Loading...
C2A-Issue RFQ CMR To Provide Services For The Collins Park Parking Garage ProjecCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FOR A CONSTRUCTION MANAGER AT RISK FIRM (CMR) TO PROVIDE PRE-CONSTRUCTION SERVICES AND CONSTRUCTION PHASE SERVICES VIA A GUARANTEED MAXIMUM PRICE (GMP} AMENDMENT FOR THE COLLINS PARK PLACE PROJECT. Key Intended Outcome Supported: Ensure Safety And Appearance Of Building Structures And Sites; Improve Parking Availability; Ensure Value And Timely Delivery Of Capital Projects; Diversity Business Base In Miami Beach; Maximize Miami Beach As A Destination Brand; Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summa /Recommendation: On March 21, 2012, the City Commission adopted Resolution No. 2012-27869, approving a Professional Services Agreement between the City and a joint venture of Zaha Hadid Limited t!a Zaha Hadid Architects and Berenblum Busch Architecture, Inc. (the Consultant) for the Planning, Architectural, Engineering, Design, Bid and Award, And Construction Administration Services for the Collins Park Parking Garage Project. On January 16, 2013 the City Commission adopted the Basis of Design Report (BOOR), and on July 17, 2013, Resolution No. 2013-28289 was adopted authorizing the Administration to proceed to the detailed design phase of the Project. Collins Park Place, designed by Zaha Hadid Architects in consultation with Florida Executive Architect, Berenblum Busch Architecture, will be constructed on the two properties currently occupied by surface parking lots located on the south side of 23rd Street, behind the Miami Beach Regional Library and the Miami City Ballet building. The ground level of the proposed structure, between Park and Liberty Avenues, will provide approximately 17,500 sq. ft. of retail space, while the upper five (5) levels of the parking garage, which will bridge over Liberty Avenue, will accommodate approximately 470 parking spaces. The Project also contemplates a large public plaza at the ground level, just east of Liberty Avenue, which will merge into the Liberty Avenue right of way between 22nd and 23rd streets, turning it into a pedestrian street. The design takes a holistic approach to the site and considers the public plaza as one continuous landscape that unites the project site with the adjacent sites -Miami City Ballet and Miami Beach Regional Library. The Construction Manager at Risk (CMR) minimum eligibility and scope of services requirement are detailed in the attached RFQ. CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ for a Construction Manager at Risk firm (CMR) to provide pre-construction services and construction phase services via a Guaranteed Maximum Price (GMP) amendment for the Collins Park Parking Garage Project. RECOMMENDATION APPROVE THE ISSUANCE OF THE RFQ Advisory Board Recommendation: Financial Information: Source of Amount Funds: 1 N/A OBPI Total Financial Impact Summary: . MIAN\1 BEACH Account N/A 31 Approved Agenda Item C). A Date 10--{b-1-3 ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeochA.gov COMMISSION MEMORANDUM TO: Mayor Matti H. Bower and Members FROM: Jimmy L. Morales, City Manager DATE: October 16, 2013 SUBJECT: REQUEST FOR APPROVAL TO A HORIZE THE ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FOR A CONSTRUCTION MANAGER AT RISK FIRM (CMR) TO PROVIDE PRE-CONSTRUCTION SERVICES AND CONSTRUCTION PHASE SERVICES VIA A GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT FOR THE COLLINS PARK PARKING PLACE PROJECT. ADMINISTRATION RECOMMENDATION Authorize the issuance of the RFQ. BACKGROUND On March 21, 2012, the City Commission adopted Resolution No. 2012-27869, approving a Professional Services Agreement between the City and a joint venture of Zaha Hadid Limited t/a Zaha Hadid Architects and Berenblum Busch Architecture, Inc. (the Consultant) for the Planning, Architectural, Engineering, Design, Bid and Award, And Construction Administration Services for the Collins Park Parking Garage Project. On January 16, 2013 the City Commission adopted the Basis of Design Report {BOOR), and on July 17, 2013, Resolution No. 2013-28289 was adopted authorizing the Administration to proceed to the detailed design phase of the Project. SCOPE OF SERVICES Collins Park Place, designed by Zaha Hadid Architects in consultation with Florida Executive Architect, Berenblum Busch Architecture, will be constructed on the two properties currently occupied by surface parking lots located on the south side of 23rd Street, behind the Miami Beach Regional Library and the Miami City Ballet building. The ground level of the proposed structure, between Park and Liberty Avenues, will provide approximately 17,500 sq. ft. of retail space, while the upper five (5) levels of the parking garage, which will bridge over Liberty Avenue, will accommodate approximately 470 parking spaces. The Project also contemplates a large public plaza at the ground level, just east of Liberty Avenue, which will merge into the Liberty Avenue right of way between 22nd and 23rd streets, turning it into a pedestrian street. The design takes a holistic approach to the site and considers the public plaza as one continuous landscape that unites the project site with the adjacent sites -Miami City Ballet and Miami Beach Regional Library. The Construction Manager at Risk (CMR) minimum eligibility and scope of services requirement are detailed in the attached RFQ. 32 City Commission Memorandum -RFQ Issuance for CM at Risk Services for Collins Park Garage October 16, 2013 Page 2 of2 CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ for a Construction Manager at Risk firm (CMR) to provide pre-construction services and construction phase services via a Guaranteed Maximum Price (GMP) amendment for the Collins Park Parking Garage Project. ATTACHMENTS • Attachment A -454-2013-TC -For a Construction Manager at Risk Firm (CMR) to Provide Pre-Construction Services and Construction Phase Services Via a Guaranteed M~um Price (GMP) Amendment for the Collins Park Parking Garage Project. JLM/MT/ /OM/AD T:\AGENDA\2013\0ctober 16\Procurement\RFQ Issuance for Collins Park Garage CMR-MEMO.doc 33 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK SERVICES FOR THE CONSTRUCTION OF THE COLLINS PARK PLACE RFQ 2013-454-TC BID ISSUANCE DATE: RFQ DUE DATE: Thea Carrasco, Ph.D., CPPO, CPPB, Senior Procurement Specialist PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.miamibeachfl.gov ~ MIAMIBEACH 34 RFQ 2013-454-TC CONSTRUCTION MANAGER AT RISK SERVICES FOR THE CONSTRUCTION OF THE COLLINS PARK PLACE Section I Section II Section Ill Section IV Section V Section VI Section VII Section VIII TABLE OF CONTENTS Overview & Proposal Procedures ........................... . Minimum Qualifications Requirements .................... . Scope of Services .................................................. . Proposal Format ................................................... . Evaluation/Selection Process .................................. . Special Terms & Conditions: Insurance ........................ . General Conditions .............................................. . Appendices: A -Proposal Certification, Questionnaire & Requirements Affidavit B-Sample CMR Contract and Related Terms and Conditions 35 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, WWW'.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490, Fax: 786-394-4006 PUBLIC NOTICE Sealed proposals, as detailed herein, will be received until 3:00PM on, NOVEMBER 16, 2013, at the following address: City of Miami Beach City Hall Procurement Division -Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 ANY PROPOSAL RECEIVED AFTER 3:00PM ON THE PROPOSAL DUE DATE WILL BE RETURNED TO THE PROPOSER UNOPENED, AND WILL NOT BE CONSIDERED. THE RESPONSIBILITY FOR SUBMITTING PROPOSALS BEFORE THE STATED TIME AND DATE IS SOLELY THE RESPONSIBILITY OF THE PROPOSER. THE CITY WILL NOT BE RESPONSIBLE FOR DELAYS CAUSED BY MAIL, COURIER SERVICE, OR ANY OTHER ENTITY OR OCCURRENCE. The City utilizes PublicPurchase for automatic notification of bid opportunities and document fulfillment, including the issuance of any addendum to this RFP. This system allows vendors to register online and receive notification of new bids, addendums and awards. Registration is available through www.publicpurchase.com. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure receipt of any addendum issued to this RFP. Prospective proposers are solely responsible for assuring they have received any addendum issued to this RFP. Fallure to receive an addendum may result in disqualification of proposal submitted. Proposers are hereby advised that this RFP is subject to the following ordinances/resolutions, which may be found on the City of Miami Beach website: www.miamibeachfl.govfprocurement • CONE OF SILENCE--ORDINANCE NO. 2002-3378 • PROTEST PROCEDURES--ORDINANCE NO. 2002-3344. • DEBARMENT PROCEEDINGS--ORDINANCE NO. 2000-3234 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES--ORDINANCE NO. 2002-3363. • CAMPAIGN CONTRIBUTIONS BY VENDORS-ORDINANCE NO. 2003-3389. • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS - ORDINANCE NO. 2005-3494 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS-ORDINANCE NO. 2011-3747. • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE- CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES-ORDINANCE NO. 2011-3748. • CODE OF BUSINESS ETHICS--RESOLUTION NO. 2000-23879. All questions or requests for clarifications must be received by the procurement contact named above no later than ten (1 0) calendar days prior to the scheduled RFP due date. The City Clerk, rafaelgranado@miamibeachfl.gov, must copied on any question or comment submitted in response to this RFP. All responses to questions/clarifications will be sent to Proposers in the form of a written addendum. THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO ACCEPT ANY PROPOSAL DEEMED TO BE IN THE BEST INTEREST OF THE CITY, OR WAIVE ANY IRREGULARITY AND/OR INFORMALITY IN ANY PROPOSAL, OR REJECT ANY AND/OR ALL PROPOSALS. Sincerely, Alex Denis, CPPO Procurement Director 36 ------------ City of Miami Beach 1700 Convention Center Drive, Miami Beach, Florida 331 39, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305.673.7490 Fox: 786.394.4006 RFP No.: RFP 2013-454-TC RFP TITLE: Construction Manager At Risk Services For The Construction Of The Collins Pork Place NOTICE OF NO RESPONSE If not submitting a Proposal at this time, please detach this sheet from the RFP documents, complete the information requested, and return to the address listed above. NO PROPOSAL SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _ Not responding due to workload issues _Not responding due to minimum qualifications requirements _ Not responding due to scope of services _ Not responding due to project's size and/or complexity _OTHER. {Please specify)------------------ Note: Failure to respond, either by not submitting a proposal or this completed form, may result in your company being removed from the CiJy's bid list. We do ___ do not ___ want to be retained on your mailing list for future proposals for the type or product and/or service. Signature:-------------- Title:--------------- Company: _____________ __ Feedback The City of Miami Beach is interested in continuously improving the process through which it acquires required goods and services. Your feedback is important. Please provide any comments or suggestions which may assist the City in this endeavor, including information on requirements, timelines, and solicitation forms. 37 .~ (.L: :BEACH I • ''! ,.· SECTION I -OVERVIEW AND PROPOSAL PROCEDURES A. INTRODUCTION f BACKGROUND This project, Collins Park Place, designed by Zaha Hadid Architects in consultation with Florida Executive Architect, Berenblum Busch Architecture, will be constructed on the two properties currently occupied by surface parking lots located on the south side of 23rd Street, behind the Miami Beach Regional Library and the Miami City Ballet building. The ground level of the proposed structure, between Park and Liberty Avenues, will provide approximately 17,500 sq. ft. of retail space, while the upper five (5) levels of the parking garage, which will bridge over Liberty Avenue, will accommodate approximately 470 parking spaces. The Project also contemplates a large public plaza at the ground level, just east of Liberty Avenue, which will merge into the Liberty Avenue right of way between 22nd and 23rd streets, turning it into a pedestrian street. The design takes a holistic approach to the site and considers the public plaza as one continuous landscape that unites the project site with the adjacent sites -Miami City Ballet and Miami Beach Regional Library. Approximate Project Budget: $20,800,000 In accordance with Section 255.103, Florida Statutes, the City's goal to negotiate a mutually acceptable agreement with a construction management firm, pursuant to the process provided by Section 287.055, Florida Statutes, which is to be responsible for construction project scheduling and coordination in both preconstruction and construction phases and for the successful, timely, and economical completion of the project. B. RFP TIMETABLE The tentative schedule for this RFP is as follows: RFP Issued October 21, 2013 Pre-Proposal Meeting November 4, 2013 Deadline for Receipt of Questions November 16, 2013 Proposals Due November 26, 2013 Evaluation Committee Review December 10, 2013 Tentative Commission Approval Authorizing Negotiations January, 2014 Contract Negotiations TBD C. PROPOSAL SUBMISSION DUE DATE An original and ten (10) copies of complete Proposals, plus one electronic copy (CD or flash drive), must be received no later than 3:00 p.m. on the dated stated in Section 1(B), at the following address: City of Miami Beach City Hall Procurement Division --Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 The original and all copies, including the electronic copy, must be submitted to the Procurement Division in a sealed package clearly noted with the Proposer's name, address, and RFP number and title. No facsimile, electronic, or e-mail Proposals will be considered. THE RESPONSIBILITY FOR SUBMITTING A PROPOSAL IN RESPONSE TO THIS RFP, 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 MAIL, COURIER SERVICE, OR BY ANY OTHER ENTITY OR OCCURRENCE. ANY PROPOSAL RECEIVED AFTER STATED DUE DATE WILL BE RETURNED TO THE PROPOSER UNOPENED. PROPOSALS RECEIVED AFTER THE RFP DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. 1 I RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 38 D. PRE-PROPOSAL SUBMISSION MEETING A Pre-Proposal Submission Meeting will be held on the date noted in Section 1 (B) at 10:00 a.m. at the following address: City of Miami Beach City Hall -4th Floor, Manager's Large Conference Room, 1700 Convention Center Drive, Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in Section E of this RFP expressing their intent to participate via telephone. E. CONTACT INFORMATION I Contact: I Telephone: I Email: Requests for additional information or requests for clarifications must be made in writing to the Procurement Division. Facsimile or e-mail requests are acceptable. Please send all questions and/or requests for clarifications to the contact named above, with a copy to the City Clerk's Office at RafaeiGranado@miamibeachfl.gov, no later than the date specified in the RFP timetable. F. RESPONSE TO QUESTIONS & ADDENDUM TO RFP The Procurement contact will issue replies to inquiries and any other corrections or amendments, as he deems necessary, in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations (whether verbal or written), other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a Proposal that all addenda have been received. G. METHOD OF AWARD Pursuant to FS 287.055, the City shall first consider the qualifications of firms through the process outlined in Section V, Evaluation of Proposals. The ranking results of Step 1 & 2 outlined in Section V, Evaluation of Proposals, will be considered the City Manager who may recommend to the City Commission the propcser(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1} The ability, capacity and skill of the proposer to perform the contract. (2} Whether the proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the proposer. (4} The quality of performance of previous contracts. (5} The previous and existing compliance by the proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Following the final approval of ranking of qualified firms by the City Commission, the City shall attempt to negotiate mutually agreement with the top-ranked firm; and, if unsuccessful, will attempt to negotiate mutual agreement with second-ranked and third-ranked firms (as available), in order of rank. H. CONE OF SILENCE Pursuant to the city's Cone Of Silence Ordinance, as codified in section 2-486 of the City Code, proposers are advised that oral communications between the proposer, or their representatives and1) the Mayor and City Commissioners and their respective staff; or 2) members of the City's Administrative staff (including but not limited to the City Manager and his staff); or 3} Evaluation Committee members, is prohibited. 21 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLA.CE 39 ' '·' ~-" ;"BEACH /·/\lt-\lv\i I. MODIFICATION/WITHDRAWALS OF PROPOSALS A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. J. RFP POSTPONEMENT/CANCELLATION/REJECTION 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 any irregularities in this RFP, or in any Proposals received as a result of this RFP. K. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. L. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP}. M. FLORIDA PUBLIC RECORDS LAW Proposers are hereby notified that all Proposals including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1 }, Florida Statutes, and s. 24(a}, Art. 1 of the Slate Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the Proposals, whichever is earlier. N. NEGOTIATIONS The City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that by submitting a Proposal, no property interest or legal right of any kind shall be created at any time until and unless a contract has been agreed to; approved by the City; and executed by the parties. 0. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with the proceedings established pursuant to the City's bid protest procedures (Ordinance No. 2002-3344}, as codified in Sections 2-370 and 2-371 of the City Code. Protests not timely made pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. P. OBSERVANCE OF LAWS Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, nules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP {including, without limitation, the Americans with Disabilities Act. Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. Q. DEFAULT Failure or refusal of the successful Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a Proposal before such award is made and approved, may result in forfeiture of that 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 Proposer from the City's vendor list. 31 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 40 R. CONFLICT OF INTEREST All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten {1 0%) percent or more in the Proposer entity or any of its affiliates. S. PROPOSER'S RESPONSIBILITY Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. T. RELATIONSHIP TO THE CITY It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. U. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. V. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their Proposals, in the event of such non-compliance. W. CONE OF SILENCE This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Cone of Silence requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their Proposal voidable, in the event of such non-compliance. X. DEBARMENT ORDINANCE This RFP is subject to, and all Proposers are expected to be or become familiar witl1, the City's Debarment Ordinance (as adopted pursuant to Ordinance No. 200-3234, and as codified in Sections 2-397 through 2-406 of the City Code). Y. COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. Z. CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its bid/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 41 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 41 ~ rv\:?J/.: BEACH AA. AMERICAN WITH DISABILITIES ACT (ADA) Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at305-673-7000, Extension 2984. BB. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. SECTION II-MINIMUM QUALIFICATIONS REQUIREMENTS 1. Firm must be a licensed General Contractor in the State of Florida. 2. Firm must document approximately ten (1 0) years of experience in CM at Risk Projects. 3. Firm must have successfully completed at least seven (7) projects of similar scope, size and complexity. 4. Firm must have successfully completed at least three (3) projects in an urban setting, high traffic area. 5. Firm must have successfully achieved LEED certification in at least three (3) projects. 6. Superintendents must have a minimum of fifteen (15) years of experience approximately in the management of CM at Risks projects. Furthermore, this individual should have served as Superintendent on a minimum of three (3) previous projects of similar size and complexity, one of which is required to have achieved a USGBC LEED certification. 7. Project Manager must be a LEED accredited professional, with a minimum of ten (10) years of experience approximately in the management of CM at Risks projects. Furthermore, this individual should have served as Project Manager on a minimum of three (3) projects of similar size and complexity, one of which is required to have achieved a USGBC LEED certification. SECTION Ill-SCOPE OF SERVICES The Construction Manager at Risk (CMR) Scope of Services shall include, without limitation, all of the Preconstruction Services set forth below and, upon approval by the City of the Guaranteed Maximum Price (GMP), and as contemplated in any GMP Amendment or Amendments, and such other amendment(s) as necessary to fix and describe the parties' respective rights and responsibilities with respect to the Work and the Project, all of the Construction Services required to complete the Work in strict accordance with the Contract Documents, and to deliver the Project to the City at or below the GMP, when established, and within the Contract time. The CMR shall review Project requirements, existing on-site and off-site development, surveys and preliminary budget, and make recommendations to the City for revisions. The CMR shall prepare a preliminary Project Schedule in accordance with the Contract Documents and in coordination with the City and the ArchitecUEngineer, identifying all phases, critical path activities, and critical duties of each of the Project team members. The CMR shall, at each remaining design phase (i.e. 60%, 90% and 100% construction documents), review the plans and advise the City and the ArchitecUEngineer regarding the constructability of the design and of any errors, omissions, or conflicts it discovers. The CMR shall prepare an outline of proposed bid packages and detailed cost estimates, and advise the City regarding trends in the construction and labor markets that may affect the price or schedule of the Project. The CMR shall attend all Project related meetings. The CMR's Preconstruction Services shall be provided, and the City shall compensate the CMR for such services, based upon a fixed fee. At the conclusion of the Preconstruction Services, the CMR shall, without assuming the duties of the ArchitecUEngineer, warrant to the City, that the plans, specifications and other Contract Documents are consistent, practical, feasible and constructible, and that the Project is constructible within the contract time. The successful firm will be tasked with the following duties and responsibilities: Task 1-Coordination with the Design Professional: In providing the CMR's services described in this Agreement, the CMR shall maintain a working relationship with the Architect/Engineer. However, nothing in this Agreement shall be construed to mean that the CMR assumes any of the responsibilities or duties of the AlE. The CMR shall be solely responsible for construction means, methods, techniques, sequence and procedures used in the construction of the Project and for the safety of its personnel, property, and its operations for performing in accordance with the CMR's Agreement with the City. The AlE is responsible for the requirements of the Project as indicated in the Agreement between the City and the AlE The CMR's services shall be rendered compatibly and in cooperation with the AlE's services under the City. It is not intended that the services of the AlE and the CMR be competitive or duplicative, but rather be complementary. 51 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 42 Task 2 -Design Phase: Review of Design Documents, Scheduling, Estimating & Cost Control: The CMR shall meet with the Architect'Engineer and City representatives to review the most current ArchitecUEngineer's Agreement. The CMR shall ensure that the parties jointly review, modify as necessary, and agree to a single design schedule, to be called the revised most current ArchitecUEngineer's contract. The CMR, as a result of the above-noted review of the design documents and recommendations provided to the City, shall be fully responsible for the coordination of the drawings with the written specifications. This includes but is not limited to, the CMR's review of the construction documents in coordination of the drawings and specifications themselves, with the existing buildings and sites to ensure proper coordination and constructability and lack of connie!, and to minimize unforeseen conditions. The CMR shall, during this phase, be responsible for the proper identification and location of all utilities, services, and other underground facilities which may impact the Project. The CMR agrees specifically that no Contract Amendments shall be requested by the CMR or considered by the City for reasons involving conflicts in the documents; questions of clarity with regard to the documents; and incompatibility, or confiicts between the documents and the existing conditions, utilities, code issues and unforeseen underground conditions. Task 3 -Bid and Award Phase: The CMR shall prepare a Subcontractor's Prequalification Plan in compliance with the requirements currently determined by the City. The CMR shall submit to the City the CMR's list of pre-approved sub-contractors for each element of the Work to be sub-contracted by the CMR. This list shall be developed by the execution by the CMR of the sub- contractor's Pre-qualification Plan noted above. The City reserves the right to reject any sub-contractor proposed for any bid to be considered by the CMR. Any claims, objections or disputes arising out of the Pre-qualification Plan or list, are the responsibility of the CMR. The CMR shall hold harmless, indemnify, and defend the City, its employees, agents, and representatives in any matter arising out of the pre-qualification plan and/or the sub-contractor's list, except where the sole cause of the matter is a City directed decision. Task 4 -Guaranteed Maximum Price (GMP): After taking, reviewing and identifying the proposals from the responsive and responsible sub-contractors, the CMR shall propose to the City, a GMP, which shall be the sum of the proposed sub-contracts and the CMR's General Conditions (including any fee, profit, overhead and all like amounts) and the agreed upon Contingency amount. The GMP shall be the full and complete amount for which the CMR agrees to go forward from the receipt of sub-contract bids to the full completion of the Project. Prior to acceptance and execution of the GMP, the CMR shall submit a Best Value quality control plan that identifies risks and potential risks that the CMR does not control, or risk that is impacted by factors that the CMR does not control, and includes the CMR's plan to minimize that risk. A risk would be any existing or potential condition, situation or event that could negatively impact the project's ccst, schedule, quality and the City's expectations. Upon acceptance and execution of the GMP proposal, by the City, the CMR shall enter into sub-contract agreements with the sub- contractors selected for the amounts included in the GMP Proposal for that sub-contract work, and shall function as a General Contractor and comply with the Contract Documents accordingly with regard to the Project as well as a CMR with regard to other services required by the Contract Documents. Task 5-Construction Phase: Once the City has accepted the GMP, the City will issue a GMP Amendment which will include the Contract for Construction. CMR activities shall include, but are not limited to: • Coordinating site ccnstruction management services including but not limited to: regular job site meetings, maintaining daily on-site project log and schedule report, overseeing quality assurance, testing and inspection programs, monitoring construction management staff and sub-contractor work performance for deficiencies, maintaining reccrd copies of all contract documents, change orders and other documentation on site, overseeing construction management staff and subcontractor safety programs. • Staffing each assigned project in a satisfactory manner. As a minimum, the CMR site personnel during the construction phase will include: a full-time project manager, a full-time project superintendent and project administrative personnel. The CMR shall provide site personnel that are competent, English-speaking and able to communicate effectively. • Updating and maintaining master project schedules, detailed construction schedules, submittal schedules, inspection schedules and occupancy schedules. • Preparing a schedule of values associated with the bid package identified and submit it for approval by the Architect and City's representative(s). All payment requests must be in accordance with the schedule of values approved. • Processing payment requests for approval by the Architect and the City's representative(s). • Processing any change orders due to scope and modifications and shall submit it for approval by the Architect and the City's representative(s), including a cost estimate of the proposed change. • Processing requests for information and coordinate with the Architect 6 I RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 43 ' ' ,, ' ' . BEACH • Providing construction program accounting and reporting to the City as required. • Monitoring for the presence of existing asbestos containing building materials and certify to the City that no asbestos containing material has been used. • Providing monthly progress reports to the City. • Submitting exception-based status reports, associated with the Best Value Quality Control Plan, addressing conditions, situations, and events that introduce risk to the project. in terms of cost, schedule, quality, and City's expectations, and including the CMR's plan to mitigate the risk (s). • Coordinating with the Architect and City representative(s) the substantial and final inspections, prior to the Architect's approval and issuance of the Certificate of Substantial Completion. Task 6-Post-Construction Phase: The CMR will coordinate project closeout, start-up and transition to operation, per the contract for Construction. Activities include but are not limited to: • The CMR shall coordinate project close-out, start-up and transition to operation. • The CMR will coordinate with the Architect to provide a complete project record including project manual and CADD drawings to show all construction changes, additions, and deletions compared to the Construction Document (CADD disks will be provided to the CMR by the Architect). • The CMR will coordinate with the City to prepare the Certificate of Final Inspection. • The CMR will obtain and review for completeness, have corrected if necessary, and submit to the City, following the Architect's approval, all Warranties, Operations and Maintenance Manuals, and other such documents. • The CMR is responsible to the City for Warranties and Guaranties. • The CMR will complete all punch-list items generated by Contractor during their inspections. • The CMR will coordinate and conduct the Occupancy Evaluation and Warranty Inspection. SECTION IV-PROPOSAL FORMAT In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be presented in a three (3) ring binder and should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Minimum Qualification Re uirements In accordance with the minimum qualifications established in Section II, submit verifiable information to document each of the minimum qualification requirements. Minimum qualification requirements will be evaluated by the Evaluation Committee. All information necessary for the committee to evaluate compliance with the established minimum qualification requirements must be contained in the proposal submitted, or submitted within two (2) days of request by the City. Failure to submit information in sufficient detail for the committee to evaluate compliance with minimum qualifications may result in proposal rejection by the committee. Proposals not deemed to be in compliance with the minimum qualification requirements by the Evaluation Committee shall not be further considered. TAB 2 • erience & Qualifications. 2.1 PROPOSING FIRM EXPERIENCE. It is a requirement of the project that the Proposer have sufficient experience, at the discretion of the City, to successfully complete the project. To that end, the Proposer shall provide the following. , 2.1.1 Firm Qualifications. Provide sufficient detail to demonstrate the firm's ability to provide mulli-disciplinary management in the areas of facility assessment, scope definition/validation, planning, public engagement, cost estimating, scheduling, quality control and assurance plan, building code review/inspection, design, construction, closeout, and warranty services. 2.1.1.1 Architectural exposed concrete experience. List the firm's successfully completed projects comparable in design, scope, size and complexity, undertaken in the past ten (1 0) years that have architectural exposed concrete as a major component. · 2.1.1.2 Experience in the coordination of multiple exposed building systems. List the firm's successfully completed projects comparable in design, size and complexity undertaken in the last five (5) years that have multiple exposed building systems. 2.1.1.3 LEED Experience. List the firm's successfully completed projects comparable in design, scope, size and complexity, undertaken in the past five (5) years that achieved a USGBC LEED certification or greater. 2.2 PROJECT TEAM MEMBERS. It is a requirement of the project that the Proposer's staff the project with competent individuals and ualifled su ervisor ersonnel. To that end, the Pro oser shall rovide the followin 7 I RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 44 2.2.1 Organizational Chart. Provide an organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information, including LEED certification attained. Where applicable. proposed team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the Proposer shall include the following proposed project team members: • Project Manager. Provide a comprehensive summary of the experience and qualifications of the individual who will be selected to serve as the Project Manager. This individual must have a minimum of ten (1 0) years' experience in the management of construction projects, possess extensive knowledge in the management of construction projects, value engineering, working in a team environment, and is well versed in project schedules and budgeting. Furthermore, this individual should have served as Project Manager on projects having the same size and complexity, one of which is required to have achieved a USGBC LEED certification. • Construction Superintendent. Provide a comprehensive summary of the experience and qualifications of the individual who will be selected to serve as the Construction Superintendent. This individual must have a minimum of fifteen (15) years' experience in the management of construction projects, possess extensive knowledge in the management of construction projects, value engineering, working in a team environment, and is well versed in project schedules and budgeting. Furthermore, this individual should have served as Construction Superintendent on projects having the same size and complexity, one of which is required to have achieved a USGBC LEED certification. 2.2.2 Staffing Plan. A staffing plan that clearly illustrates the key elements of the organizational structure proposed to accomplish the management, design, construction, inspection and administrative services required. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Proposer shall clearly detail the role of all of the Sub-consultants and/or Sub-contractors proposed for the Project. 2.3 PAST CLIENT REFERENCES. Submit a minimum of five (5) references from past clients for which the Proposer has provided similar services as requested here. For each client reference, submit the following: • Project Description & Location. For each project submitted, submit contact information for the following: ./ Owner Or Agency ./ Architect Or Landscape Architect, Or Engineering Consultant ./ General Contractor (If Work Performed As A Sub Contractor) ./ Name Of General Contractor's Project Manager And Field Superintendent • Date Completed • Square Footage • Brief Description Of Work Performed • LEED Certification Level (Projected If Project Is Not Certified Yet) • Name Of Contractor's Designated Project Manager And Superintendent • Awarded Contract Amount And Final Contract Amount. Submit an Explanation Of Differences Between Awarded And Final Contract Amounts, If Difference Exceeded 5%. • Date Of Project Completion & Verification of Timely Completion. In addition to the references requested herein which the City may contact, the City reserves the right to utilize a third-party (e .. g, Rating Source, e-Vendor Check, etc.) for reference or background verifications. 2.5 LITIGATION HISTORY. Submit list of all pending or recent (within the last five years) litigation in which the firm, a project team member or any proposed sub-consultant has been named. 2.4 FINANCIAL CAPACITY. 2.4.1 D&B REPORTS. The prospective Provider shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Provider and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Provider. The prospective Provider shall request the report from D&B at https:/fsupplierportal.dnb.comlwebapplwcs/storesfservletfSupplierPortal?storeld=11696 In addition to the D&B information, the City may require proposers shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co venture, each Proposers involved in the co venture must submit financial statements as indicated above. 2.4.2 BONDING CAPACITY. Submit written verification of bonding capacity equal or exceeding the amount of project budget by a licensed surety company rated excellent ("A" or better) in the current A.M. Best Guide and qualified to do business within the State of Florida. 81 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PlACE 45 TAB 3 • e of Services & Methodolo 3.1 SCOPE OF SERVICES. Proposer will be required to submit a narrative of its team's approach to the project. This narrative should address: Task 1 -Coordination with the Design Professional Task 2-Design Phase: Review of Design Documents, Scheduling, Estimating & Cost Control Task 3-Bid and Award Phase Task 4-Guaranteed Maximum Price (GMP) Task 5-Construction Phase Task 6-Post-Construction Phase 3.2 PROJECT METHODOLOGY: Proposer will be required to submit a narrative of its team's approach to the project. This narrative should include: 1. A management plan including, techniques for 'partnering' with the community's merchants, tenants and residents and its approach to a project of this nature with construction activities as described in the Scope. 2. The Proposer shall provide a detailed description of the key Project activities, to include final design and construction activities approach, including coordination of multiple building systems. 3. The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall address methodology, site logistics, sequencing and phasing of the various work efforts. 4. The Proposer shall describe the efforts involved in coordinating with Florida Power and Light (FPL), AT&T and Atlantic Broadband (ABB). 5. Proposer shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater drainage system, street lighting system, landscaping etc., relative to the applicable agency(ies) and entity(ies}, e.g. City of Miami Beach, SFWMD, FOOT, FDEP, USACOE, Miami-Dade County RER, Fl. Dept. of Health, etc. 6. Proposer shall describe their Quality Assurance I Quality Control Plan ("QA/QC Plan") for the Work, including design, construction, coordination, implementation and completion of the Project. The Proposer shall explain its QA/QC Plan and the plan for any of its subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. 3.3 RISK ASSESSMENT PLAN: Proposer will be required to submit a narrative of its team's approach to the project. This narrative should include: All Consultants must submit a Risk-Assessment Plan (RAP). The RAP must not be longer than two (2) pages front side of page only should be included within the RFQ response. The RAP should address the following items in a clear and generic language: 2.7.1 Potential project risks. (Areas that may cause the Contractor not to finish on time, not finish with budget, cause any change orders, or be a source of dissatisfaction with the owner) 2.7.2 Explanation of how the risks can be avoided/minimized 2.7.3 Propose any options that could increase the value of this project 2.7.4 Explain Proposer experience in avoiding or minimizing potential risks. 2.5 OTHER SUBMITTAL REQUIREMENTS: Proposer will be required to submit a narrative of its team's approach to the project. This narrative should include: SECTION V-EVALUATION J SELECTION PROCESS The procedure for response, evaluation and selection will be as follows: The RFP will be issued 1. A Pre-Proposal Submission Meeting with potential Proposers will be conducted. 2. All timely received Proposals will be opened and listed. 3. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the RFP. If further information is desired, Proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process. 4. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. Step 1 Evaluation. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: a. Review and score all proposals received, with or without conducting interview sessions; or b. Review all proposals received and short-list one or more proposers to be further considered during subsequent interview session(s) (using the same criteria}. 91 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 46 ~ fi\iAt/d BEACH Step 1 · Qualitative Criteria Maximum Points Proposer Experience and Qualifications, including Financial Capability Approach and Methodology 50 40 TOTAL AVAILABLE STEP 1 POINTS 90 Step 2 Evaluation. Following the results of Step 1 Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Step 2 -Quantitative Criteria ( Local and Veterans Preference) D&B Supplier Risk Scores 10 Miami Beach-Based Vendor 5 Veterans and State-Certified Service-Disabled Veteran O&B Supplier Evaluation Report. The prospective Provider shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Provider and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Provider. The prospective Provider shall request the report from D&B at https :J/su ppl ierportal.d n b. com/webapp/wcs/sto reslservlet/Su pp I ierPo rtal?storeld=11696 In addition to the D&B information, the City may require proposers shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co venture, each Proposers involved in the co-venture must submit financial statements as indicated above. Scores derived from the D&B Supplier Evaluation Report shall b d I d · d 'th th ~ II · f I e eve ope 1n accor ance w1 e o ow1ng ormu a: Sample Objective Formula for Supplier Risk Vendor Total Points D&B Awarded Risk Level Low (1-3.5) 10 Medium (3.6-6.5) 5 High (6.6-9) 0 At the conclusion of the Evaluation Comm1ttee Step 1 sconng, Step 2 Pomts w1ll be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to ran kings in accordance with the example below: Committee Member 1 Committee Member2 Rank 2 Low Aggregate Score 3 7 8 Fmal Ranking'* 1 2 3 • Step 2 Points calculated by DPM. ** Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission. 10 I RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 47 ~ !';\I AI/\ BEACH SECTION VI -SPECIAL TERMS AND CONDITIONS: INSURANCE REQUIREMENTS The Provider shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE JRD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 11 I RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 48 SECTION VII -GENERAL CONDITIONS 1. GENERAL TERMS AND CONDITIONS. It IS the responsibility of the Proposer to become thoroughly familiar with the Proposal requirements. tenms and conditions of this solicitation. Ignorance by the Proposer of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Proposer. 2. DEFINITIONS. The following words, tenms and phrases, when used, shall have the meanings ascribed to them except where the context clea~y indicates a different meaning. a. Proposal -shall refer to any offer(s) submitted in response to this solicitation. b. Proposer /Contractor/Offeror-Any individual, finm. or corporation submitting a proposal for this Project acting directly or through a duly authorized representative. c. Proposal Solicitation -shall mean this solicitation documentation, including any and all addenda. d. Proposal Submittal Form-defines the requirement of items to be purchased, and must be completed and submitted with Proposal. The Proposer should indicate its name in the appropriate space on each page. e. City-shall refer to City of Miami Beach, Florida f. City Commission . City Commission shall mean the governing and legislative body of the City. g. City Manager -City Manager shall mean the Chief Administrative Officer of the City. h. Comparable Facility - A facility that. when considering size, use, revenue, and other applicable criteria, is similar to the Miami Beach Convention Center (MBCC) which includes 1.2 million gross square foot facility averaging a minimum of $6 million in annual gross food and beverage sales. Controlling Financial Interest -means the ownership, directly or indirectly, of 1 0% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a finm. j. Domestic Partner: The term Domestic Partner shall mean any two (2) adults of the same or opposite sex, who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration. or with an internal registry maintained by the employer of at least one of the domestic partners. A Contractor may institute an internal registry to allow for the provision of equal benefits to employees with domestic partner who do nat register their partnerships pursuant to a governmental body authorizing such registration, or who are located in a jurisdiction where no such governmental domestic partnership exists. k. Enrolled Vendor-shall refer to a firm that has completed the City of Miami Beach Pre-Qualification process and has satisfied all requirements to enter into a business agreement with the City. Evaluation Committee • A committee of individuals appointed by the City Manager that may include City perscnnel, residents, industry experts and other individuals whose purpose is to evaluate the proposals received in response to this RFP and who may make a non-binding recommendation to the City Manager on the selection of a short-list of proposer (s) who the City Manager. at his or her discretion, may present to the City Commission for consideration and, if approved by the City Commission, who may be further considered during the contract negotiation phase. m. Firm -means a corporation, partnership, business trust or any legal entity other than a natural person. n. Negotiation Team • A committee of individuals appointed by the City Manager that may include City personnel, residents, industry experts and other individuals whose purpose is to negotiate a contract, after City Commission has approved a short-list of proposer (s), and who may make a non-binding recommendation to the City Manager on the selection of short-listed proposer (s) who the City Manager, at his or her discretion, may present to the City Commission for consideration and final award. o. Successful Proposer -shall mean the Proposer (s) recommended for award. 121 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 49 p. q. r. s. 3. 4. 5. 6. 7. 8. 9. Term Applicant -shall rnean an individual, partnership, or corporation, which submits an application 10 response to this solicitation. Responsible Proposer: A proposer who is qualified, as determined by the City, on the basis of the following criteria: • Whether the proposer can perfonm the contract within the time specified, without delay or Interference. The character. integrity, reputation, judgment experience and efficiency of the proposer . The quality of performance of previous contracts. The previous and existing compliance by the proposer with laws and ordinances relating to the contract Responsive Proposer • 8 proposer whose submittal is determined by the City to be in conformance with the conditions, requirements, and specifications detailed in the specifications. Vendor-a person and/or entity, which has been selected by the City as the successful proposer on a present or pending proposal for goods. equipment or services, or has been approved by the City on a present or pending award for goods, equipment or services, prior to or upon execution of a contract. purchase order or standing order. For additional information about on-line vendor enrollment or vendor pre-qualification, please contact Procurement at 1700 Convention Center Drive, Miami Beach, FL 33139; Phone 305-673-7490. Or email: procurement@miamibeachfl.gov Vendors can register with the City by going to the website: wv.w.miamibeachfl.gov and click on Procurement under City Departments. PRICES QUOTED. Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the proposalding specifications. In case of discrepancy in computing the amcunt of the proposal, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). Discounts for prompt payment; The Proposer may offer cash discounts for prompt payments: however, such discounts will not be considered in determining the lowest price during proposal evaluation. Proposers are requested to provide prompt payment tenms in the space provided on the Proposal submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be proposal separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in detenmination of award of proposal(s). TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. MISTAKES. Proposer s are expected to examine the specifications, delivery schedules, proposal prices. and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the proposer's risk and may result in the proposal being non-responsive. CONDITION AND PACKAGING. Proposer guarantees items offered and delivered to be the current standard production model at time of proposal and shall offer expiration dating of at least one year or later. Proposer also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacture~s standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Proposal, all manufactured items and fabricated assemblies shall be U.l. listed or re-examination listing where such has been established by UL for the item(s) offered and furnished. CITY'S RIGHT TO WAIVE OR REJECT PROPOSALS. The City Commission reserves the right to waive any infonmalities or imegularities in this Proposal; or to reject all proposals, or any part of any proposal. as it deems necessary and in the best interest of the City of Miami Beach. EQUIVALENTS. If a proposer offers makes of equipment or brands of supplies other than those specified in the Proposal specifications, he must so indicate in his proposal. Specific article(s) of equipment'supplies shall conform in quality, design and construction with all published claims of the manufacturer. 10. The proposer shall indicate in the Proposal Form the manufacture(s name and number if proposing other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Proposal. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE PROPOSAL. NO PROPOSALS WILL BE CONSIDERED WITHOUT THIS INFORMATION. 11. Lacking any written indication of intent to quote an alternate brand or model number, the proposal will be considered as a proposal in complete compliance with the Proposal specifications. 12. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Proposer s shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 13. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first pliolity" under the emergency conditions noted above. 14. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not confomring to specifications, may be rejected and returned at the proposer 's expense. These items, as well as items not delivered as per delivery date in proposal and/or purchase order, may be purchased by the City, at its discretion, on the open market Any increase in cost may be charged against the proposer . Any violation of these stipulations may also result in the proposer's name being removed from the City's vendor list. 15. PRODUCT INFORMATION. Product literature, specifications, and technical infomration, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this proposal as an attachment to the "PROPOSAL FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 16. SAMPLES. Proposals submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request be returned at the proposer's expense. Proposers will be responsible for the removal of all samples furnished within (30) days after proposal opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the proposer 's name. Failure of the proposer to either deliver required samples, or to clearly identify samples may be reason for rejection of the proposal. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. 17. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Fliday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30A.M. to 5:00P.M. 18. INTERPRETATIONS. Any questions concerning the Proposal conditions and specifications should be submitted, in writing, to the City's Department of Procurement Management (DPM) 1700 Convention Center 131 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 50 Drive, Miami Beach, FL 33139.orfacsimile: 786-394-4075. 19. LATE SUBMISSION. All proposals received after the date. time. and place specified in the Proposal, will be returned to the proposer unopened, and will not be considered. The responsibility for submitting proposals before the stated time and date is solely the responsibility of the proposer . The City will not be responsible tor delays caused by mail, courier service, or any other entity or occurrence. Facsimile, electronic, or e-mailed proposals will not be accepted. 20. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful proposer until acceptance by the City, unless loss or damage results from the gross negltgence or willful misconduct of the City. 21. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the proposer's expense. 22. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Proposal specifications, free of damage or defect, and properly invoiced. 23. DISPUTES. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 24. LEGAL REQUIREMENTS. The proposer shall be required to comply with all federal, State of Florida, Miami"Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the proposer with/of Applicable Laws will in no way be a cause for relief from responsibility. 25. PATENTS & ROYALTIES. The proposer shall indemnify and save harmless the City of Miami Beach, Flolida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or oopyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost alising from the use of such design, device, or materials in any way involved in the work. 26. OSHA. The proposer warrants to the City that any work, services, supplies, materials or El{lUipment supplied pursuant to this Proposal shall conform in all respects to the standards set forth in the Occupaltonal Safety and Health Act of 1970, as amen<led, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the proposer. 27. MANNER OF PERFORMANCE. Proposer agrees to perfomn its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit or registration cunrently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract 28. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 29. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202. Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color. religion, sex or national origin. 30. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request TTY users may also call 711 (Florida Relay Service). 31. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where proposers are required to enter or go on to Ci~ of Miami Beach property to deliver materials or perform work or services as a resu~ of the Proposal, the proposer will assume lhe full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The proposer shall be liable for any damages or loss to the City occasioned by negligence of the proposer , or his/her officers, employees. contractors. and/or agents, for failure to comply with Applicable Laws. 32. PROPOSAL BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Proposal Bonds, when required, shall be submitted with the proposal in the amount specified in the Special Conditions. After acceptance of the proposal, the City will notify the successful proposer to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 33. DEFAULT. Failure or refusal of a proposer to execute a contract upon award, or withdrawal of a proposal before such award is made, may result in forfeiture of that portion of any proposal sure~ required as liquidated damages incurred by the City thereby: or, where surety is not required, failure to execute a contract as described above may be grounds for removing the proposer from the City's proposers list 34. CANCELLATION. In the event any of the provisions of this Proposal are violated by the proposer , the City shall give written notice to the proposer stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the Ci~, through its City Manager. may declare the contract in default and terminate same, without further notice required to the proposer Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract al any time and for any reason, without cause and for convenience. and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the proposer. 35. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show punchase order numbers and shall be submitted to the ordering City depa rtrnent. 36. SUBSTITUTIONS. The City WILL NOT accept substitute shipments of any kind. The proposer is expected to furnish the brand quoted in its proposal. Any substitute shipments will be returned at the proposer 's expense. 37. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the proposer 's facilities at any time, upon reasonable prior written or verbal notice. 38. PROTEST. In the event a prospective proposer wishes to protest any part of lhe General Conditions, Special Conditions and/or Technical Specifications contained in this it must file a notice of protest in writing to the Procurement Director, with a copy to the City Clerk, at least ten (10) business days prior to the Proposal opening date and hour specified in the solicitation. Any proposer , who has a substantial interest in, and is aggrieved in connection with the solicitation or proposed award may protest to the City Manager or his or her designee anytime until two (2) business days following the release of the City Manager's written recommendation to the City Commission, as same is set forth and 14[ RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 51 released in the City Commission agenda packet, for award of the proposal in question in accordance with City of Miami Beach Ordinance No. 2002- 3344, which establishes procedures for proposal protests and which can be found on the Procurement website. Failure Ia file a timely notice of protest will constitute a waiver of proceedings. 39. CLARIFICATION AND ADDENDA TO PROPOSAL SPECIFICATIONS: If a proposer is in doubt as to the true meaning of the Proposal specifications, or other Proposal documents, or any part thereof, the proposer must submit to the City, at least ten (10) calendar days prior to the scheduled Proposal opening date, a request for clarification NO QUESTIONS WILL BE RECEIVED VERBALLY DR AFTER SAID DEADLINE. 40. Any interpretation of the Proposal, including, without limitation, responses to questions and request for clarification(s) from proposers, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The proposer shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in section 5.0, Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a proposal non-responsive. 41. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Proposal. 42. Any questions or clarifications concerning the Proposal shall be submitted in writing to the Department of Procurement Management (DPM) 1700 Convention Center Drive, Miami Beach, FL 33139 with a copy to the City Clerk 43. DEMONSTRATION OF COMPETENCY. 44. Pre-award inspection of the proposer's facility may be made prior to the award of contract 45. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Proposal. 46. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Proposal. 47. The terms "equipment and organization•, as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. 48. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer , including past performance (experience), in making an award that is in the best interest of the City. 49. The City may require proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual sou nee of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material confiicts between information provided by the source of supply and the information contained in the proposer 's proposal may render the proposal non-responsive. 50. The City may, during the period that the contract between the Ci~ and the successful proposer is in !once, review the suocessful proposer's record of performance to ensure that the proposer is continuing to provide sufficient financial support, equipment, and organization as prescribed in this proposal. Irrespective of the proposer 's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful proposer no longer possesses the financial support, equipment, and organization which would have been necessary during the proposal evaluation period in order to comply with the demonstration of competency required under this subsection. 51. DETERMINATION OF AWARD. Unless otherwise stated in the Special Conditions, The City Commission shall award the proposal to the lowest and best proposer . In determining the lowest and best proposer , in addition to price, there shall be considered the following: a. The ability, capacity and skill of the proposer to perform the contract. b. Whether the proposer can perform the contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the proposer. d. The quality of performance of previous contracts. e. The previous and existing compliance by the proposer with Applicable Laws relating to the contract. 52. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without lhe prior written consent of the City. 53. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 54. OPTIONAL CONTRACT USAGE. When the successful proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 55. SPOT MARKET PURCHASES. II is the intent of the City to purchase the items specifically listed in this Proposal from the successful proposer. However, the City reserves the right to purchase lhe items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 56. ELIMINATION FROM CONSIDERATION. This proposal shall not be awarded to any person or firm who is in arrears to the City upon any debt. taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 57. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order far a given amount subsequent to the award of this Proposal. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low proposer meets specifications. 58. COLLUSION. Where twa (2) or more related parties each submit a proposal or proposals for any contract, such proposals or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such proposal or proposals. "Related parties" means proposer s or the principals thereof which have a direct or indirect ownership interest in another proposer for the same contract, or in which a parent company or the principals thereof of one (1) proposer have a direct or indirect ownership interest in another proposer for the same contract. Proposal or proposals found to be collusive shall be rejected. 59. Proposer s who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive propasalding may be terminated for cause. 60. DISPUTES. In the event of a conflict between the Proposal documents, the order of priority of the documents shall be as follows: 61. Any contract or agreement resulting from the award of this Proposal; then 62. Addendum issued for this Proposal. with the latest Addendum taking precedence; then 63. The Proposal; then 64. The proposer's proposal in response to the Proposal. 151 RFQ 2013-454-TC CMR SERVICES FOR COLLINS PARK PLACE 52 65. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Proposal opening because of a disability must contact the Procurement Division. 66. GRATUITIES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Proposal. 67. SIGNED PROPOSAL CONSIDERED AN OFFER. The signed proposal shall be considered an offer on the part of the proposer , which offer shall be deemed accepted upon award of the proposal by the City Commission. In case of default on the part of the successful proposer , after such acceptance, the City may procure the items or services from other sources and hold the proposer responsible far any excess cost occasioned or incurred thereby. 68. TIE PROPOSALS. In accordance with Florida Statues Section 287.087, regarding identical tie proposals, preference will be given to proposer s certifying that they have implemented a drug free worll place program. A certification form will be required. In the event of a continued tie between two or more proposer s after consideration of the drug free workplace program, the City"s Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between proposer s that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 69. DELIVERY TIME. Proposers shall specify in the attached Proposal Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 70. TERMINATION FOR DEFAULT. If the successful proposer shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Proposal and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the worll and/or services then remaining to be performed by giving written notice to the proposer of such termination, which shall become effective upon receipt by the proposer of the written termination notice. 71. In that event, the City shall compensate the successful proposer in aocordance with the term of the contract for all worll and/or services satisfactorily performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. 72. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the proposer , and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. 73. The City may, at its discretion, provide reasonable 'cure period" for any contractual violation prior to termination of the contract: should the successful proposer fail to take the corrective action specified in the C1ty's notice of default within lhe allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 74. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the worll and/or services then remaining to be performed, at any time, by giving written notice to the successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unf1nished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful proposer in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, worll and/or services actually performed by the successful proposer , and shall also compensate the proposer for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this subsection. 75. INDEMNIFICATION. The successful Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Proposer or its employees, agents, servants, partners, principals or subcontractors. The successful Proposer shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successfu I Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Proposer shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement 76. MODIFICATIONIWJTHDRAWALS 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. 77. Proposals shall be irrevocable unUI contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 161 RFQ 2013454-TC CMR SERVICES FOR COLLINS PARK PLACE 53 78. EXCEPTIONS TO PROPOSAL. Proposers are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Proposal. Proposers who fail to satisfy the requirements in this Proposal. may be deemed non-responsive and receive no further consideration. Should your proposed proposal not be able to meet one (1) or more of the requirements set forth in this Proposal and you ane proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of proposals The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of proposals. 79. FLORIDA PUBLIC RECORDS LAW. Proposers are heneby notified that all Proposal including, without limitation, any and all information and documentation submitted therewith. are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as other.vise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclose<J except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. APPENDIX A ~ MIAMI BEACH Proposal Certification, Questionnaire & Requirements Affidavit RFP 2013-454-TC CONSTRUCTION MANAGER AT RISK SERVICES FOR THE CONSTRUCTION OF THE COLLINS PARK GARAGE DEPARTMENT OF PROCUREMENT MANAGEMENT 1 700 Convention Center Drive Miami Beach, Florida 33139 54 ----------- Solicitation No: 2013-317ME Solicitation Title: Management and Opera~ons for Street Markets Procurement Contact Maria Estevez Tel: 305-1373-7234 I Email:mestevez@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain SOLICITATION and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: I No of Years in Business: I No of Years in Business Locally: I No. of Employees: I OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS CITY: STATE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO. .. The C1ty reserves the nght to seek add1t1onallnformabon from proposer or other source(s), mcludmg but not l1m1ted to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. 55 2. 3. Miami Beach Based (LoTI) Ve~dor. Is proposer a Miami Beach based firm? YES c=J NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach, as required pursuant to ordinance 2011-3747, to demonstrate that the Proposer is a Miami Beach Based Vendor. Veteran Owned Business~oser a veteran owned business? L_j YES c=J NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 5. Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. If an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. If "No" litigation or regulatory action has been filed against your firm(s), please provide a statement to that effect. Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful, misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against proposer, or any proposer team member firm, in the past five (5) years. If Proposer has no litigation history or regulatory action in the past 5 years, submit a statement accordingly. 6. References & Past Performance. Pre~oser sl=lall Sl:lbmit at least three (a) references fer 'NI=Iem tl=le proposer has coA1pletea werk siA1ilar in si;ze ana nal~:~re as the werk referenced in solicitation. Maitionally, Preposer sheula pro•o'iae reference with the Contraoter Client S~:~r.·ey pro•,·iaed as an attachment to the solicitation, aml request that yeur reference subA1it the completed sup;ey to directly to tl=le eentractinfl e#icer named in the solicitation. IR erEier te he seRsidereEI, sur.reys must be seRt te the Presurement Division directly by tf:le referense. A minimum of three (3) references are req1:1irea. THIS SECTION IS SUPERCEDED BY REFERENCE REQUIREMENTS ESTABLISHED IN SECTIONV. SUBMITTAL REQUIREMENT: Propeser shall subrnil a miniml:lA1 of three (3) references, includinfl tl=le follewinfl infermatien: 1) Firm ~Jame, 2) Contact lndiviEII:lal ~Jarne & Title, 3) Adaress, 4) Telephone, 6) Centast's Email ana e) Narrative on Sco~e of Ser.rices Previaed. Additionally, each reference sl'lo1:1ld submit Contractor Client S1:1r.rey incl1:1dea in the solicitatien directl•t te tl=le CiW. Pref3oser may Sl:lBA1il adelitional references ana ask that aaaitional references subrnil client surlJOys as applicable. 7. Suspension, Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-rrforjance by any public sector agency? c===J YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 8. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the even! of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in ITN. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. January 16, 2013 City of Miami Beach 56 RFQ No: 022-2013TC 19 of 29 9. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics {"Code") and submit that Code to the Procurement Division with its bid/response or within five {5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfi.gov/procurement'. 10. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13 {October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it detenmines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfi.gov/procurement'. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 11. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005- 3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly perfonming work on the contract within the City of Miami Beach. A Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? c:=J YES c:=J NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners• or to domestic partners of employees? c:=J YES c:=J NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Health Sick Leave Family Medical Leave Bereavement Leave January 16. 2013 City of Miami Beach Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners 57 Firm does not Provide Benefit RFQ No: 022-2013TC 20 of 29 If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. 12. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 12. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 2 Addendum 7 Addendum 3 Addendum 8 Addendum 4 Addendum 9 Addendum 5 Addendum 10 . . If additional confirmation of addendum IS reqUired, submit under separate cover . January 16. 2013 City of Miami Beach 58 Addendum 11 Addendum 12 Addendum 13 Addendum 14 Addendum 15 RFQ No: 022-2013TC 21 of 29 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this RFP, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this RFP, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this RFP are submitted at the sole risk and responsibility of the party submitting such Proposal. This RFP is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed bid form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the RFP, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this RFP, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the RFP, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The RFP and any disputes arising from the RFP shall be governed by and construed in accordance with the laws of the State of Florida. January 16. 2013 City of Miami Beach 59 RFQ No: 022-2013TC 22 of 29 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this I TN, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the I TN, and any released Addenda and understand that the following are requirements of this SOLICITATION and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative Title or Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: January 16, 2013 City of Miami Beach County of ) stated that (s)he is the of _____ , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: 60 RFQ No: 022-2013TC 23 of 29 APPENDIX B ~ MIAMI BEACH -------·-··-······-··--·-· ---------------- Sample Construction Management at Risk Contract and Related Terms and Conditions & Forms ---------... .. ----------------------~~~~ RFP 2013-454-TC CONSTRUCTION MANAGER AT RISK SERVICES FOR THE CONSTRUCTION OF THE COLLINS PARK GARAGE January 16, 2013 City of Miami Beach DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 61 RFQ No: 022-2013TC 24of 29 ----- NOTE: THE SAMPLE CONTRACT. REQUIRED FORMS (E.G., BONDS) AND OTHER TERMS AND CONDITIONS ARE BEING REVIEWED AND FINALIZED WITH THE LEGAL DEPARTMENT. 62