Loading...
HomeMy WebLinkAbout99-23161 RESO RESOLUTION 99-23161 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE REQUEST FOR PROPOSALS NO. 61-98/99 FOR THE PLACEMENT OF PUBLIC PAY TELEPHONES ON THE PUBLIC RIGHT-OF-WAY AND ON CITY PROPERTIES. WHEREAS, on July 26, 1995, Ordinance No. 95-3005 was adopted for the regulation, permitting, and placement of public pay telephones in the public right-of-way; and WHEREAS, on December 2, 1998, Ordinance No. 98-3157 was adopted amending the City of Miami Beach Code to provide for a ninety (90) day moratorium; and WHEREAS, the Administration was directed by the Land Use and Development Committee to prepare a Request for Proposals for the placement of pay telephones in the public right-of way. NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein authorize the Administration to issue the Request for Proposals for the placement of public pay telephones on the public right-of-way and on City properties. PASSED AND ADOPTED this 12th dayof May, 1999. I!YOR ATTEST: ~ Ptu-~ CITY CLERK F:\WORK\$ALL \CHA TRANDlCONVROOF\B&BADRES. WPD APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~r/7/49 Doioa CITY OF MIAMI BEACH RFP NO. 61-98/99 REQUEST FOR PROPOSALS FOR THE PLACEMENT OF PUBLIC PAY TELEPHONES ON THE PUBLIC RIGHT-OF- WAY AND ON CITY PROPERTIES. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR JUNE 14, 1999 AT 10:00 AM IN THE FIRST FLOOR CONFERENCE ROOM PROPOSALS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN JULY 15, 1998 AT 3:00 P.M. CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 1 t};F'- TABLE OF CONTENTS I. OVERVIEW AND PROPOSAL PROCEDURES O. SCOPE OF SERVICES 01. PROPOSAL FORMAT IV. EV ALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION V. GENERAL PROVISIONS VI. SPECIAL TERMS AND CONDITIONS VII. ATTACHMENTS VIII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 2 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 TELEPHONE: (305) 673-7490 SUNCOM: (305) 933-7490 Sealed Proposals will be received by the City of Miami Beach Procurement Dir~~t'6r~3r%B7C:6~~~ntion Center Drive, Miami Beach, Florida, 33139, until 3:00 PM on the July 15, 1999 for: CITY OF MIAMI BEACH RFP NO. 61-98/99 THE PLACEMENT OF PUBLIC pA Y TELEPHONES ON THE PUBLIC RIGHT -OF-WA Y AND ON CITY PROPERTIES At time, date, and place above, Proposals will be publicly opened. Any proposal received after time and date specified will not be considered and will be returned to the proposer unopened. Proposal documents may be obtained upon request from the City's Procurement Division, 1700 Convention Center Drive, telephone number (305) 673-7490. A Pre-proposal Conference will be held at the City of Miami Beach, First Floor Conference Room, City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139 on June 14, 1999 at 10:00 am. You are hereby advised that this RFP is subject to the "Cone of Silence, " in accordance with Ordinance 99-3164. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The ordinance does 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 Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, 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 specificaIly prohibited. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any particular bidder or proposer shaIl render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shaIl 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. The City of Miami Beach reserves the right to accept any Proposal deemed to be in the best interest of the City of Miami Beach, or waive any informality in any Proposal. The City of Miami Beach may reject any and all Proposals. CITY OF MIAMI BEACH ( · . - /; Q--- ~. 'iULJ....A...-.) Michael A. Rath, CPPB Procurement Director RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 3 SECTION 1- OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUcnONIBACKGROUND The City of Miami Beach is seeking the services of operators of Public Pay Telephones to enter into a three year Agreement for the regulated placement of Public Pay Telephones in the City's right-of-way and within City properties. The Agreement shall entail the placement, maintenance and operation of the Public Pay Telephones subject to policies and procedures for same, as set forth in the Code of the City of Miami Beach, as amended for time to time. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: RFP issued May 21,1999 Deadline for receipt of questions June 30, 1999 Pre-Proposal Conference June 14, 1999@10:00A.M. Deadline for receipt of proposals July 15, 1999@3:00P.M. Evaluation Committee meeting July 19,1999 City Commission approval and authorization of negotiations September 1, 1999 Contract negotiations September 8, 1999 Projected award date September 15, 1999 Projected contract start date October 1,1999 C. PROPOSAL SUBMISSION An original and ten (10) copies of complete Proposal must be received by July 15,1999 at 3:00 p.m. and will be opened on that day at that time. The original and all copies must be submitted to the City's Procurement Division located at City of Miami Beach, 1700 Convention Center Drive. Miami Beach, FL 33139, in a sealed envelope or container stating on the outside the Proposer's name, address, telephone number, RFP number and title, and Proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 4 entity or by any occurrence. Proposals received after the proposal due date and time specified herein will not be considered nor accepted and will be returned to the proposer unopened. D. PRE-PROPOSAL CONFERENCE A Pre-proposal Conference will be held at the City of Miami Beach, First Floor Conference Room, City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139 on June 14, 1999 at 10:00 am. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA Proposers are advised that from the date of release of this RFP until award of the contract, no contact with City personnel related to this RFP is permitted, and is subject to the requirements of No. 99-3164 (Re. "Cone of Silence" Ordinance). Any such unauthorized contact may result in the disqualification of the proposer's submittal. Requests for additional information or clarifications must be made in writing to the Procurement Director no later than the date specified in the RFP timetable. Facsimiles will be accepted at (305) 673-7851. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on other representations, statements, or explanations, whether oral or written, other than those made in this RFP or in any addendum to this RFP. Proposers are required to acknowledge the number of addenda received as part of their proposals. The Proposer should verify with the Procurement Division prior to submitting a proposal that aU addenda have been received. F. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date or after expiration of one-hundred and twenty (110) calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 5 G. RFP POSTPONEMENT/CANCELLATIONIREJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive irregularities in this RFP, or in any Proposals received as a result of this RFP. H. COST INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals to the City, or any work perfonned in connection therewith, shall be the sole responsibility of the Proposer(s) and not be reimbursed by the City. I. VENDOR APPLICATION Prospective Proposers should register with the City of Miami Beach Procurement Division; this will facilitate their receipt of future notices of solicitations when they are issued. All Proposer(s) must register prior to award; failure to register will result in the rejection of the Proposal. Potential Proposers may contact the Procurement Division at (305) 673-7490 to request an application. Registration requires that a business entity complete a vendor application and submit an annual administrative fee of $20.00. The following documents are required: 1. Vendor registration fonn 2. Commodity code listing 3. Articles of Incorporation - Copy of Certification page 4. Copy of Business or Occupational License It is the responsibility of the Proposer to inform the City concerning any changes, including new address, telephone number, services, or commodities. J. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the tenns in this RFP, 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 Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 6 K. SUNSIUNE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of Proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". L. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations with the selected Proposer and, if the City and the selected Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations, and begin negotiations with the next selected Proposer. This process may continue until a contract has been executed and/or all Proposals have been rejected. No Proposer shall have any rights against the City arising from such negotiations, or failure to negotiate a contract. Notwithstanding the foregoing, the City at all times reserves its rights . to cancel, at any time this RFP process, as set forth in Section I.G. of this RFP. M. PROTEST PROCEDURE Proposers that are not selected may protest any recommendations for contract award by sending a formal protest letter to the Procurement Director, which letter must be received no later than five (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 five (5) calendar days from 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. N. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers 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 EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for compliance. O. DEFAULT Failure or refusal of a Proposer to execute a contract upon approval of same by the City Commission, or untimely withdrawal of a Proposal after the due date but before the deadline set forth in Section I. F. herein, may result in forfeiture of that portion of any Proposal surety required herein, as liquidated damages to the City; where surety is not required, such failure RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 7 may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. P. CONFLICT OF INTEREST All Proposers must disclose with their Proposal 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 Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer or any of its affiliates. Q. PROPOSER'S RESPONSIBILITY Before submitting a Proposal, each Proposer shall be solely and absolutely responsible for its own due diligence with regard to the RFP and their proposal including, but not limited to, making all investigations and examinations necessary to ascertain all conditions and requirements affecting the full perfonnance of the contract Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations ",ill not relieve a successful Proposer from any obligation to comply with every detail and \\ith all provisions and requirements of the contract documents, nor will same be accepted as a basis for any claim whatsoever for any additional monetary consideration or claim on the part of the Proposer, R. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer is considered to be an independent contractor and that neither the Proposer nor the Proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. S. PUBLIC ENTITY CRIME (pEC) A person or affiliate who has been placed on the City's convicted vendor list following a conviction for public entity crimes may not submit a bid or response to RFP or response to an RFP 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 a bid or response to an RFP on leases of real property to a public entity; may not be awarded or perfonn work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity; and may not transact business v.ith any public entity in excess of the threshold amount provided in Sec. 287.017, Florida Statutes for CATEGORY TWO, for a period of thirty six (36) months from the date of being placed on the convicted vendor list RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 8 T. CONE OF SILENCE ORDINANCE All Proposers are herein advised that this RFP is subject to the "Cone of Silence," in accordance with Ordinance 99-3164, attached as Amendment "A" to this RFP. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The Ordinance does 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 Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, 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. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any particular bidder or proposer 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. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 9 SECTION II - SCOPE OF SERVICES The Scope of Services shall be to provide the City of Miami Beach with Pay Telephones for the use of the public. Pay Telephones shall be placed and installed in accordance with all requirements and regulations of the Code of the City of Miami Beach and in accordance with the requirements stated in this RFP. Public Pay Telephones shall be placed in the right-of-way and within City properties. The number of permitted pay telephones, their location, and the areas and buildings where they shall be allowed shall be as stated in this RFP. PROJECT DESCRIPTION AND SPECIFICATIONS DEFINITIONS. (a) "City" shall mean the City of Miami Beach, Florida, its elected officials, agents, and employees. (b) "City Manager" shall mean the ~anager of the City of Miami Beach, or a designee. (c) "Department" shall mean the Public Wodes Department of the City of Miami Beach. (d) "Director" shall mean the Director of the Public Works Department of the City of Miami Beach, or the Director's designee. ( e) "Operator" shall mean the person owning or operating the Pay Telephones under this Contract. (f) "Pay Telephone" shall mean any self-service or coin or credit card-operated telephone, including enclosures, or bank of such telephones placed adjacent to each other, that in any manner is connected with the public Streets or Sidewalks within the City or within City properties. (g) "Person" shall mean an individual, business, firm, corporation, association, partnership, or other organization or group of persons. (h) "Sidewalk" shall mean that area reserved for the public use by pedestrian traffic within the City's zoned right-of-way, including the area above, over, and under such area. (i) "Street" shall mean all that area reserved for the public use for public right-of-way purposes and shall include but not be limited to: highways, avenues, roads, drives, lanes, boulevards, courts, bridges, cul-de-sacs and roadways. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 10 DESCRIPTION OF WORK: The City seeks Proposals for the following activities: (A) At no cost to the City, place and maintain as many Public Pay Telephones as allowed by the provisions of this Proposal and the subsequent Agreement standards, including all supervision, labor, materials, equipment, tools, plans, specifications and necessary calculations. (B) Verify, in cooperation with the City of Miami Beach Public Works and Planning Departments, the suitable sites for placement of Public Pay Telephones. Proposer shall present the suggested locations in the required location map for review by the City. (C) Obtain permits, approvals, agreements, easements, and any other instrument necessary to establish clear legal right to enter upon the selected site, make required preparations and/or alterations thereto, install and maintain Public Pay Telephones throughout the term of this contract. (D) Public facilities for which pay telephones will be required shall include the Miami Beach Convention Center; the Jackie Gleason Theater for the Performing Arts; City of Miami Beach City Hall; all swimming pool facilities; the Holtz Tennis Center; all Community Buildings; the Scott Rakow Youth Center; the 10th Street Auditorium at Ocean Drive; the Miami Beach Police Station; the North Shore Amphitheater; and any other public facilities which the Proposer wishes to suggest. Locations for the Miami Beach Convention Center and the Jackie Gleason Theater for the Performing Arts shall match those currently existing at these facilities. LOCATION MAP A map showing all proposed locations shall be submitted by the responders with this Proposal. The locations shall be indicated on the map in accordance with all guidelines and specifications described herein. For the purpose of this Proposal, the City has been divided into four (4) zones which are called South Beach I, South Beach 2, Middle Beach and North Beach. These zones are shown on a sample map included with this Proposal. The Proposers may respond with Proposals on each zone or on the City as a whole. Proposers may also enter into Agreements with other operators and respond to this RFP as a single entity. Copies of the location map will be furnished to the Proposers by the Procurement Division for the City's use. Only one Pay Telephone shall be permitted at each approved location except as otherwise designated by the City of Miami Beach. The Operator shall not remove any Pay Telephone installed at a location during the term thereof without first having obtained written consent RFPNO.: 61-98199 DATE: May 18, 1999 CITY OF MIAMI BEACH II of the City. The Operator shall have the right to petition the City for removal of an individual Pay Telephone in the event that it has been subjected to "chronic vandalism". For purposes hereof, the phrase "chronic vandalism" shall be defmed as damages inflicted to an individual Pay Telephone during any six (6) month period, which require cumulative expenditures for replacements and repair that exceed 50010 of the cost of installation. Where it has been detennined that the chronic vandalism alleged has been caused by a design fault which is reasonably correctable, the City reserves the right to demand such design correction and reserves the right to withhold pennission for removal from the specified site. The City also reserves the right to require the operator to remove any Pay Telephone on five (5) days written notice. Graffiti markings will not be considered as part of the definition of "chronic vandalism" but must be part of the regular maintenance requirements. Application for approval of a Pay Telephone installation shall be addressed to the City of Miami Beach Public Works Department in the following fonn: (A) A detailed engineering site drawing for each location showing utility easement, pavement details, street furniture now in place, utility connections and poles, life safety installations such as fire hydrants and building sprinkler connections, overhead details such as building overhangs, entrances and awnings, demarcation of zone areas and rights-of-way, ramps for the disabled, and ownership indications. Such location sketch shall accurately show the location of the proposed Pay Telephone in relation to the outside edge of the pavement of the adjacent street, in relation to the center line and outer limits of the right-of-way of the adjacent road. Such sketch shall also show the location of all curbs and sidewalks, if any. (B) Upon receipt of written approval from the City's Public Works Department, the Operator may proceed to install each Pay Telephone identified in this Proposal and pennitted in accordance with the requirements of the contract. GENERAL The Operator shall install Pay Telephones in accordance with the descriptions and specifications contained herein and at the locations identified in this Proposal. The Operator, prior to the Notice to Proceed, shall submit complete detailed specifications of its product to the Public Works Department of the City of Miami Beach for approval. PAY TELEPHONE INSTALLATIONS A. GENERAL The Operator shall prepare the sites and install Pay Telephones at the locations approved by the City of Miami Beach, as identified in this Proposal, and in accordance with the RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 12 installation and site preparation details contained herein. The City of Miami Beach may, at any time, elect to name location(s) different from, but comparable to, those approved. Such changes shall be performed at the Operator's expense. All materials, incorporated into the work, shall be new and the best of the kind specified. Any preparation of the site required to provide a clean, stable and secure foundation for Pay Telephones shall be performed at the Operator's expense. B. RESTORATION OF PROPERTY All properties, on public land or on the right-of-way, which are damaged or removed for the installation of a Pay Telephone at the convenience of the Operator, shall be repaired or replaced by the Operator, at no cost to the City of Miami Beach, prior to the final acceptance of the work. Any sidewalk or pavement restoration shall be performed in accordance with the standards and regulations of the City of Miami Beach Public Works Department. All restoration of landscaping and sodding shall conform to the standards and regulations of the City of Miami Beach. All construction debris shall be removed and hauled away. C. PREWORK CONFERENCE After the award of the contract, and prior to the issuance of the Notice to Proceed, a Prework Conference shall be held between the Operator, members of the City of Miami Beach Public Works Department, the Planning Department, the Contract Administrator and any other agency and company that may be affected by the work. The time and place for the conference will be set by the Contract Administrator. The Operator shall bring to this conference, for approval by the City of Miami Beach, a description of the type of materials and equipment to be used, the method or procedure to be used in the performance of the work, and a copy of a proposed schedule for the installation of Pay Telephones over the life of the contract. D. UTILITIES Before beginning operations, the Operator shall verify with the various utility companies that its operations are not in such close proximity to utility facilities, or other property, that damage to same may result in expense, loss, disruption of service or undue inconvenience to the public or the owner. Work shall not commence until all the arrangements necessary for the protection thereof are made. The Operator shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience or delay caused by the its RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 13 operations. E. COMPLETION OF WORK Cleaning Up - Each Pay Telephone site shall be cleaned up immediately upon completion of work at that site. All scraps, debris, excess of excavated materials, packing materials, barricades and every other kind of trash or surplus material shall be picked up and hauled away, leaving the site neat, clean, and ready for use. F. CONTINUING MAINTENANCE OBLIGATION The Operator shall maintain all of the Pay Telephones in good repair as acceptable to the City of Miami Beach and shall be responsible for the cleaning, repairing or replacement of all parts thereof. However, the Operator shall not be responsible for the maintenance or repair of any sidewalks, walkway or curb to which the Pay Telephones are attached, unless such sidewalk, walkway or curb shall have been damaged through the acts or omission of the Operator, his agents, servants, sub-contractors or employees. The Operator shall provide the City with a complete maintenance program with a schedule of frequency of maintenance checks for each Pay Telephone. Graffiti removal shall be the responsibility of the operator and shall be included in the maintenance program and schedule. G. OPERATOR'S FAILURE TO CORRECT CONDITIONS The Operator shall correct any conditions making any Pay Telephone unacceptable to the general public, property owners in the vicinity of the Pay Telephone and the City of Miami Beach, the latter being the final judge of the criteria of acceptability. If any of the Pay Telephones to be maintained in this contract are deemed unacceptable by the City of Miami Beach, the Operator shall be notified in writing. The Operator's failure to correct the conditions within 48 hours of receipt of notice will result in the City of Miami Beach taking immediate remedial action. All costs incurred by the City of Miami Beach in correcting unacceptable conditions shall be charged to the Operator who shall reimburse the City of Miami Beach within ten (10) days of receipt of the City's invoice covering the charges. It is the intent of the City of Miami Beach to impress upon the Operator the need for continual maintenance of the Pay Telephones in as clean and presentable condition as possible. If the Operator fails to correct the conditions within five (5) days of notification, the City will perform the necessary repairs and maintenance corrections on the Pay Telephone and shall charge a minimum $500.00 fee for each Pay Telephone in violation. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 14 H. INSPECTION Pay Telephones will be subject to inspection by the City of Miami Beach at any time during the contract period for compliance with the Pay Telephone requirements established in this proposal and the subsequent Agreement standards. Such inspection is for the sole benefit of the City of Miami Beach and shall not relieve the Operator of the responsibility of providing measures to assure that the Pay Telephones strictly comply with the Contract documents. I. PLACEMENT LONDITIONS. (1) Location and Placement of Pay Telephones. (a) The installation of Pay Telephones in any manner connected with the Streets and Sidewalks within the City shall be subject to approval by the Department of Public Works, shall conform to the locations indicated in this Proposal and shall comply with the following requirements: (1) It shall be free of interference with the flow of pedestrians, wheelchairs, or vehicular traffic; (2) It shall allow ingress or egress from any place of business; (3) It shall be free of interference with the function of traffic signs or signals, hydrants, or mailboxes. (b) Pay Telephones shall be placed or otherwise secured so as to prevent their being blown down or around the Street or Sidewalk but they shall not be chained or otherwise secured to any traffic or street signs, signals, hydrants, mailboxes, or other Street amenities. (c) Pay Telephones shall be placed, installed, used, or maintained so as to comply with the Code of the City of Miami Beach and shall not be located within five (5) feet of any pedestrian crosswalk, bus stop, taxi stand, or counter window or within fifteen (15) feet of any fire hydrant, fire call box, police call box, or other emergency facility or within two (2) feet of the curb. (d) Upon receipt by the Director of a written complaint by a citizen, or oral or written communication from a representative of the Police Department, Fire Department, Code Enforcement Department, Building Department, Zoning Department, or Department of Public Works that the location and use of a Pay Telephone constitute RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 15 a threat to the health and welfare of the community, the Director shall conduct an investigation to ascertain whether the location and use of the Pay Telephone constitutes a threat to the health and welfare of the community and shall advise the City Manager of the condition. If the City Manager finds substantial evidence that the location and use of the Pay Telephone constitutes a threat to the health and welfare of the community, the Director shall then order that the Pay Telephone Operator initiate the Public Service Commission process to limit the Pay Telephone to outgoing calls only. If, within 90 days of the Director's order to initiate the process, the Pay Telephone has not been restricted to outgoing calls, or if the City Manager finds that the Pay Telephone continues to constitute a threat to the health and welfare of the community after the Pay Telephone has been restricted to outgoing calls, the Director shall ask the Operator to remove the Pay Telephone from the Street or Sidewalk upon five (5) days written notice. The Operator shall be allowed to provide a Pay Telephone at another location approved by the City of Miami Beach Public Works Department. A "threat to the health and welfare of the community" shall mean the existence of substantial criminal activity as defined in the proposal. (e) Pay Telephones shall not be permitted in any Single Family District or Low-Medium Intensity Multi Family District. (f) Pay Telephones shall be permitted in all Commercial Districts except they shall not be placed on the residential side of streets abutting residential districts. (g) The City prefers that no more than one Pay Telephone may be placed on a city block on each side of the street and at a minimum, every three city blocks or every 1000 ft., whichever is farthest. (h) No Pay Telephone shall be placed closer than 2'-0" from the curb and if the right of way dimension at any suggested location does not allow for this minimum dimension, then no Pay Telephone can be placed at that location. (i) Whenever feasible, Pay Telephones should be placed on landscaped right-of-ways and swale areas to minimize pedestrian traffic interference. G> Pay Telephones shall not be located on top of tree grates. (k) Pay Telephones shall be located at the midpoint of city blocks and not at or near the comers except where shown on the location map and approved by the City on a limited basis. (1) Pay Telephone locations shall be coordinated in such manner that if a Pay Telephone is located in a particular street side on the North-South orientation, no Pay Telephone RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 16 shall be placed in the adjacent city blocks on the East-West orientation. (m) Pay Telephones may be allowed in any State of Florida right-of way within the City, provided that the Operator obtain written approval for placement of Pay Telephones from the Florida Department of Transportation (FDOT). These streets are Fifth Street, Collins Avenue, 41st Street, Alton Road, Normandy Drive, 71st Street, Harding Avenue, and the portion of Indian Creek from 63rd Street to 71 st Street. (n) The City prefers that no Pay Telephones be placed on either side of Ocean Drive except where shown on the location map and approved by the City on a limited basis. (0) No Pay Telephones shall be allowed in City parks except within community or pool buildings. All Pay Telephone locations shall be subject to the approval of City staff and shall be shown in the map required with this Proposal and on an itemized list submitted with this Proposal. Before any pay telephones are installed, the operator shall survey the neighboring businesses and determine their acceptance of the specific placement. The results of the survey shall be submitted to the City with the required drawings and documentation. (3) Installation. Maintenance. and Technical Standards. (a) All technical. standards governing construction, reconstruction, installation, operation, maintenance, dismantling, testing, repair, and use of Pay Telephones provided for herein shall be in accordance with all applicable federal, state, and local laws and regulations, including but not limited to the most recent editions of the South Florida Building Code, National Electrical Code and the National Electrical Safety Code, Chapter 364, Florida Statutes, and the Public Service Commission Rules and Regulations. (b) If the Operator fails to satisfy the requirements of this Article, a five (5) day written notice to repair the Pay Telephone will be given. Ifrepairs do not occur within the five (5) day period after notice is given, the Public Works Department will perfonn the necessary repairs and maintenance corrections on the Pay Telephone. The cost shall be a minimum of $500.00 fee for each Pay Telephone in violation. (c) Pay Telephones shall be maintained in a neat and clean condition and in good repair at all times. Maintenance and service of Pay Telephones shall include, but not be limited to the following: RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 17 (I) All visible painted areas shall be kept reasonably free of chipped, faded, peeling, or cracked paint; (2) All visible unpainted metal areas shall be kept reasonably free of rust and corrosion; (3) All clear plastic or glass parts shall be kept unbroken and reasonably free of cracks, dents, graffiti, blemishes, and discoloration; (4) All paper or cardboard parts or inserts shall be kept reasonably free of tears, peeling, or fading; (5) The structural parts shall not be broken or unduly misshapen; (6) All telephone receivers shall be kept properly attached to the telephones; (7) No Pay Telephone(s) shall contain any advertising. (e) All Pay Telephones shall be installed in accordance with the manufacturer's installation procedure on the Adco Model 104 ST enclosure with sloped top and P-2000 pedestal or approved equal. The enclosure shall bear the logo of the City of Miami Beach. LIMITATIONS The Contract shall not be assignable by the Operator without the prior written permission of the City of Miami Beach through formal amendment. RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 18 SECTION In - PROPOSAL FORMAT Proposals must contain the following documents, each fully completed and signed as required. Proposals which do not include all required documentation or are not submitted in the required format, or which do not have the appropriate signatures on each document, may be deemed to be non-responsive. Non-responsive Proposals will receive no further consideration. ~ CONTENTS OF PROPOSAL 1. Table of Contents Outline in sequential order the major areas of the Proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Pro.posal Points to Address: Proposer must respond to all minimum requirements listed below, and provide documentation which demonstrates ability to satisfy all of the minimum qualification requirements. Proposals which do not contain such documentation may be deemed non-responsive. 3. Price Pro.posal Proposer must include fee which will be paid to the City on a per Pay Telephone and per year basis. 3. Acknowled2ffient of Addenda and Proposer Infonnation fonns (Section VIII) 4. The location map and the descriptive list showin~ all proposed locations on which the re!lPOnder intends to place a P&Y tele.phone. 4. Any other document required by this RFP. such as a Ouestionnaire or Proposal Guaranty . B. MINIMUM REQUIREMENTS I QUALIFICATIONS: The Proposer shall include documentation which demonstrates the Proposer has been in the business of operating Pay Telephones for a minimum of five (5) years. The Proposal shall also include the following: 1. The most recent audited financial statement available. 2. Five (5) references related to the installation and operation of Pay Telephones in the public right-of-way. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 19 3. Information on the technical expertise of the Proposer in installing and operating public Pay Telephones. 4. Copies of all necessary licenses required by the State to operate public Pay Telephones. RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 20 SECTION IV - EV ALUA TIONISELECTION PROCESS: CRITERIA FOR EV ALUA TION The procedure for Proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of Proposals. 3. Opening and listing of all Proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements of this RFP. If further infonnation is desired, Proposers 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 Proposal which they deem to be in the best interest of the City. The Evaluation Committee shall base its recommendations taking into consideration the following factors: A. Number of years Operator has been in business. B. Prior experience with the City of Miami Beach. C. Quality and comprehensiveness of maintenance program. D. Fee proposal. E. Financial capability which shall be based on an audited financial statement. The above is a representative but not exhaustive list of criteria. The Evaluation Committee may consider any other factors it deems appropriate or necessary for its recommendation. 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the Proposal or Proposals, acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject the City Manager's recommendation(s) and select another Proposal or Proposals. In any case, the City Commission shall select the Proposal or Proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all Proposals. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 21 8. Negotiations between the selected Proposer and the City Manager shall take place to arrive at a contract. Negotiations shall commence with the top-ranked Proposer. If after a reasonable period of time, negotiations fail to produce a mutually acceptable contract between the City and the top-ranked Proposer; the City Manager may proceed to negotiate with the second-ranked Proposer. This process will continue until an acceptable contract has been negotiated. 9. 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 proposer(s) has (or have) done so. Important Note: By submitting a Proposal, all Proposers 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. RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 22 SECTION V - SPECIAL TERMS AND CONDITIONS INDMDUAL OR CORPORATION FINANCIAL INFORMATION 1. Attach an audited rmancial statement that indicates the financial capacity and viability of the proposer to fulf'd1 the contract and complete the proposed capital improvements. This statement(s) should be certified by an independent certified Public Accountant. Further financial information may be required to clarify or to qualify the proposer for rmal selection. 2. Give the names and addresses of at least two (2) bank references. Include names and telephone numbers of specific persons who may be contacted. INSURANCE REOUIREMENTS See Insurance Check List for applicability to this contract. A. The Operator, at all times during the full duration of this contract, shall meet the following requirements: 1. Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory requirements of the State of Florida. 2. Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see checklist for limits) to protect the interests of the City against all risks of injury to persons (including death) or damage to property wherever located resulting from any action or operation under this contract. This policy is to provide coverage for premises/operations, independent contractor, broad form property damage, products/completed operations and contractual liability . 3. Maintain Automobile Liability Insurance including Property Damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. 4. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured, the insurance companies hereby agreed and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments. RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 23 5. No change or cancellation in insurance shall be made without thirty (30) days written notice to the City of Miami Beach Risk Manager. 6. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. 7. Original signed Certificates of Insurance, evidencing such coverage and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the concessionaire must submit updated certificates of insurance for as long a period as any work is still in progress. 8. It is understood and agreed that all policies of insurance provided by the Operator are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work performed in this contract. B. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City's Risk Manager. C. The Operator will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the Operator and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Operator and any subcontractors of their liabilities and obligations under the contract. Operator shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. D. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to consider the contract breached, and justifying the termination thereof. E. If Operator does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. F. It is understood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage provided by these policies for one insured hereunder with RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 24 respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereunder, other insured hereunder shall be considered members of the public; only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 25 xxx 1. xxx 2. xxx 3. xxx 5. INSURANCE CHECK LIST Worker's Compensation and Employer's Liability per the Statutory limits of the State of Florida. Comprehensive General Liability (occurrence form), limits of liability $500,000.00 per occurrence for bodily injury property damage to include Premises/Operations; Products and Completed Operations; Independent Contractors; Broad Form Property Damage Endorsement and Contractual Indemnity (Hold Harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $100,000/$300,000.00-50,000.00 each occurrence- ownedlnon-ownedlhired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverage. The City must be named as an additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _ Builders risk completed value $ .00 _ Liquor Liability $ .00 _ Fire Legal Lia~ility $ .00 _ Protection and Indemnity $ .00 _ Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the bid number and title. PROPOSER AND INSURANCE AGENT STATEMENT We understand the Insurance Requirements of these specifications as set both above, and as may be set forth elsewhere this RFP, and that evidence of this insurance may be required within five (5) days after bid opening. Bidder Signature ofInsurance Agent RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 26 SECTION VI - ATTACHMENTS A. Cone of Silence Ordinance No. 99-3164 B. Public Pay Telephone Sample Location Map RFP NO.: 61-98/99 CITY OF MIAMI BEACH DATE: May 18, 1999 27 .,. .' , , " . . ORDINANCE NO. ''''3164 AN OItDIN.\NC&OJPTID MAYOR AND CITY COMMISSION or 1'111 aTY or MIAMI 1lACB. rLOItIDA ISTABLJSIII1IfG A "'CONE Of SlLlNCI:" 'OR CITY COMPElIU..f; BlDDINC PRO<"t$DS. BY AMElmING CllAP'J'&R2 Of THE CODE OF TIU aTY or MIAMI .ZACR ENTITLED -A.DIIINJSTRAnoN," . aY AMDmING AR11a..& VII ~,. &" luLD -sTAND..uuJSOI'CONDOCr." BYCDA1'1NG DIVISION 4 DITITU:D "I'IlOC1JIU:ME." IIY CRZATlNG SECI'ION 2-4M &N'I1TLED -coNI: or SILINCE" ay PROVIDING fOIl A DUINITION. PlUJCUUIlI:S, AND I'ENALTIES; PROVIDING POll BnAU:R. 1IV&RAIIln'Y, JNa.tJIION JIll TIlE aTY CODE, AND AN &rncTIVt DAn:. WA':"'lEAJ.1IIe Mayar IDli City CozamiaiCII. ofdle City ofMWni BcIcb.. ~'* of Ildopdaa · "CClDI or SIIeIa" )llVClIdIn to JII'*Ct Ibe p.:o6<"ioaaI ~.it, of 1be City's "'O....,et1tlw blddiDa JIIOCZIIbJ ",;.a.c..1be Cit7'. ~""11IlItt _ .......,... .. paley Pili; a II d IlereiancopliDll t!ae ~1IuO. of requ:iriDf pcnoIIS or 1lo-- It . .. Jllltofllle City'. oompeti.tfw: pro ra co diIcIoIe III (a _......~ trich tbc CIty........ Ih.hl.~1DlI ~~ !. ~CIU .......eIecIId o1IIcills IIIdthe Clty'-....... . .-1 DIt~ ..... ...d~ ......'pc.....1bouId be ill wridDa 10 1bIa it b~ r gDil . petoflbe public NCOId; IIId 'WIIIUAS. 1M pRlpOIe4 poIic:, ...... tbt riaIa of iDcIividlal. II) Pahloa their ao'Vll'l\DDt Iacllhefr..... oftk:laIa; ad \1huucaAS,1be poky ...~.... -.... . tbe Ipirit of Florida'. Oow.~ in die' s........ Law. NOW, THERErORE, BE IT ORDAINED BY THE MAYOR A~D CITY COMMISSION OfTlii CITY or MIA.\U BEACH: SECTION I. Section 2-426. of Division" or Article VII or Chapl~i 2 of the ~1iami Beach City Code is hereby c:rea~ to rad as tollows: Article VII. StaDdards or Conduct .. . . Divi~jl)n 4. Pmeul't:mtnt Sl!~. 2-48li. ConI! orSilenrf .L. Conrr~ for me prnvision ofcrNVl" and ~~eI other than audit.tm.d IfJ.J'I>e.~~&.nl PJ:..&le ~~~r fMt\6l!tl!lr C~l.aL..M ~Cl CQ"'~fI, L&l "'Cone of Sil~e" is herebv defined to m~n a pmhihitinn on. tal any communic:atiftn tenrdincr a parri~u[Ar R~Jl~ fnr Prnl'kl!C..1 ("RPP") ~~st for Qualification!: {ttRFQ"l 'f!(Ju~~ for Ll!tte" offmert!5t (-RFT .1-) or bid he~~~ a ptltrnti.al vendnr 2tV~e providt!r bidd!!r lohh,,'i.st DI' cnn~nltan[ .and t"'~ City'~ nrnfeHion:l1 ~afF ineludin9. but n.ot limited 10 the City Ma.nlt"~' And hi!.'; or her ttaff- -and Ihl any c:ommunit:atinn rHATdir'lit a Ilartieular RFP RFO RFt.r or bid betwern the MaYer Citv Cnmmi"~on~ at their ~ti~ ~f& and allv m~h~ of the- C"","~ nmf~~iona.i ~ff ineludin" hut not limitM It'.) the City MSTUlG@f Md I1h or h~ ttaff Notwi1hmndln~ the fnre~ino t~ Cn~ nf Sil~ sball "nT .."",h, to cnmJ)l!tiriv~ "~:lse~ ror the a\\l8rd of CUBO "'o~ SHTP,.md StlJ'ta\( FUMe adrnini~~ bv the Miami Beach Office o(Communirv ~eIQpment. and ~ommunications with till! Citv Anomev and hi~ or her staff au Procedure fil A Cnrtf! o'Sil~r shall ~ it1lrtosed Uoon each RFP RFO Rl=LI.. and bid aft~r th~ sdvPl"rj~t of said RFP RFO. RFl.1 t\r bid. At the tiftV! nfimposjtion of the Cone ofSiJenee.. tfoJe City ~an_srer Of' his or Mr desit:m~ shall Dm'Yid~ rnr nublic ~otic:e ofth~ Cone of Silen~ ~ ~h\; Manager.dull) iftClude in an". DUhlie solieitatinn fer Voods :lnd 2l"Yic:es a !ltatement disclO!lna tile rtquiremenrs Df this ordina!"M!e Liil The Co~ of Silmce shall t~inarr a\ 31 the time d\e Ci~,.. MlIl\ager make~ hi~ Qr h~r wrin~ recommendation as In selertion of a . :2 Vi D.1r1kulm- RFP RFO RFU. 01' bid 10 me CitvCommission- provided, oowever th:u if the City Cnmmiuio'n refer!: the! ~1:1na:er.s rrenmmendation back In me Cilv ~1arlllr:<< Of' stalT (or ~ 1'l!Vi~. rh.! Cnne nr ~ilenr:r! ~hnll ~ reim~ u"ril :!~h rim~ 35 th~ ~1o.naner mnk~, a ~\lMrqlJenr written *nmmr1ldttrion IlT hl in thl! ~"'f!nl nf' r:nnrt:tlC~ for less than!: 1 0 000 00 when the ~ih.' ~(anaal!r executa the oonlr'aa W E.'I[cqJDon5 TtMt Dmvisions of Ihis ordin:lnce llhall nO! .:mv1v 10 oral communiarions III pre-bid conferences or:lll')~ntatinns before :t.:lation e~'lllWltion eornmi~ contract RCI&tiatirJft.l di~5inn!l durine :tn't,/ cuI\." noticed l1uhlie ~i.,O' pnbfi~ nrr~entarinn~ ~dp. In I~ C":i~ C'ommi~.on~ dllJ'ing anv rttJlv nnrrced rmblic m!!r!:inv conrra~t ~~iatinns with Ci~ staff rollowil18 the aw3Td or an RFP RFO RFLI or bid ~. th~ c~\'{ Comm,ssion or L~municaljDng in wririnV at .am" time \virh 3n'" Cit'\: f!mptO\iH. official or me-mbe'r of me eil,," Comruission unLess $peeiti~II'\o' nrohihitrd h\" the 2"nli~ble RFP R~O RFl r r.r bid docu~n~ 1ft!! biddf!.r or proposer shan fil~ :l COl')Y of any wri~ commlDlic:4tions ....ilh the Citv CI~k The City CI~rlc ~h.1I make copi~ .:!v.:lila~l~ ~o any person unon reaue!!t ... - Audit .!!lM IPSIC Conlracts (&} "C~fte' of" Silen~~ft i~ he~hv d~flnM In mean a pmnihition on. fa) ~\-' cnmmnniC2ri"'n~ '~i:1rd;n~ ~ Dal'ticular RFP RFO RFr r. or bid betwl!ert a ~::~~:~~':~~~~~=i~~= a: :::::~a;:f::: Cit~"'s omt'i!!ssional !lntTincludiOi bul not limited to the CilV Manall'cr and his: or her Staff and lbl anv oral enmmunic:ation rel.rdina: a pa-,;cular RFP RFO RJ:'LI or hid ~rw~ ~ Ma.\'nr C"it\.. Cnmmi~~irH1ers or their r~ective ~.aff~ and any membt!r at" [he <:In'.s p-o~~ional ~taff incfudini but nOT limited to the Citv Man~ and his or her- staff: :-.i~itlmalldini the forr-onincr the Cnne nfSileqee !haU nQt applv m communications with the Ci.,' ~rtom~' and hi~ or h~r staff. au ExCeDt as 'Provided in 5uMections ?(cl and 2{d) hereof a Cor-e nfSilencc shall be im~o5ed llpnn ea~h RFP RFQ. RFt.I~ or biG mr .audir n...A. IPgJC ~~l"\'i~&!'~ MTt!Tthl!! ad'\f~rtiV'mPT1t of said RFP R.FO RFlt or bid. At the! lime of ,hI!! jmnnsition or the Cone of Silen~e the! City M.a.nsI"er or his or her cJ~iin~ VJall pmvidl! For rh~ nunJi~ notice of the Cone ofSileonce The' Cone ofSileftCt! shnH ~inare II..I.eft tht: Cift l1.flti BIer .!](!!~!I!21lll..L..I:!tilllf' attdit dr W~Ir: .!1l8[Ji18e( a) at the time the City Manasr~r malc~ his O!' her written recommendation _s to the selection ora DMticular RFP RFO RFLI or bid to thl! Citlo Commission" pm....idm hoWEver. thnl if the City Commission rc~1'! the Manag~'s recommendation back to the Cin Manaler or stllfffor. 3 furtlu!r review ~ rnnP n"Sil~t! 1h2l1 Ix! reim~ unril such tim~ as ~ Mllnlllrrr maIc~ a YllKeq~nr written recommenda~ion or b) :; ~:~: ::~ of cQn~~ for I~E thlln $10.000 00 whltn mlt Cltv MGI\ICY I COnlflK:J ~ NOlhi"~ ennlained ne~in ...all rwcni!';r ~n... hidd~r nr rlroDO~r' r i\ fmm makinl! ~ublic ~rllrinno; ,:It duly ~'iced pre:hid C~?fere::~;:~~~~: duhr noticed ~~...II..n l!!Wh.JJltlnn cnmmltt~ meetln~' (lIl rm ., c:onlmcll'lll'l(. .li,It;~M dioo:nM<ions durina 3nv dulv noticed publi: ~~~r~; fiorJm ~npiri~ in eon~ ner1otiarinru. with. City ;Wf fnl1o~ an RFP R.FO RFLr or bid for audit hv the City Commi~~nn"nt {iv' fm~ rommunic.ating in writinl1 wilh .a.n" City emnloyee or nffi~iai tor nllQ'oses of seel:il\ll, cl~rificatilln Or Nttf!,io,,?1 inform~ti.nn f~m the ~ilV or =~~~ In rh~ Clf'" l r~QtJe!Ct for ~Iftnfi~anon or addTlrnnaJ rnfonnatlnrt.. su pt'O\;si01''' of~ :mnlic:lhle RFP RFO RFLI or bid doCtJrnefllS The bidder or nl'Qpo~r ShAn file .I COPy of anv written Communication v.~: ~~: ~;;:. Cleric Th~ ri~. CI~ $ha.l r "'.lre copi~ aV3.1lahle to the (!~"~I h' u n requ~~ U1l Nothinv contained ~~n shl!lll ~hibi[ any (~bbvi!lt ~~~~~:::;::.: oilier n~n or ennrv tMm pl,lbhc:lY addreurnv the (':1 _ durilll any dUly nolic:ed Dublic meetin.. tw:llarrlina action On ~\.i.~~;i fP&K; COnlr:l.~. ~ Cirv M.nn3~r !ihan int::ll1~ t" an" [)llbfi~ ~oH i f r audirine l!W rp~IC ~~rv1C~g a !tIa.t~en[ di~e]o$i"D' the reauirem~~; ~fdajs ordina~t! ~ Violatinno;/P~'ri~ an~ PmeM~ J.~Md;(;M ( Ihe~:~t~~~~~rll~~~~ ~ An alI1l1M "tolarIon nf thIS Section ~ bv a T r _. . shalT mbieer !laid bidder or proposer to me same oTnt'edures ~~:: ~~ = 2..4~7nl and (ll~ !hall render any RFP a.ward.. RFn ~ward_ RF ~_ 10 ~id bi~r or m'QPo..,r void~ ~ said biddll!1' or 1)m:~ ~~:I~f~:~: collS1d~d for llnv R~ RFO RFLr or bid for a contract for the 5.. 0 or ~ices fOT a peri~ ?f one year ~nv pe~~ who Vi~~:~:; ::::?~f:E ordtrUn~r' sh211 M pmFnhtred fro;" servmtr 0';' a en" l;t'JJ I~L~ . ~ commin~p In :ldtfitinn (0 any od)er nena[tv pmvidai hv law viol~~ion oi;~v Ilrovi.!;ion of this ordinance hv :! Citv II!mplmree ~hall subi~c~ sa~ i;:~ov:e : disd:pfinarv artiaD un m at'td ineludinv diVl'1ill;;~al Addiriongji... nv e ..vh h~ personal knoWI~II~. of II viol.arion nf [hi, o.rdin~ ~hall r~po~ = ~:~i;~n ~ ~h: Slate Arro~.... tlndlnr ma..~ file :1 complaint ""th rhe Mllml_ ." E hu~ C "",mi~5in". 4 S~C'TTnN 2. REPEALER. That 111 Ordinances or partS oiOrclinantes ill contlia herewith be and the same are hereby repealccL . SEmON 3. SEVltRARIUTV. If Iny section, subscctiOl1.. clause or provision of dtis Ordinance is hefd invalid, dle Iemainder sball not be affe=d by such invalidity. SECTYON" CODIIl1l'"TION It is the mDrion oilbe Mayor III\d City COmmissiOfl of the City of Miami Beach. and it is bcteby orcIaiDed !bat the proVisions of this ordUl.1nCt: shaIl bc<:ome and be made . part of the Code of tile City ofM"&aItli Beach, F1orida. The sections o(tbis ordinance may be renumbered or relettered to accomplish such inr.eatioJl, and !he word "ordinance" may be c:bll1\led to ~secliOl1'. "8l'ticle," or other appropriate word. SECTION ~. EFrECTlVE D4.TF. This Ordinance shall taJcc effect on tJJe ~ day of Juuary ,1999. PASSED and ADOPTED this ..!!!!.. day of January .1999. A TIEST: ~f PtU.~ CITY CLERK 'JII MAYOR .~""'.~""'_fIiIo APPROVED AS TO FOIM&~ & Fat IXECtrnoN lat ~.ad1D1 12/16/'. 2.d ~.&diaa 1/6/'9 5 ~~ IJliP- NORTH BEACH ZONE 4 MiDDLE BEACH ZONE 3 SOUTH BEACH ZONE 2 SOUTH BEACH ZONE 1 ..-'r:.~"..._ ..- I '31lP STREET . . , ~ 17'n&~TREET . ~ . , \o!'&-&-oI' WlAWI BC..ot OrT 07 SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY PROPOSER INFORMATION Submitted by: Proposer (Entity): Signature: Name (Typed): Address: CitylState: Telephone: Fax: It is understood and agreed by Proposer that the City reserves the right to reject any and all proposals, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also undentood and agreed by the Proposer that by submitting a Proposal, Proposer shall be deemed to undentand 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) RFP NO.: 61-98199 DATE: May 18, 1999 CITY OF MIAMI BEACH 28 REQUEST FOR PROPOSALS NO. (Number) ACKNO~EDGMENTOFADDENDA 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 RFP: 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 RFP. Verified with Procurement staff Name ofstaff Date (proposer - Name) (Date) (Signature) RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 29 DECLARATION .. TO: Sergio Rodriguez City Manager City of Miami Beach, Florida Submitted this day of ,1998. The undersigned, as Proposer, declares that the only persons interested in this Proposal are named herein; that no other person has any interest in this Proposal or in the contract to which this proposal pertains; that this Proposal is made without connection or arrangement with any other person; and that this Proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this Proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the Proposal pertains. The Proposer states that the Proposal is based upon the documents identified by the following number: RFP No. 61-98/99. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) RFP NO.: 61-98/99 DATE: May IS, 1999 CITY OF MIAMI BEACH 30 Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a COlJ)oration. answer this: When Incorporated: In what State: If Foreip COlJ)oration: 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 ofDiredors: RFP NO.: 61-98/99 DATE: May 18, 1999 QUESTIONNAIRE CITY OF MIAMI BEACH 31 Ouestionnaire ~ontinued) If a Partnership: Date of organization: General or Limited Partnership.: Name and Address of Each Partner: NAME ADDRESS · Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by proposer for a project similar to the proposed project ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the proposer 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: RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 32 Questionnaire (continued) 4. Has the proposer 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 bid and 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 proposer 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 proposal: (If none, so state.) RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 33 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have 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 aU persons and entities who may be involved with this ProposaL This list shall include public relation firms, lawyers and lobbyists. RFP NO.: 61-98/99 DATE: May 18, 1999 CITY OF MIAMI BEACH 34 The Proposer undentands that information contained in this Questionnaire will be relied npon by the City in awarding the proposed Contract and such information is warranted by the Proposer to be true. The undenigued Proposer 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 Proposer further undentands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the proposer 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 Signature By: (General Partner) (print Name) (print Name) WITNESSES: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: Secretary (CORPORATE SEAL) RFP NO.: 61-98/99 DATE: May 18,1999 CITY OF MIAMI BEACH 35 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 TELEPHONE: (305) 673.7490 SUNCOM: 13051 933-7490 FAX: (3051 673.7851 REQUEST FOR PROPOSAL NO. 61-98/99 (AMENDED) ADDENDUM NO.1 June 30, 1999 City of Miami Beach Request for Proposal No. 61-98/99 for THE PLACEMENT OF PUBLIC PAY TELEPHONES ON THE PUBLIC RIGHT-OF-WAY AND ON CITY PROPERTIES, is amended as follows: ADD.:. Prospective proposers must submit a request for the Citys' location map via e-mail to; procurement@ci.miami-beach.t1.us Upon receipt of the request, the Procurement Division will reply via e-mail with an AutoCad format file of the Location Map. AImi. Answers to Questions received to date, will be addressed in a following Addendum. ~. The bidder DUISl acknowledge receipt of this addendum, as well as receipt of all addenda, on the proposal page. -- All other terms and conditions of Request for Proposal No. 61-98/99 remain unchanged at this time. " -- CITY OF MIAMI BEACH U.U12~ Michael A. Rath, CPPB Procurement Director . LONE 4- Z.ONE 3 ZDNE Z. ZONE . . . . !\.. - ~'.:"1.. I ....9..~ .- ~ . I u _ ~-::;1Jli~~ ,'-. . -'-'-L:~ -..' , 7- .I~"''''M~I . ,-- .'~-~-':""v hl ~.';'-"i' .~-~-"-- ":"t""";~~~~ ~-..,.-~ "~--:;. .=.11 R--:i-~. ~~ll=,j.Ji! ur.-- ~_\~ >-., _ 8-, ."'-7 =, ~....~__ . r --. ':-~'" ~.' --J."" /, -- .........-'7"4 :;... c..T~"'i-:.. .- ,_...v:;.~:<';;'_~:;;;".\ I .:.._ ~ ----;:.~.; /..:;..o_",_-",_~ \ ~.='-'~_ 'i~~-=-~ ,.(7,,%,,;:.-;~, '.._, .: ~ .='~~/~.~ ' .- \\".' . -~~'~._-'A v ,,~- '. .. : . \ i'""'." "-""""':'.-.7'J...:/ \ ,'", '.' ';-~ =, ,;Y."j; r-- ',. ~:""':2"~' .~;;:,,, , ';0';" "-~..;.--- ~;~. 1'\ ~. ;. -.- .".'\L'-~." I ."1.... ~. i}j. / ~~'-'. .;."":' ;,?~~~.\'.f ;~~; ; 11..//{/I..:~ .,: (:~: '::: i I .: ' .,. \\i~ I ~:";: l:: \"i.\"'lo I a~ I I I 'fl." .~.\ I : .;j I fQ: : \\~'i . ::'''il "'II ~!"'i; . JIi;j ~=;,; g i /~f._=~~J\ ),' ~!)/'~~ ~7?lh./ /.~ ,,\. ~. ril'~.,:;~_:.=, I J"~ ~. :1jJj.'111JiE/i:B WI ,., ~(J"\..._p '{[i '7. ~:iA{{;E:~~!:i ~~. ~~:II'~"'~~;rr ~g / ~=~ ..~' Ii .ld\'~.>Ao ;fl.~ n' .'- (7))i ~Y.? i"'''' "'_;" '/ /' / ,;';)J'1!Sf/ --'~\Grl ,'~.. I~ ~ ~ I ~ 8 ~ , ~ - -. ( E~) fF1-' e...' \., r:-J; '.J U f7 fJ ~rk/U --'(~.;:n I/I:?:~. ~ -_.~.~ ;;e17l2k:"'f'j ~.~"'\ . 1'1.' L :':-';:~=~~'-:'i '/ I.:". .. 1 " iC -:".L,. ' -, ,. . ., .1 ., '/ 'I 7( .... -J<'-'!. -L, fA ",,' ':..;' _ _ .........._,.. _: I, \;;;;...') ;:..-,-..... ..J ':1'. 'i '--/ /- ~~:b=;=-~11 'I io,;,j /--=.:;.. l~=== ~'=-': ~ !:!=;'[-:~J:7'=;7\" -,e :.L ~. ....t.fi' \{f' '.:.1. IW~tf111 f \ ~rr~. !~~a!:rf;' I \1~~:-:a";"'.';1 ~ .! ~;"tf~b:i:~I,z'; / \ ;'~:~+tt;f.$/ 1..:, .tl:..[Li::.....:: '.:\~~~~~+~~;r..~, '~:t:i :if; '~=-- ''1'- .~I1..:; .;;;.;...~ -. , 383 ~ \ .,............ ~ . , -- ........ BEAOt CITY _ b 3c.!! 5na::r li1lL STR.EET I I iIO"!lL~ \ I , I I I , . CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us , , ':-\ m COMMISSION MEMORANDUM NO. ~ 35 -57' -TO: Mayor Neisen O. Kasdin and Members of the City Commission DATE: May 12,1999 FROM: Sergio Rodriguez City Manager SUBJECT: A RESOLUTIO THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE REQUEST FOR PROPOSALS (RFP) 61-98/99 FOR THE PLACEMENT OF PUBLIC PAY TELEPHONES ON THE PUBLIC RIGHT-OF-WAY AND ON CITY PROPERTIES. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. BACKGROUND: On July 26, 1995, Ordinance 95-3005 was adopted for the regulation, permitting and placement of public pay telephones in the public right-of-way_ The Ordinance intended to provide better management of the location of public pay telephones by the City and of the maintenance of pay telephones placed on the right- of-way. On March 20, 1996, Ordinance 96-3041 was adopted amending Ordinance 95-3005 by providing for modifications to the permit fees structure and substituting the pay telephone enclosure required by the City. On July 1, 1998, Ordinance 98-3129 was adopted further amending Ordinance 95-3005 by providing for immediate removal of pay telephones installed without permits and by establishing a removal and retrieval fee for pay telephones removed by the City. In 1998, Ordinance 95-3005 and its amendments were incorporated into the Code of the City of Miami Beach, Florida under Chapter 82. On December 2, 1998, Ordinance 98-3157 was adopted amending Chapter 82 by establishing a temporary moratorium on the issuance of public pay telephone permits and renewals for ninety (90) days. In this Commission agenda, an Ordinance is being submitted for second hearing to establish a second moratorium for 150 days to allow the City to complete the RFP process. ANALYSIS I I l.. At the Land Use and Development Committee meeting of October 19, 1998, there was discussion on the proliferation of pay telephones in the right-of-way and a proposal was presented to explore obtaining a AgendaItem C.ilL- 5-1'2- 99 Date 345