at the election Committee and at the exvense of the Citv. Covies of the hearin'i taDe or transcriDt shall be furnished at the expense and request of the RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 46 reauestinv Dartv. (f) Debarment Committee's decision. In actions based UDon a conviction or iudrmzent. or in which there is no Ilenuine disoute over material facts. the Debarment Committee shall make a decision on the basis of all the undisouted. material information in the administrative record includinll aw undisouted material submissions made bv the contractor. Where actions are based on disouted evidence. the Debarment Committee shall decide what weillht to attach to evidence of record. iudlle the credibilitv of witnesses. and base its decision on the 8re8o",lenlHlce greater weillht of the evidence standard The Debarment Committee shall be the sole trier offact. The Committee's decision shall be made within ten (1OJ workin'i{ davs alier conclusion of the hearinll. unless the Debarment Committee extends this oeriod for Ilood cause. (If) The Committee's decision shall be in writinll and shall include the Committee's factual findinlls. the orincioal causes of debarment as enumerated in this ordinance. identification of the contractor and all named affiliate: affected bv the decision. and the soecific term. includinll duration. of the debarment imoosed. (h) Notice of Debarment Committee's decision. (1) If the Debarment Committee decides to impose debarment. the Citv Manaller shallllive the contractor and aw named affiliates involved written notice by certified mail. return receiot reauested. or hand delivery. within ten (1OJ workinll davs of the decision. svec(fvinll the reasons for debarment and inc/udimz a CODV of the Committee's written decision: statinfl the oeriod of debarment. includinll. effective dates: and advisinll that the debarment is effective throUllhout the City devartments. (2) If debarment is not imoosed.the City Manaller shall notiN the contractor and anv named affiliates ilfV8hed .bv certified mail. return receiot reauested. or Dersona/ service. within ten OD) workinfl daYs of the decision. (J) All decisions of the Debarment Committee shall be final and shall be effective on the date the notice is sillned bv the Citv Manaller. Decisions of the Debarment Committee are subiect to review by the Avvellate Division of the Circuit Court. A debarred contractor mav seek a stav of the debarment decision in accordance with the Florida Rules of Avoellate Procedure. Section 2-406 Period of debarment. (a) The veriod of debarment imoosed shall be within the sole discretion of the Debarment Committee. Debarment shall be for a veriod commensurate with the seriousness of the causefsl. and where aoplicable. within the Iluidelines set forth below. but in no event shall exceed five (5) vears. (h) The followinll 'i{uidelines in the period of debarment shall avolv excevt where mitillatinll or allllravatinll circumstances iustifv deviation: (1) For commission of an offense as described in subsection 2404(a)(1): five (5) vears (2) For commission of an offense as described in subsection 2404(a)(2): feve (5) vears. (3) For commission of an offense as described in subsection 2404(0)(3): five (5) years. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 47 (4) For commission of an offense as described in subsection 2404(a)(M): two (2) to fIVe (5) vears. (5) For commission of an offense as described in subsections 2404(b)(l) or (2): two (2) to five (5) vears. o The Debarment Committee mav. in its sole discretion. reduce the veriod of debarment. uvon the contractor's written reauest. for reasons such as: (1) Newlv discovered material evidence: (2) Reversal of the conviction or civil iudo:ment uvon which the debarment was based: (3) Bona fide chano:e in ownershiv or manao:ement: (4)Elimination of other causes for which the debarment was imposed: or (5) Other reasons the Debarment Committee deems avvrovriate. (d) The deb",'mentdebarred contractor's written reauest shall contain the reasons for reauestino: a reduction in the debarment veriod. The Citv's Procurement Office. with the assistance of the affected devartment shall have thirtv (30) davs from receivt of such reauest to submit written reSDonse thereto. The aeeisiBl'l sf the DeBaFl'iJs:Jt Cemmittee re~djJi~ a P'e(;lN8st mtilde ftl19de.M thit] s"baee/is" is tilt,,1 "lid n8:, "veealable. SECTION2. SEVERABILITY. If any section. subsection. clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION3. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article, " or other appropriate word. SECTION 4. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 5. EFFECTIVE DATE This Ordinance shall take effect on the 3rd day of March.2000. PASSED and ADOPTED this 23rd day ofFebruarv.2000. RFQ NO.: DATE: 1-2000/01 1012712000 CITY OF MIAMI BEACH 48