Loading...
C2A-Issue RFQ Infrastructure Condition Assessment And Master Plan Of Lincoln RoaCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FOR AN INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD Item Summary/Recommendation: BACKGROUND The City is engaging in a process to develop a master plan for the Lincoln Road pedestrian retail destination is wholly owned by the City. The objective of this Request for Qualifications is to enter into a contract with a responsive and responsible contractor to undertake a master planning process for Lincoln Road improvements, including a facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, to ad 1 ress the following concerns: • The overall condition of many of Lincoln Road's structures, surfaces and systems are in poor condition and in general need of a refresh or replacement. Although $20 million in programmed over two years in the City's adopted Capital Improvement Program (FY 2014/15 and FY 2015/16) for upgrading the Lincoln Road venue, including its infrastructure, there is no master plan in place to provide an overall comprehensive plan or specifications for the use of the funds • There is a lack of information in the City regarding the existing infrastructure; including specifications for the pumps for the various water features and fountains, for the light fixtures, etc. The objective is to complete the master planning process for Lincoln Road improvements by FY 2014/15 when funding becomes available, the scope of which will cover the area from 17th Street to Lincoln Road South and from West Avenue to Collins Avenue, inclusive of Lincoln Lane, North Lincoln Lane, and side streets south to Lincoln Lane and north to Lincoln Road North. SCOPE OF SERVICES In general, the scope of services includes facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, all of which would interface to the City's Geographic Information System (GIS). The facilities and infrastructure assessment components will help the City determine the condition and required replacement cycles of both above and below ground facilities and infrastructure components of the Lincoln Road mall. The inclusion of these components in the master planning process will assure that identified deficiencies are included in future improvements, resulting in greater accuracy of capital resource requirements and predictability of future maintenance expenses. In addition, the scope would include coordination and integration of improvements with the City Center 9B Basis Of Design Report (BOOR) and any approved program for the Miami Beach Convention Center Renovation and Expansion project, as well as an evaluation of any impacts to the surrounding residential areas RECOMMENDATION APPROVE THE ISSUANCE OF THE RFQ Advisory Board Recommendation: IN/A Financial Information: Source of Amount Funds: 1 N/A OBPI Total Financial Impact Summary: C1t Clerk's Office Le islat1ve Trackin Alex Denis, ext. 7 490 Sign-Offs: A T:\AGENDA\2014\Ja \Procurement\RFQ 2014~050-SR-LINCOLN R MASTERPLANIISSU NCE SUMMARY-RFQ 050-2014-SR-lincoln Road /\1\IA/V\IBEACH 27 Account N/A Approved City Ma Agenda Item --=C'--.9.----'--'If-::- Date {-IS-/'{_ ~ MIAMI BEACH - City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members the City/ Commission FROM: Jimmy L. Morales, City Manager DATE: January 15, 2014 SUBJECT REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FOR AN INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ADMINISTRATION RECOMMENDATION Authorize the issuance of the RFP. BACKGROUND The City is engaging in a process to develop a master plan for the Lincoln Road pedestrian retail destination is wholly owned by the City. The objective of this Request for Qualifications is to enter into a contract with a responsive and responsible contractor to undertake a master planning process for Lincoln Road improvements, including facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, to address the following concerns: • The overall condition of many of Lincoln Road's structures, surfaces and systems are in poor condition and in general need of a refresh or replacement. Although $20 million in programmed over two years in the City's adopted Capital Improvement Program (FY 2014/15 and FY 2015/16) for upgrading the Lincoln Road venue, including its infrastructure, there is no master plan in place to provide an overall comprehensive plan or specifications for the use of the funds • There is a lack of information in the City regarding the existing infrastructure; including specifications for the pumps for the various water features and fountains, for the light fixtures, etc. The objective is to complete the master planning process for Lincoln Road improvements by FY 2014/15 when funding becomes available, the scope of which will cover the area from 17th Street to Lincoln Road South and from West Avenue to Collins Avenue inclusive of Lincoln Lane, North Lincoln Lane, and side streets south to Lincoln Lane and North to Lincoln Road North. SCOPE OF SERVICES Please Reference Section Ill in Attachment A: RFQ 2014-050-SR Solicitation for An Infrastructure Condition Assessment and Master Plan of the Lincoln Road Mall 28 City Commission Memorandum -RFQ Issuance for An lnfrastructure Condition Assessment and Master Plan of the Lincoln Road MaH January 15, 2014 Page 2of2 MINIMUM QUALIFICATIONS Please Reference Section II in Attachment A: RFQ 2014-050-SR Solicitation for An Infrastructure Condition Assessment and Master Plan of Lincoln Road. MINIMUM DOCUMENTATION SUBMITTAL REQUIREMENTS Please Reference Section IV in Attachment A: RFQ 2014-050-SR Solicitation for An Infrastructure Condition Assessment and Master Plan of the Lincoln Road Mall EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION Please Reference Section V in Attachment A: RFQ 2014-050-SR Solicitation for An Infrastructure Condition Assessment and Master Plan of Lincoln Road. CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2014-050-SR for An Infrastructure Condition Assessment and Master Plan of Lincoln Road. JLM/KGB/AD Attachment A: RFQ 2014-050-SR Solicitation for An Infrastructure Condition Assessment and Master Plan of Lincoln Road. T:\AGENDA\2014\January\Procurement\RFQ 2014-050-SR -LINCOLN ROAD MALL INFRASTRUCTURE CONDITION ASSESSMENT AND MASTERPLANIISSUANCE MEMO-RFQ 050-2014-SR-Lincoln Road Master Plan.docx 29 REQUEST FOR QUALIFICATIONS (RFQ) FOR AN INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD RFQ 2014-050-SR BID ISSUANCE DATE: THURSDAY, JANUARY 16, 2014 RFQ DUE DATE AND TIME: TUESDAY, FEBRUARY 18, 2014 BY 3:00PM ISSUED BY: /\AIA/V\1 BEACH Sandra M. Rico, Senior Procurement Specialist DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x 6230 I srico@miamibeachfl.gov 30 CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive -Third Floor Miami Beach, Florida 33139 Tel: 305-673-7490 I Fox: 786-394-4404 I www.miomibeachH.gov j~ALAMIBE c SOLICITATION SUMMARY Solicitation No. Solicitation Title: Basic Description of the Scope of Work: RFQ 2014-050-SR Infrastructure Condition Assessment and Master Plan of Lincoln Road The City is engaging in a process to develop a master plan for the Lincoln Road pedestrian retail destination is wholly owned by the City. The objective of this Request for Qualifications is to enter into a contract with a responsive and responsible contractor to undertake a master planning process for Lincoln Road improvements, including a facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, to address the following concerns: • The overall condition of many of Lincoln Road's structures, surfaces and systems are in poor condition and in general need of a refresh or replacement. Although $20 million in programmed over two years in the City's adopted Capital Improvement Program (FY 2014/15 and FY 2015/16) for upgrading the Lincoln Road venue, including its infrastructure, there is no master plan in place to provide an overall comprehensive plan or specifications for the use of the funds • There is a lack of information in the City regarding the existing infrastructure; including specifications for the pumps for the various water features and fountains, for the light fixtures, etc. The objective is to complete the master planning process for Lincoln Road improvements by FY 2014/15 when funding becomes available, the scope of which wlll cover the area from 17th Street to Lincoln Road South and from West Avenue to Collins Avenue, inclusive of Lincoln Lane, North Lincoln Lane, and side streets south to Lincoln Lane and north to Lincoln Road North. The master planning process will include facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, all of which would interface to the City's Geographic Information System (GIS). The facilities and infrastructure assessment components will help the City determine the condition and required replacement cycles of both above and below ground facilities and infrastructure components of Lincoln Road. The inclusion of these components in the master planning process will assure that identified deficiencies are included in future improvements, resulting in greater accuracy of capital resource requirements and predictability of future maintenance expenses. In addition, the scope would include coordination and integration of improvements with the City Center 9B Basis Of Design Report (BODR) and any approved program for the Miami Beach Convention Center Renovation and Expansion project, as well as an evaluation of any impacts to the 21 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ Ml!\!v\1 BEACH 31 surrounding residential areas. Solicitation Issuance Date: Thursday, January 16th, 2014 Pre-Proposal Conference: Date: Monday, January 28, 2014@ 10:00 AM D Meeting is Mandatory.* Location: ~ Meeting is not mandatory, but strongly City Manager's Large Conference Room encouraged. Miami Beach City Hall, 4th Floor 1700 Convention Center Drive D No Pre-Proposal Conference will be held. Miami Beach, FL 33139 * Bids received from proposers who have not Dial-in Instructions: • Dial the Telephone Number: 888-270-9936 attended the Mandatory Pre-Bid Conference will not be considered. • Enter the Meeting Number: 1142644 and then press the pound (#) key Last Day for Receipt of Questions: Friday, February 7th, 2014@ 3:00 PM Proposal Due Date & Time: Tuesday, February 18th, 2014@ 2:00PM Proposal Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Proposal Submittal Location: Procurement Management De~artment City Hall, Third Floor 1700 Convention Center Drive Miami Beach, FL 33039 Procurement Contact Information: Sandra M. Rico Senior Procurement Specialist Phone: 305.673.7000 ext. 6230 E-mail: srico@miamibeachfl.gov 3 1 RFO 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD G tv\lf\lv\1 BEACH 32 PROPOSAL SUBMITTAL CHECKLIST Proposal Submittal to Include the Following: Sealed Package: No. of Copies of Proposal to be submitted: TAB 1-Bid Tender Form TAB 2 -Bid Certification, Questionnaire & Affidavits Note: all documents must be signed prior to submittal. Submit Proposal in opaque, sealed envelope or container clearly marked on the exterior with the following information: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 1 -Original Signed Bid Proposal 3 -Copies of Bid Proposal 1 -Electronic Copy (CD or USB Drive} of Bid Proposal NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com 41 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD <e /v\I,AJv~l BEACH 33 MIAMI BEACH RFQ 2014-050-SR FOR AN INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD 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 ............................................... . 7 13 13 14 15 17 18 Appendices............................................................ 23 Appendix A-Proposal Certification, Questionnaire & Requirements Affidavit Appendix B-Sample Contract and Related Terms and Conditions 51 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD G I~V\IA.MI BEACH 34 DEPARTMENT OF PROCUREMENT MANAGEMENT /V\IAIV\ BE CITY OF MIAMI BEACH 1700 Convention Center Drive-Third Floor Miami Beach, Florida 33139 Tel: 305-673-7490 I Fox: 786-394-4404 I www.miamibeachfl.gov RFQ No.: RFQ 2014-050-SR RFQ TITLE: INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN THE LINCOLN ROAD NOTICE OF NO RESPONSE If not submitting a Proposal at this time, please detach this sheet from the RFQ 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 Qf this completed form, may result in your company being removed from the City'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. 6 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD (9 •"'/ BEACH 35 SECTION I ·OVERVIEW AND PROPOSAL PROCEDURES A. INTRODUCTION I BACKGROUND The City is engaging in a process to develop a master plan for the Lincoln Road pedestrian retail destination is wholly owned by the City. The objective of this Request for Qualifications is to enter into a contract with a responsive and responsible contractor to undertake a master planning process for Lincoln Road improvements, including a facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, to address the following concerns: • The overall condition of many of Lincoln Road's structures, surfaces and systems are in poor condition and in general need of a refresh or replacement. Although $20 million in programmed over two years in the City's adopted Capital Improvement Program (FY 2014/15 and FY 2015/16) for upgrading the Lincoln Road venue, including its infrastructure, there is no master plan in place to provide an overall comprehensive plan or specifications for the use of the funds • There is a lack of information in the City regarding the existing infrastructure; including specifications for the pumps for the various water features and fountains, for the light fixtures, etc. LINCOLN ROAD-AN HISTORICAL OVERVIEW In 1914, a year before the "Town of Miami Beach" was incorporated, Lincoln Road was conceived of and built by Carl Fisher (developer of the Indianapolis Speedway) to command the attention of America's industrial and social elite. Lincoln Road was destined to become "The Fifth Avenue of the South". Fisher, who was often referred to as "the Father of Miami Beach", specifically intended for the road to be the "high end" retail hinge of Miami Beach. Fisher's vision gave exceptional urbane credibility to the otherwise small and fiedgling seaside resort community built on a sandbar. It not only brought visitors seeking the warmth of the tropical sun but also wealthy new residents accustomed to the amenity of fine shopping and high profile promenading. As a result of Fisher's early and extraordinary marketing skills, Lincoln Road, from the 1920s through the 1940s, attracted premier retailers both large and small, including Bonwit Teller, Saks Fifth Avenue, Peck & Peck, Burdines, Wilma of New York, and Furs dein-bacher of the Waldorf Astoria, just to name a few. In addition, it graciously accommodated the glassy and glamorous showrooms for America's finest automobiles, including Cadillac, Fleetwood, LaSalle, Chrysler, and Lincoln -many of these showrooms have been restored and adaptively reused today. The finest grand theaters and movie houses also flocked to Lincoln Road, including the Beach Theater, Lincoln Theater, the Colony Theater, and later the Carib Theater. In February of 1941, LIFE Magazine, summarized Lincoln Road as follows: "Here in nine short blocks is an array of elegant shops which, in miniature, combines New York's Fifth Avenue, Chicago's Michigan Boulevard, London's once-blessed Bond Street and Paris' once-precious Rue de Ia Paix. Its wide walkways are lined with the windows of world-famous establishments .... " During the 'teens' and 1920s, the architecture of the Road was characterized by the splendors and richness of the Mediterranean Revival style, as may still be seen today in the Community Church built by Fisher in 1921, at the corner of Drexel Avenue, and the fully recreated Bonwit Teller store, today the home of Victoria's Secret, at the corner of Jefferson Avenue. Following the Great Hurricane of 1926, which destroyed much of the City's architecture, as well as the Great Market Crash of 1929, the style of Miami Beach's architecture swung in a more modern and affordable direction, which would later become known as "Art Deco". This new style reflected the hopes and aspirations of changing times and technological advancement in combination with the modern interpretation of ancient aesthetic values. It was a Depression era architecture of great optimism and high spirit, as may be seen in the fully restored Lincoln Theater Building, at the corner of Pennsylvania Avenue, and the streamlined Sterling Building, located between Jefferson and Michigan Avenues. In the decade immediately following World War II, however, the direction of development and design in Miami Beach swung once again in a new direction. Two fabulous new hotels, the Fontainebleau and the Eden Roc, both designed by the brilliant architect, Morris Lapidus, recalibrated the definition of modern hospitality and resort amenity to create what became known as full service "American Plan" hotels. These grand new hostelries included their own high end retail shops, restaurants, cafes, and theaters, as well as lavish landscaped grounds for promenading. Suddenly, there was no need for guests to leave their hotels to shop and promenade on Lincoln Road-the lavish new hotels provided it all, plus the beach. In the 1950s Lincoln Road went into steep decline. Many of the major retailers closed their doors and the Road became a shadow of its former self, desperate for a reprieve. And so in 1957, the City forefathers and surviving Lincoln Road merchants sought the guidance and wisdom of none other than architect, Morris Lapidus, to retrieve and expand upon the earlier vision of Carl Fisher for the "Fifth Avenue of the South". In 1959, Mr. Lapidus proposed a plan to close eight blocks of Lincoln Road to vehicular traffic in 71 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD lb. -BEACH 36 order to create one of the nation's first open pedestrian retail malls. In justifying his proposal, Morris rightly proclaimed, "/designed Lincoln Road for people; a car never bought anything." Mr. Lapidus further stated, '·Jt would become the showcase of the We stem world ... one that might in itself attract over three million visitor-shoppers a year". And so when Lincoln Road reopened on November 27, 1960, it was transformed (albeit with modest budget), replacing the original asphalt traffic lanes with "sparkling fountains, long sweeps of greenery, flowers, trees, and a series of spectacular exhibits': not to mention Morris Lapidus' iconic black and white piano- key striping. But the direction of both technology and American travel trends continued to evolve dramatically after the World War, causing the Road to falter once again in the 1970s. The advent of the Boeing 707 Jetliner late in the 1950s ushered in the hugely impactful new "Jet Age". As jet travel became safe, affordable, and convenient, American travelers largely abandoned Florida's tropical resorts for the more distant but now easily accessible shores of the Mediterranean as well as Acapulco, to mention but a few new destinations. The fine shops and pleasant promenade of Lincoln Road alone could, no longer, compete. During the 1970s, the 1980s, and into the early 1990s, much of South Florida's economy languished in a deep economic slowdown. Then, on May 14, 1979, the Keeper of the National Register, in Washington, D.C., listed the Miami Beach Architectural District (affectionately known today as the "Art Deco District") on the National Register of Historic Places, inclusive of Lincoln Road, bringing new national focus to the seaside community built on a sandbar. By 1992, the City of Miami Beach created the locally designated Flamingo Park Historic District, also inclusive of Lincoln Road. This ensured the first legal protection of historic structures on Lincoln Road from wholesale demolition, which would later include the protection of Morris Lapidus' iconic mall structures and features as well. As high end retailers were leaving the Road during this 70s and 80s, two contrasting things began to happen. While many of the vacant stores were re-occupied by steel gated electronics and souvenir shops with garish lights and bawdy advertising others were acquired and occupied by local artists and art galleries who moved in to try to sustain and foster pedestrian activity and cultural vitality on the Road. The most preeminent of the art groups was the Art Center South Florida (ACSF), which purchased three Lincoln Road properties in 1984 to create affordable studio and gallery spaces for young artists (ACSF still owns and operates two of these properties - a great cultural asset to the Road). These artists and the few remaining long time retail merchants who were able to hang on, were the true heroes who carried Lincoln Road through its darkest decades. So great had become the decline of Lincoln Road during this period that in 1984 a bond issue was put on the ballot to reopen the Road to four lanes of traffic plus two parking lanes. Fortuitously, the bond issue failed at the polls but consideration of reopening the Road to traffic persisted beyond 1992, even as the Flamingo Park Historic District was expanded northward to embrace and protect eight blocks of the Road from wholesale demolition. While the reopening of Lincoln Road to vehicular traffic seems almost inconceivable today, this fate was largely averted by the formation of the Lincoln Road Task Force, in 1992, an offshoot of the Miami Beach (Community) Development Corporation, with a view toward enhancing the Road for commercial and cultural development. The keen focus of the Task Force triggered the creation of its successor entity, the Lincoln Road Partnership (a partnership between the Lincoln Road merchants/property owners/cultural institutions/local citizens, and the City) with the same goal in mind. Two years later, as result of the work of the Partnership, the City provided $11.7 million in construction funds for enhancing the Road along with the creation of a special tax assessment district of affected Lincoln Road properties to raise an additional $4.5 million in funding, for a total of $16.2 million for design services and appropriate new construction. A design competition for the Lincoln Road "renovation project" resulted in the selection of lead architect, Ben Wood of Miami (designer of Bayside), in 1995, who brought on board with him Hiroshi Hara of Tokyo, to design expanded shade canopy structures in the spirit of Lapidus; landscape architect, Martha Schwartz of Cambridge, Mass., to dramatically enhance the landscape and natural tree canopy of the Road, and; Carlos Zapata, architect from Miami, to further develop and enhance a pedestrian friendly modern design palette conducive to relaxed shopping, promenading, dining out-of-doors, and people watching. The philosophy of Wood's team was to preserve as much of Morris Lapidus' 1959 vision as possible while proceeding even further with pedestrian amenities, new infrastructure, fountains, and landscaping well beyond what Lapidus was able to do with his very limited 1959 budget. Simultaneously, the City strongly encouraged the intelligent adaptive reuse and detailed restoration of Lincoln Road's extraordinary collection of original architecture which spanned six decades and several major architectural styles, along with the creation of extraordinary new infill architecture such as the Regal Cinema and 1111 Lincoln Road building. The cumulative result of these decisive mid-1990s actions, when viewed over the past seventeen years, has been nothing short of breath-taking, placing Lincoln Road on the leading edge of pedestrian retail/dining/promenading/cultural venues worldwide, and bringing back a quality of retail investment and architectural design to the Road that had not been seen for four decades. The most recent major examples of this revitalization and resurgence include the reopening of the 11 00 Block of Lincoln Road for pedestrians only and the creation of a highly unique "urban glade", incorporating native Florida Cypress trees in fresh water pools stocked with 81 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD G J\1\LA./1/d BEACH 37 live fish, all set amidst the expansion of Morris Lapidus' black and white 'piano key' striping across the breadth of the former Road. In parallel to this public investment is the private investment in the design of the new 1111 Lincoln Road garage and commercial building by internationally acclaimed Swiss architects, Herzog & de Meuron, designers of the "Birds Nest" arena for the Beijing Olympics. Adjacent to the opposite end of Lincoln Road was the simultaneous design and construction of the New World Center, commissioned by the New World Symphony, and Pennsylvania Avenue Garage, commissioned by the City and both designed by renowned American architect, Frank Gehry Partners of Los Angeles. In October of 2013, the Historic Preservation Board approved the City's proposal to redevelop the Euclid Avenue street end, between Lincoln Lane South and Lincoln Road (immediately south of the "Euclid Oval") as a fully landscaped enhanced pedestrian expansion of the main Road. This project was designed to better distribute heavy pedestrians loads on the main Road by providing a very high level of public amenity conveniently accessed by foot or by vehicle drop off. The unique design builds upon Morris Lapidus' 1959 open air mall vision. Time and history have proven that the urban success of Lincoln Road is highly dependent upon creating and maintaining a critical balance of energizing uses -retail, outdoor cafes, fine dining, cultural amenity, and joyful promenading along a tree shaded corridors, in tandem with exceptional adaptive reuse and restoration of historic structures simultaneous with the creation of brilliant new design at a world class level. If any one of these decisive factors is undervalued or undermined the Road could once again slip back into commercial and cultural decline as witnessed in the 1950s and the 1970s, 80s, and early 90s. Source: W. Cary Assistant Director-Planning Department October 29, 2013 B. SOLICITATION TIMETABLE The tentative schedule for this Solicitation is as follows: Solicitation Issued Pre-Proposal Meeting Deadline for Receipt of Questions Proposals Due Evaluation Committee Review Tentative Commission Approval Authorizing Negotiations Contract Negotiations C. PROPOSAL SUBMISSION DUE DATE January 16, 2014 January 28, 2014 @ 10:00 AM February 7, 2014 February 18, 2014 TBD TBD TBD An original and five (5) copies of complete Proposals, and one electronic copy (CD or flash drive), must be received no later than 3:00p.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 RFQ number and title. No facsimile, electronic, or e-mail Proposals will be considered. THE RESPONSIBILITY FOR SUBMITTING A PROPOSAL IN RESPONSE TO THIS RFQ, 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. 91 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD (9. ;\;\I/\.MI BEACH 38 ANY PROPOSAL RECEIVED AFTER STATED DUE DATE WILL BE RETURNED TO THE PROPOSER UNOPENED. PROPOSALS RECEIVED AFTER THE RFQ DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. 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 City Manager's Large Conference Room 1700 Convention Center Drive, Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 E. CONTACT INFORMATION Contact: Sandra M. Rico Telephone: 305-673-7000 ext. 6230 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 RFQ timetable. F. RESPONSE TO QUESTIONS & ADDENDUM TO RFQ 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 RFQ. Proposers should not rely on representations, statements, or explanations (whether verbal or written), other than those made in this RFQ or in any written addendum to this RFQ. 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 by the City Manager who may recommend to the City Commission the proposer(s) slhe 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. 10 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ i\;\IA:\1\I BEACH 39 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 and 1) 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. 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. RFQ 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 RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any Proposals received as a result of this RFQ. 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 RFQ Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the 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 andfor condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 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 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. 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 properly 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, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services andfor project contemplated by this RFQ (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. 11 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ ;\/\!MV\1 BEACH 40 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. 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 (10%) 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 RFQ 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 RFQ 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 RFQ is subject to, and all Proposers are expected to be or become familiar with, 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 RFQ 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. 121 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD tn ........ BEACH 41 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. 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, at 305-673-7000, Extension 2984. 88. 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 Proposer shall have completed no less than three (3) projects of similar size, scope, and volume within the last seven (7) years For joint ventures or team proposals, proposals must include a prime proposer. Prime proposer must demonstrate prior working experience with each team firm. SECTION Ill-SCOPE OF SERVICES Undertake a master planning process for Lincoln Road improvements so that it is complete by FY 2014/15 when funding becomes available, the scope of which will cover the area from 17th Street to Lincoln Road South and from West Avenue to Collins Avenue, inclusive of Lincoln Lane, North Lincoln Lane, and side streets south to Lincoln Lane and north to Lincoln Road North. The master planning process will include facilities and infrastructure assessment, a historical overlay assessment, and a conceptual master plan, all of which would interface to the City's Geographic Information System {GIS}. The facilities and infrastructure assessment components will help the City determine the condition and required replacement cycles of both above and below ground facilities and infrastructure components of the Lincoln Road mall. The inclusion of these ccmponents in the master planning process will assure that identified deficiencies are included in future improvements, resulting in greater accuracy of capital resource requirements and predictability of future maintenance expenses. In addition, the scope would include coordination and integration of improvements with the City Center 98 Basis Of Design Report (BOOR) {see attached map) and any approved program for the Miami Beach Convention Center Renovation and Expansion project, as well as an evaluation of any impacts to the surrounding residential areas. Following City Commission selection of the Proposer, the selected Proposer will work with the City Commission and well as solicit input through community outreach with property owners and community members to develop the master plan component of the project. The master plan must include the following: 1. Infrastructure Assessment and Condition report, including; a. Infrastructure Assessment. Evaluation of existing infrastructure (above and underground) of each major infrastructure system on the mall, to include lighting, electrical, drainage, irrigation, utilities, etc., including a projection of remaining useful life expectancy and replacement cost estimates. b. Condition Assessment. Evaluation of the condition of each major component on the mall, to include historical features, artwork, hardscape surfaces, water features, wayfinding signage, ADA accessibility, etc .. c. Recommendations to improve the condition of each of these assessed components and to minimize future maintenance needs (For example: alternative treatments for the "piano keys" -black and white stripes along the middle surface of Lincoln Road -are anticipated to be recommended) 2. Master Plan. The Master Plan shall address in detail, at a minimum, the following elements. a. Vision. b. Conservation of Historical Elements. c. Infrastructure Improvements to address the findings of the Condition and Infrastructure Assessment, including prioritized replacement schedules and specifications for all major systems and equipment. 131 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ce NilANd BEACH 42 d. Conceptual Land Use Plan, including dining zones, open space and park elements, e. Accessibility Plan, including vehicular and pedestrian circulation and access to/from surrounding areas and parking zones, bicycle accessibility and storage, and ADA accessibility requirements. Future public transit access points should be addressed. f. Aestlletic Standards I Design Guidelines for all hardscape, streetscape, lighting, wayfinding signage, outdoor furniture, etc. g. Environmental Sustainability Standards. h. Conceptual plans, diagrams, and illustrative details that incorporate all Master Plan elements. 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 Tab 1.1: Cover Page and Table of Contents Tab 1.2: Executive Summary. Provide a brief summary of no more than two pages describing the basic services offered, experience and qualifications of the Proposer, staff, sub Proposers or sub consultants and any other relevant information. Tab 1.3: Response to Section ll -Minimum Qualifications & Requirements. 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 or tile inability or denial expressed in a proposal to offer solutions or an explanation to the requirements of this section may result in proposal rejection or in deductions of the allocation of points by Evaluation Committee members under the evaluation criteria. Proposals not deemed to be in compliance with the minimum qualification requirements shall not be further considered. TAB2 • erience & Qualifications Qualifications of Proposing Firm. Describe experience and qualifications of the Proposer in providing the services detailed herein. Tab 2.1: Firm History & Prior Experience: Submit detailed information regarding the firm's history and relevant experience, including but not limited to: • Documentable, proven track record of providing the scope of services similar as identified in this solicitation. • Experience in providing similar scope of services to public sector agencies Tab 2.2: Qualifications of Proposer Team: Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract Tab 2.3: Financial Capacity:. The prospective Provider shall pay Dun & Bradstreet (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://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 In addition to the SQR, the City reserves the right to require additional information to determine financial capability including latest annual reviewed/audited financial statements with the auditor's notes 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 team member involved in the co-venture must submit financial statements as indicated above. Tab 2.4: Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 141 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD G ;\;\1/\Mi BEACH 43 TAB3 Scope of Services Utilizing the following guiding principles, provide a detailed response detailing the proposed scope of services for each of the elements, as detailed in Section Ill, of the 1) Condition and Infrastructure Assessment; and 2) Master Plan. Guiding Principles: 1. Maintain historical integrity of Lincoln Road infrastructure 2. Maximize the return on every public dollar invested in public infrastructure and facilities. 3. Minimize the economic, health, safety and environmental risks to our community in making those investments. TAB3 • proach and Methodolo Tab 3.1: Submit detailed information on approach and methodology to data collection, community input and public information, project development, project timeline, and any other factor that may impact the successful completion of each project that may result. Tab 3.2: Submit a detailed project construction phasing plan. SECTION V-EVALUATION I SELECTION PROCESS 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in this Solicitation. If further information is desired, Proposers may be requested to make additional written submissions and/or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process. 2. 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. 3. 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). Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications Scope of Services Approach and Methodology 35 35 30 TOTAL AVAILABLE STEP 1 POINTS 100 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) Miami Beach-Based Vendor Veterans and State-Certified Service-Disabled Veteran Business Enterprises 5 5 TOTAL AVAILABLE STEP 2 POINTS 10 151 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ('9 J\1\L.i\MI BEACH 44 Method of Award. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Low Aggregate Score 3 7 8 Final Ranking** 1 2 3 • Step 2 Points calculated by Department of Procurement Management. .. 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. Balance of Page Intentionally Left Blank 161 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD (,& MIAlld BEACH 45 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. 171 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD & -BEACH 46 SECTION VII-GENERAL CONDITIONS 1. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Proposer to become thoroughly familiar with the Proposal requirements, terms and conditions of this solicitation. Ignorance by the Proposer of oonditions 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, terms and phrases, when used, shall have the meanings ascribed to them except where the context clearly indicates a different meaning a. Proposal -shall refer to any offer{s) submitted in response to this solicitation. b, Proposer /Contractor/Offeror-Any individual, firm, or corporation submitting a proposal for this Project acting directy 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 M1ami 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 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. 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 not 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 satsfied 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 personnel, residents, industry experts and other individuals whose purpose is to evaluate the proposals received in response to this RFQ 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 reoommendation 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. 0. Successful Proposer -shall mean the Proposer (s) recommended for award. p, q, r. S. 3. 4. 5. 6. 7. 8. 9. Term Applicant -shall mean an individual, partnership, or oorporation, which submits an application in 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 perform 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 oondilions, 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 serv1ces, 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 VendOr'$ 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 amount 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 terms 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 rnust 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 determination 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 manufacturer'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 ilem(s) offered and furnished. CITY'S RIGHT TO WAIVE OR REJECT PROPOSALS. The City Commission reserves the right to waive any informalities or irregularities 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 181 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD <9 tV\If\MI BEACH 47 supplies other than those specified in the Proposal specifie<Jtions, he must so indicate in his proposal Specific article(s) of equipmenVsupplies shall conform in quality, design and construction with all published claims of the manufacturer. 10. The proposer shall indicate in the Proposal Form the manufacturer's name and number if proposing other than the specified brands, and shall 1ndie<Jte ANY deviation from the specifie<Jtions as listed in the Proposal. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed confomnance with specifie<Jtions, 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 specifie<Jtions. 12. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are infomnational 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 fomnally 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 priority" under the emergency conditions noted above. 14. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not confomning 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, specifie<Jtions, and technical information, 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. Proposer s 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 del1ver reqUired samples, or to cleany 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 spec~ied (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 nomnal working hours of the City using Department. Monday through Friday, 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 Managemenl (DPM) 1700 Convention Center 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 for 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 negligence or willful misconduct of the City. 21. If any equipment or supplies supplied to the City are found to be defective, or do not confomn 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 hamnless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, Including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the perfomnance of the contract including its use by the City of M1ami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 26. OSHA. The proposer warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Proposal shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with til is 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 perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. 28. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 191 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD e i•/\l,~,i\'~.: BEACH 48 29. ANTI-DISCRIMINATION. The proposer certifies that helshe 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, infomration 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 City of Miami Beach property to deliver materials or perform work or services as a result of the Proposal, the proposer will assume the lull 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 insunance 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 surety 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 noUce 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 City, 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 at 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 purchase order numbers and shall be submitted to the ordering City department. 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 the 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 Managets written recommendation to the City Commission, as same is set forth and 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 to file a t1mely not1ce 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 OR AFTER SAID DEADLINE. 40 Any interpretation of the Proposal, including, Without limitation, responses to questions and request for clalification(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 govem 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 clalifications concerning the Proposal shall be submitted in writing to the Department of Procurement Management (DPM) 1700 Convention Center Drive, Miami Beach, Fl33139 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 constnued 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 source of supply. In these instances, the City may also require material infomration from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts betNeen information provided by the source of supply and the infomration contained in the proposer 's proposal may render the proposal non-responsive. 50. The City may, during the period that the contract between the City and I he successful proposer is in force, re¥iew the successful 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. lnrespective of the proposer 's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement temnination procedures if the City detemrines that the successful proposer no longer possesses the financial support, equipment, and organization which would have been necessary dunng the proposal evaluation period in order to comply with the demonstration of competency required under this subsection. 20 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ Ml ;\[v\1 BEACH 49 51. DETERMINATION OF AWARD. Unless otheiWise 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 otheiWise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person. company or corporation, without the prior written consent of the City. 53 LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, pennits, 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 go~ernment or non-profit agency. 55. SPOT MARKET PURCHASES. It 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 the items from state or other governmental ccntract, or on an as-needed basis through the City's spot market purchase pro~isions. 56. ELIMINATION FROM CONSIDERATION. This proposal shall not be awanced 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 for 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 est1mates for purposes of determining whether the low proposer meets specifications. 58 COLLUSION. Where two (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 presentaUon 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 proposers 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 ocntract resulting from collusive proposalding may be tenminated for cause. 60. DISPUTES. In the event of a conflict between the Proposal documents, the oncer 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 precE!{Jence: then 63. The Proposal; then 64. The proposer's proposal in response to the Proposal. 65. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act. any person requiring an acocmmodation at the Proposal openmg 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 infiuencing 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 for 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 work place program. A certification form will be required. In the e~ent 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 resolvoo. 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 C1ty 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 otheiWise 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 work and/or services then remaining to be perfonned by giving written notice to the proposer of such termination, which shall become effective upon receipt by the proposer of the written tennination not1ce. 71. In that event, the City shall compensate the successful proposer in accordance with the term of the contract for all work and/or se!Vices 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 City s notice of default within the 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, tenninate the work and/or services then remaining to be perfonned, at any time, by giving written notice to the successful proposer of such tenmination, which shall become effecti¥e thirty (30) days following receipt by proposer of such notice. In that event. all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is tenminatE!{J by the City as pro¥ided in this subsection, the City shall compensate the successful proposer in accordance with the tenns of the contract for all and without cause and/or any resulting liability to the City, work and/or se!Vices actually perfonmed 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 21 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ i\'\i !'\/v',,i BEACH 50 the successful proposer expected to eam 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 ot relating to or resulting from the perfonnance 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 invesUgate 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 successful Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise pro~ided by the successful Proposer shall in no way limit the responsibility to indemnify, keep and sa~e hannless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or tennination of this Agreement. 76. 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 77. 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. 78. EXCEPTIONS TO PROPOSAL. Proposer s 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 are 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. Proposer s are hereby notified that all Proposal including, without limitation, any and all infomnation 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 perfomn the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise pro~ided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not diSClosed except as authorized by law: (d) Meet all requirements for retaining public records and transfer. at no cost, to the public agency all public records in possession of the contractor upon temnination 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. 221 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD lp /v\1/lJv\1 BEACH 51 APPENDIX A Proposal Certification, Questionnaire & Requirements Affidavit RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 52 Solicitation No: 2014-050-SR Solicitation Title: Infrastructure Condition Assessment and Master Plan of Lincoln Road Procurement Contact: Telephone Number: I E-mail Address: Sandra M. Rico (305) 673-7000 X 6230 srico@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain SOLICITATION and contractual requirements. and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: I No of Years in Business Locally: I No. of Employees: 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 City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. 53 2. Miami Beach Based (Local) Vendor. Is proposer a Miami Beach based firm? 3. C::J 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 2011-37 47, 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. Proposer shall stJI:lmit at least tR:ree (~) references for whom the proposer has completed work similar in size and nat1:1re as the work referenced in solicitation. Additionally, Proposer sho~:~l9 pFOvi9e referense with the Contrastor Client S~;~rvey provi9ed as an attachment to the solicitation, and req1:1est that your reference s1:1bmil tl=le completed s1:1rvey to directly to the contracting officer named in tl=le solicitation. In order to be considered, surveys must be sent to tl=le Proc~o~rement Di'lisien directly lay the reference. A minim~;~m of three (3) references are req~;~ired. THIS SECTION IS SUPERCEDED BY REFERENCE REQUIREMENTS ESTABLISHED IN SECTION Ill. SUBMITTAL REQUIREMENT: Proposer shall s~;~bmit a minim1:1m of three (3) references, incltJding the following information: 1) firm Name, 2) Contact lnc:livid1:1al Name & Title, 3) Mdress, 4) Telephone, a) Contact's Email and 6) Narrative on Scope of Services Provided. Additionally, eacl=l reference sho1:1ld s1:1bmit Contrastor Client Survey inclw:Jed in tl=le solicitation directl•r to the City. Proposer may st~l:lmit a99itional references and ask that additional references st~bmit client s~;~p,reys 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 nonjperfor7ance 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 event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in 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. 251 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD e fvA1i.J\f\A BEACH 54 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 confiict 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.miamibeachft.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 determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfi.gov/procurementl. 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 performing work on the contract within the City of Miami Beach. A B. 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 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 Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit S!Jouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave 261 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PUIN OF LINCOLN ROAD to -/1.1\ 'BEACH 55 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/procuremenU. 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. 287017 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 11 Addendum 2 Addendum 7 Addendum 12 --- Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 . . If additional confirmation of addendum IS required, subm1t under separate cover . 271 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ~ /1/\!/\\f'.' BEACH 56 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 RFQ, 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 RFQ, 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 RFQ are submitted at the sole risk and responsibility of the party submitting such Proposal. This RFQ 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 RFQ, 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 RFQ, 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 RFQ, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The RFQ and any disputes arising from the RFQ shall be governed by and construed in accordance with the laws of the State of Florida. 28J RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD ltl -BEACH 57 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 ITN, 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 ITN, and any released Addenda and understand that the following are requirements of this SOLICITATION and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA On this _day of , 20_, personally appeared before me who County of ) slated that (s)he is the of _____ , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of __ _ My Commission Expires: ______ _ 291 RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD e BEACH 58 APPENDIX B MIAMI BEACH Sample Contract and Related Terms and Conditions & Forms RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Mlaml Beach, Florida 33139 30 I RFQ 2014-050-SR INFRASTRUCTURE CONDITION ASSESSMENT AND MASTER PLAN OF LINCOLN ROAD e ,I BEACH 59 NOTE: THE SAMPLE CONTRACT, TERMS AND CONDITIONS ARE BEING REVIEWED AND FINALIZED WITH THE LEGAL DEPARTMENT. 60 A. TT ACHMENl Cll'f CENTER 98 1 I 0~ NO!I'9' ~1 rr I .l 61 THIS PAGE INTENTIONALLY LEFT BLANK 62