Loading...
C2B-Issue RFQ Governmental Consulting ServicesCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO ISSUE REQUEST FOR QUALIFICATIONS (RFQ) 2014-128-MF FOR GOVERNMENTAL CONSULTING SERVICES Ke Intended Outcome Su orted: Item Summary/Recommendation: Legislative services are essential in order for the City to advance its agenda with the State Legislature. Accordingly, on October 1, 2008, the City entered into an Agreement (the "Agreement") with Rutledge Ecenia & Purnell, P.A., Gomez Barker Associates, Inc., and Robert M. Levy & Associates, lnc.(the "Lobbyists") pursuant to Resolution No. 2008-26875 through September 30. 2013. On December 11, 2013, the City Commission authorized the extension of the Agreement through September 30, 2014, to allow time for the City to competitively solicit proposals, through an RFQ, from qualified firms interested in providing the required legislative services to the City. The proposed RFQ is attached for the City Commission's consideration. Advisory Board Recommendation: IN/A Financial Information: Source of Amount Funds: N/A ~ Total ~ Financial Impact Summary: N I A Ci Clerk's Office Le islative Trackin Alex Denis, Ext. 7490 MIAMI BEACH 48 Account NIA JLM Maintenance- AGENDA ITEM c J. B DATE rJ-/J-/lj {9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members o the City pommission I ~ - FROM: Jimmy L. Morales, City Manager ~~ - DATE: February 12, 2014 ·~ SUBJECT: REQUEST FOR APPROVAL TO ISSUE REQUEST FOR QUALIFICATIONS (RFQ) 2014-128-MF FOR GOVERNMENTAL CONSULTING SERVICES BACKGROUND/ANALYSIS Legislative services are essential in order for the City to advance its agenda with the State Legislature. Accordingly, on October 1, 2008, the City entered into an Agreement (the "Agreement") with Rutledge Ecenia & Purnell, P.A., Gomez Barker Associates, Inc., and Robert M. Levy & Associates, lnc.(the "Lobbyists") pursuant to Resolution No. 2008-26875 through September 30. 2013. On December 11, 2013, the City Commission authorized the extension of the Agreement through September 30, 2014, to allow time for the City to competitively solicit proposals, through an RFQ, from qualified firms interested in providing the required legislative services to the City. The proposed RFQ is attached for the City Commission's consideration. MAJOR RFP REQUIREMENTS 1. MINIMUM QUALIFICATIONS Please Reference Section 0500, Technical Requirements and Specifications, RFQ 2014-128-MF, for Governmental Consulting Services 2. SUBMITTAL REQUIREMENTS Please Reference Section 0300, Proposal Submittal Instructions and Format, RFQ 2014-128-MF, for Governmental Consulting Services 3. CRITERIA FOR EVALUATION Please Reference Section 0400, Evaluation I Selection Process, RFQ 2014-128-MF, for Governmental Consulting Services CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2014-015-LR for Psychological Services for Sworn and Civilian Employees. ATTACHMENTS RFQ 2014-015-LR for Psychological Services for Sworn and Civilian Employees. JLM/JMJ/KGB/AD T:\AGENDA\2014\February\Procurement\Request to Issue RFP for Governmental and Legislative Consulting MEMO.docx 49 REQUEST FOR QUALIFICATIONS (RFQ) FOR SERVICES TITLE: LEGISLATIVE CONSULTING SERVICES SOLICITATION No. 2014-128-MF PROPOSAL ISSUANCE DATE: FEBRUARY 14, 2014 PRE-PROPOSAL MEETING DATE: FEBRUARY 25, 2014 PROPOSAL OPENING: MARCH 11, 2014 @ 3:00 PM ISSUED BY: <9 MIAMI BEACH Marta Fernandez-Rubio, Procurement Coordinator DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.000 x6263 I Fax: 786.373.7851 I www.miamibeachfl.gov ~ /\fi,l.AMIBEACH 50 ~ 2-I RFQ 2014-128-MF TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED ........................................................................................................ N/A 0200 INSTRUCTIONS TO PROPOSERS ............................................................................ X 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ............................................. X 0400 PROPOSAL EVALUATION ........................................................................................ X 0500 TECHNICAL REQUIREMENTS AND SPECIFICATIONS ............................................ X 0600 GENERAL TERMS AND CONDITIONS ...................................................................... X APPENDICES: PAGE APPENDIX A APPENDIX B PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ......... X "NO PROPOSAL" FORM ............................................................................. X 51 - 3 -I RFQ 2014-128-MF SECTION 0200 INSTRUCTIONS TO PROPOSERS 1. GENERAL. The following instructions are given for the purpose of guiding PROPOSERS in properly preparing their PROPOSALS. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. PROPOSERs shall note that various paragraphs within these bid documents have a box { D ) which may be checked ( IZl ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the PROPOSER; if the box is not checked, the language is not made a part of the bid documents. 2. SCOPE OF WORK. Through this Request for Qualifications, the City of Miami Beach, Florida (the "City") seeks proposals and statements of qualifications from parties interested in providing the City with legislative and governmental affairs consulting services as further detailed herein. The City anticipates selecting on service provider to perform the requested services. However, the City reserves the right to select additional providers if it is deemed to be in the best interest of the City. 3. SOLICITATION TIMETABLE. The tentative schedule for this Solicitation is as follows: Solicitation Issued February 14, 2014 Pre-Proposal Meeting February 25, 2014 Deadline for Receipt of Questions February 28, 2014 Proposals Due March 11, 2014 Evaluation Committee Review TBD Tentative Commission Approval Authorizing TBD Negotiations 4. QUESTIONS. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado@miamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective PROPOSERs in the form of an addendum. Procurement Contact: Telephone: Email: MARTA FERNANDEZ-RUBIO 305-673-7000, Extension MartaFernandezRubio@miamibeachfl.gov 6263 5. PRE-PROPOSAL MEETING. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall · 41h Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 (9 /v\i,A.JV\I BEACH 52 -4-I RFQ2014-128-MF PROPOSERs interested in participating in the meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-877-953-3061 (Toll-free North America) (2) Enter the MEETING NUMBER: 8982915# (note that number is followed by the pound key) PROPOSERs who are interested in participating via telephone, should send an e-mail to the Procurement contact named herein, expressing your intent to participate via telephone at least one business day in advance of the meeting. e /\/'dA.1\/11 BEACH 53 • 5-I RFQ 2014-128-MF 6. PRE-PROPOSAL INTERPRETATIONS. Only questions answered by written Addenda will be binding and may supersede terms noted in this Solicitation. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date established for receipt of PROPOSALs. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientl D= 13097 &state I D=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the procurement director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.gov/procu remenUscroll. aspx?id=23510 • CONE OF SILENCE -CITY CODE SECTION 2-486 • CAMPAIGN CONTRIBUTIONS BY CONTRACTORS -CITY CODE SECTION • DEBARMENT PROCEEDINGS -CITY CODE SECTION 2-397 THROUGH 2-485 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -CITY CODE SECTION 2-481 THROUGH 2-486 • LIVING WAGE REQUIREMENT -CITY CODE SECTION 407 THROUGH 410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED CONTRACTORS -CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES-CITY CODE SECTION 2-374 • PROTEST PROCEDURES-CITY CODE SECTION 2-371 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective PROPOSERS. 10. PROTESTS. Protests concerning the bid specifications, requirements, and/or terms; or protests after the PROPOSAL due date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. G ;V1IJ-\fv\IBEACH 54 - 6 -I R FQ 20 l 4-1 28-M F 11. MIAMI BEACH·BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-37 47, a five (5) point preference will be given to a responsive and responsible Miami Beach-based vendor. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more Miami Beach-based vendors constitute the lowest bid for a competitively bid purchase, and such bids are responsive and otherwise equal with respect to quality and service, then the award shall be made to the Miami Beach-based vendor having the greatest number of its employees that are Miami Beach residents. Whenever, two or more Miami Beach-based vendors have the same number of its employees that are Miami Beach residents, then the award shall be made to the Miami Beach-based vendor who is certified by Miami-Dade County as a Minority or Women Business Enterprise. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a five (5) point preference to a responsive and responsible PROPOSER which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more PROPOSERs which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an Solicitation or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. DETERMINATION OF AWARD. The final 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 to negotiate a an agreement for services, including compensation, with one or more PROPOSER{s) that the City Manager 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. 14. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all PROPOSALs prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after PROPOSALs opening date. A PROPOSER may not withdraw its PRO POSA Ls unilaterally before the expiration of one hundred and twenty ( 120) calendar days from the date of PROPOSALS opening. ~ 1V1.IAiV\I BEACH 55 - 7 -I RFQ 2014-128-MF 15. 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. 16. 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. 17. 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. 18. 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. Balance of Page Intentionally Left Blank ~ 1\/\i /l-,1\\I BEACH 56 • 8-I RFQ 2014-128-MF .... ...... . .. SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED PROPOSALS. One original PROPOSAL (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Solicitation Number, Solicitation Title, PROPOSER Name, PROPOSER Return Address. PROPOSALs received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. PROPOSALs are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the date and time established for receipt of proposals will be considered late and not be accepted or will be returned to the PROPOSER unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL SUBMITTAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of PROPOSALs, it is strongly recommended that PROPOSALS be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. PROPOSALs that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 The Minimum Eligibility Requirements for this solicitation are noted in Section 0500 (Specifications and Technical Requirements). PROPOSER shall submit detailed verifiable information affirmatively documenting compliance with each minimum eligibility requirement. PROPOSERs that fail to comply with minimum eligibility requirements will be deemed non-responsive and will not be considered. TAB2 Experience & Qualifications. Qualifications of Proposing Firm. Describe experience and qualifications of the PROPOSER in performing the services sought in this Solicitation, including: 2.1 Firm History & Prior Experience. Submit detailed information regarding the firm's history and relevant experience, including but not limited to: 2.1.1 Oocumentable, proven track record of providing the scope of services similar as identified in this solicitation. 2.1.2 Experience in providing similar scope of services to public sector agencies. 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 educatlon, experience, and any other pertinent information, shall be included for each PROPOSAL team member to be assigned to this contract 2.3 Financial Capacity. Each PROPOSER shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. The cost of the preparation of the D&B report shall be the responsibility of the PROPOSER. The PROPOSER shall re uest the SQR re art from D&B at (9 fv\IA.\/d BEACH 57 -9-1 RFQ2014-128-MF https:l/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 auditors 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. 2.4 PROPOSAL Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 3 Scope of Services Proposed In detail, provide a response to each of the scope of services requirements outlined in Section 0500. Where applicable, PROPOSER should provide verifiable documentation of prior experience with a specific proposed deliverable. 58 - l 0 -I RFQ 2014-128-MF SECTION 0400 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 the Solicitation. If further information is desired, PROPOSERs may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of PROPOSALs will proceed in a two-step process. 2. Step 1 Evaluation. 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. 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: • Review and score all PROPOSALs received, with or without conducting interview sessions; or • Review all PROPOSALs received and short-list one or more PROPOSERs to be further considered during subsequent interview session(s) (using the same Step 1 criteria). Step 1 . Qualitative Criteria Maximum Points Proposer Experience and Qualifications, including Financial Capability Scope of Services Proposed 50 50 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the PROPOSERs may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Step 2 -Quantitative Criteria Miami Beach-Based Vendor Preference Veterans Preference 5 5 TOT AL AVAILABLE STEP 2 POINTS 30 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: PROPOSER PROPOSER PROPOSER A B c Step 1 Points 82 76 80 Step 2 Points* 22 15 12 Committee Total 104 91 92 ·:·: . MernberJ ... RanK :1"· ... 1 1·, 3. "' ..... 2 ... Step 1 Points 79 85 72 Step 2 · Committee Points* 22 15 12 .Member2 Total 101 100 84 ~ /v\IA!V"i BEACH 59 w 11 -I RFQ 2014-128-MF * Step 2 Points calculated by DPM. ** Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. (9 tv\LL1.1\/\I BEACH 60 -12 -I RFQ 2014-128-MF SECTION 0500 TECHNICAL REQUIREMENTS AND SPECIFICATIONS 1. MINIMUM QUALIFICATIONS REQUIREMENTS. In order to be considered, PROPOSERS shall meet or exceed the following minimum qualification requirements. PROPOSERS who fail to meet the minimum qualification requirements will be deemed non-responsive. A. PROPOSER shall document at least five (5) years providing services similar to those noted herein to at least one ( 1) public sector agency. 2. SCOPE OF SERVICES REQUIREMENTS. In order to be considered, PROPOSERs shall provide Confer with the City on all organizational planning and program activity which has a bearing on the ability of the City to make the best use of State programs. A. Maintain liaison with the City's legislative delegation and assist in any matter which the City determines to be in its best interest. B. Counsel the City regarding appearances by City personnel before State of Florida and State administrative agencies and will assist the City and its personnel in negotiations with administrative agencies concerning City projects requiring State assistance and cooperation. C. Assist the City in review of executive proposals, legislation under consideration, proposed and adopted administrative rules and regulations and other developments for the purpose of advising the City of those items mutually agreed upon that may have a significant bearing on the City's policies or programs. D. Communicate and coordinate with other lobbyists representing interests which are consistent with those of the City in obtaining the goals and objectives of the City. E. Assist in contacting State agencies on the City's behalf when City funding applications are under consideration by such agencies. F. Provide monthly reports on the first day of each month detailing activities and legislative services provided on behalf of and for the benefit of ti1e City in the previous month. G. Provide interim reports on an as needed basis addressing matters of City involvement, concerns, interest and particular projects identified for pursuance on behalf of the City. 2. TERM OF CONTRACT. The term of the contract shall be for five (5) years with an option to renew for an additional five (5), one (1) year periods based on mutual agreement. 4. PRICES. All prices shall be negotiated with the selected PROPOSER(s). 5. EXAMINATION OF CITY FACILITY AND INSPECTION OF CITY EQUIPMENT. Intentionally omitted. 6. EQUAL PRODUCT. Intentionally omitted. 7. LIQUIDATED DAMAGES. Intentionally omitted. 8. INDEMNIFICATION AND INSURANCE. The Provider shall furnish to the Department of Procurement Management, 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 Uability 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 e t/il.Afv\i BEACH 61 -13-1 RFQ2014-128-MF 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: or 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. 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 3RD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. BID GUARANTY. Intentionally omitted. 10. PERFORMANCE BOND. Intentionally omitted. 11. CERTIFICATIONS. Intentionally omitted. 12. SHIPPING TERMS. Intentionally omitted. 13. DELIVERY REQUIREMENTS. Intentionally omitted. 14. BACK ORDER ALLOWANCES. Intentionally omitted. 15. WARRANTY/GUARANTEE REQUIREMENTS. Intentionally omitted. 16. BALANCE OF LINE OPTIONS. Intentionally omitted. 17. OTHER CONDITIONS. Intentionally omitted. 18. PRODUCT SPECIFICATIONS. Intentionally omitted. 19. PERFORMANCE SPECIFICATIONS. All performance requirements shall be negotiated with the selected PROPOSER(s) (;9 !/ol/\1\1\I BEACH 62 2 3 4 5 6 7 B 9 - l 4 -I R FQ 201 4-1 28-M F SECTION 0600 GENERAL TERMS AND CONDITION GENERAL TERMS AND CONDITIONS. It is the responsibility of the PROPOSER to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the PROPOSER of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the PROPOSER. MODIFICATION/WITHDRAWALS OF PROPOSALS. A PROPOSER may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 10 PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The PROPOSER may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. PROPOSERs are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made 11 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 bid(s). TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. MISTAKES. PROPOSERs are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies 12 and services. Failure to do so will be at the PROPOSER's risk and may result in the bid being non-responsive. CONDITION AND PACKAGING. PROPOSER guarantees items offered and delivered to be the current standard production model at lime of bid and shall offer expiralion dating of at least one year or later. PROPOSER also 13 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 Bid, all manufactured items and fabricated assemblies shall be U.L listed or re- examination listing where such has been established by UL for the item(s) offered and furnished. CITY'S RIGHT TO WAIVE OR REJECT PROPOSALS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. EQUIVALENTS. If a PROPOSER offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate 14 in his bid. Specific article(s) of equipment/supplies shall conform in quality, 15 design and construction with all published claims of the manufacturer. The PROPOSER shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE PROPOSAL. NO PROPOSALS WILL BE CONSIDERED WITHOUT THIS INFORMATION. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers PROPOSERs shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, fiood, 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 lo 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. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming 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 bid 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. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "PROPOSAL FORM'. However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. SAMPLES. Bids submitted as an "equal' product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request. be returned at the PROPOSER's expense. PROPOSERs will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the PROPOSER's name. Failure of the PROPOSER to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 AM. to 4:00 P.M. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be BEACH 63 -15 -I RFQ 2014-128-MF 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 26 If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the PROPOSER's expense. 16 PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced 17 DISPUTES. In case of any doubt or difference of opinion as to the items and/or 27 services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 18 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 28 ignorance by the PROPOSER with/of Applicable Laws will in no way be a cause for relief from responsibility. 19 PATENTS & ROYALTIES. The PROPOSER shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, 29 process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the PROPOSER uses any design, device or materials covered by letters, patent. or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 20 OSHA. The PROPOSER warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid 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 this condition will be deemed 30 breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the PROPOSER. 21 MANNER OF PERFORMANCE. PROPOSER agrees to perform its duties and 31 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 32 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 33 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. 22 SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 23 ANTI-DISCRIMINATION. The PROPOSER certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375. relative to equal employment opportunity for all persons without regard to race. color, religion, sex or national origin. 25 AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305- 673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 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 Bid, the PROPOSER will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The 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. PROPOSAL BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful PROPOSER to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. DEFAULT. Failure or refusal of a PROPOSER to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid 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. CANCELLATION. In the event any of the provisions of this Bid are violated by the PROPOSER, the City shall give written notice to the PROPOSER stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the 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 lime 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. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The PROPOSER is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the PROPOSER's expense. 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. CLARIFICATION AND ADDENDA TO PROPOSAL SPECIFICATIONS: If a PROPOSER is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the PROPOSER must submit to the City, at least ten (10) calendar days prior to the scheduled Bid opening date, a request for clarification. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. Any interpretation of the Bid, including. without limitation, responses to questions and request for clarification(s) from PROPOSERS, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The PROPOSER shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in section 5.0, Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive. ~ ;\;\ll\:\·\I BEACH 64 -16 -I RFQ 2014-128-MF The City will not be responsible for explanations, interpretations, or answers to 40 questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Department of Procurement Management (DPM) 1700 Convention Center Drive, Miami Beach, FL 33139 with a copy to the City Clerk 34 DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the PROPOSER's facility may be made prior to the 41 award of contract B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. PROPOSERs must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. The terms "equipment and organization', as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a PROPOSER, including past performance (experience), in making an award that is in the best interest of the 42 City. F. The City may require PROPOSERs to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the PROPOSER's bid may render the bid non-43 responsive. G. The City may, during the period that the contract between the City and the successful PROPOSER is in force, review 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 44 bid. Irrespective of the PROPOSER's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that !he successful PROPOSER no longer possesses the financial support, equipment, and 45 organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 35 ASSIGNMENT. The successful PROPOSER shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right. title or interest therein, or his/her or its power lo execute such contract, to any person, company or corporation, without the prior written consent of the City. 36 37 38 39 LAWS, PERMITS AND REGULATIONS. The PROPOSER shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 46 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 a! the option of the unit of 47 government or non-profit agency. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful PROPOSER However. the City reserves the right to purchase the items from state or other governmental contract. or on an as-needed basis through the City's spot market purchase provisions. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 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 lo place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low PROPOSER meets specifications. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract. such bids or bids shall be presumed to be collusive The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "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. Bid or bids found to be collusive shall be rejected. PROPOSERS who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The PROPOSER's bid in response to the Bid. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. GRATUITIES. PROPOSERs shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor. or agent of the City, for the purpose of influencing consideration of this Bid. TIE PROPOSALS. In accordance with Florida Statues Section 287 087, regarding identical tie bids, preference will be given lo PROPOSERs certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more PROPOSERs after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between PROPOSERs that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. DELIVERY TIME. PROPOSERs shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery lime; no ranges (For example, 12-14 days) will be accepted. TERMINATION FOR DEFAULT. If the successful PROPOSER shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants. agreements, or stipulations material to the Bid 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 performed by giving written notice to the PROPOSER of such termination, which shall become effective upon receipt by the PROPOSER of the written termination notice In that event, the City shall compensate the successful PROPOSER in accordance with the term of the contract for all work and/or services satisfactorily performed by the PROPOSER prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful PROPOSER shall not be 1\1\l/\i\'\I BEACH 65 -17-I RFQ 2014-128-MF 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. 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 48 TERMINATION FOR CONVENIENCE OF CITY. The City may, for ils convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful PROPOSER of such termination, which shall become effective thirty (30) days following receipt by PROPOSER of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful PROPOSER in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful PROPOSER, and shall also compensate the PROPOSER for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful PROPOSER for any profits that the successful PROPOSER expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful PROPOSER upon a termination as provided for in this subsection. 49 INDEMNIFICATION. The successful PROPOSER shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful PROPOSER or its employees, agents, servants, partners, principals or subcontractors. The successful PROPOSER shall pay all claims and losses in connection therewith, and shall investigate and defend all claims. suits or actions of any kind or nature m 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 provided by the successful PROPOSER shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 50 EXCEPTIONS TO PROPOSAL. PROPOSERs are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid PROPOSERs who fail to satisfy the requirements in this Bid, may be deemed non-responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid 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 bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 51 FLORIDA PUBLIC RECORDS LAW. PROPOSERS are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, ands. 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 bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided 52 by law, (c} Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days 1n the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. ~ 1\\ ~ AtV\I BEACH 66 18 I RFQ2014-128-MF APPENDIX A ~ MIAMIBEAC PROPOSAL Certification, Questionnaire & Requirements Affidavit RFQ 2014-128-MF Governmental Consulting Services -.. '''A·' "'BEACH ~ r\:':i'j\:\I ..._.,. I'·' '•' 67 PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 331 39 19 I RFQ 2014-128-MF Solicitat1on No: Solicitation Tltle: RFQ 2014-128-MF Governmental Consulting Services Procurement Contact: Tel: I Email: Marta Fernandez-Rubio 305-673-7 490, x6263 MartaFernandezRubio@MiamiBeachFL.qov 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: OTHER NAME(S) PROPOSER 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 add1t1onal information from PROPOSER or other source(s), mcludmg 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. ~ fc/d/\1\~I BEACH 68 20 I RFQ 2014-128-MF 1. 2. Miami Beach Based (Loctl) Veldor. Is PROPOSER claiming Miami Beach based firm status? 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 and the proof of residency requirement, as required pursuant to ordinance 2011-3747, to demonstrate that the PROPOSER is a Miami Beach Based Vendor. Veteran Owned Business. Is PROPOSER claiTng a teran owned business status? CJ YES NO SUBMITTAL REQUIREMENT: PROPOSERS claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant ta ordinance 2011-3748. 3. Financial Capacity. A Dun & Bradstreet Supplier Qualifier Report {SOR) is required for each PROPOSER. PROPOSER shall request Dun & Bradstreet to send the Supplier Qualifier Report (SQR) directly to the City through electronic means. The cost of the preparation of the Dun & Bradstreet report shall be the responsibility of the prospective Provider. In addition to the D&B information, the City may require PROPOSERs shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co-venture, each PROPOSERs involved in the ca-venture must submit the required financial capacity documents. SUBMITTAL REQUIREMENT: A Dun & Bradstreet Supplier Qualifier Report (SOR) is required lo be received by the City directly from Dun & Bradstreet through electronic means. The prospective Provider shall request the report from D&B at https:/lsuppl ierporta l.d n b. co m/webapp/wcs/stores/servlet/Su pp lierPortal ?sto reld=11696 . 4. Litigation History. PROPOSER shall report any litigation or regulatory action that has been filed against 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 may result in the disqualification of the firm for this project. SU BM ITT AL 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. 5. References & Past Performance. PROPOSER shall submit at least three (3} references for whom the PROPOSER has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 6. Suspension, Debarment or Contract Cancellation. Has PROPOSER ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance~ public sector agency? ~YES L_J NO SUBMJTT AL REQUIREMENT: If answer to above is "YES," PROPOSER shall submit a statement detailing the reasons that led to action(s). 7. Vendor Campaign Contributions. PROPOSERs are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. PROPOSERs shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their PROPOSALs, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not ~ NJA//\I BEACH 69 21 I RFQ 2014-128-MF 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. 8. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its bid/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the PROPOSER, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: PROPOSER shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, PROPOSER may submit a statement indicating that it will adopt as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachH.gov/procurement/. 9. 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 (CPl-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. 10. 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. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? C=:J YES c:=J NO B Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners• or to domestic partners of employees? c:=J YES c:=J NO c. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. ~ MdiV/\I BEACH 70 22 I RFQ 2014-128-MF BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If PROPOSER cannot offer a benefit to domestic partners because of reasons outside your control, {e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfi.gov/procurement/. 11. Public Entity Crimes. Section 287. 133(2)(a), Florida Statutes, as currently enacted or as amended from time to lime, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, PROPOSAL, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, PROPOSAL, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, PROPOSALs, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, PROPOSER agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 12. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to PROPOSERs or alter solicitation requirements. The City will strive to reach every PROPOSER having received solicitation through the City's e-procurement system, PublicPurchase.com. However, PROPOSERs are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the PROPOSER has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in PROPOSAL disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. ~ ;\/lfaJv'\I BEACH 71 23 I RFQ 2014-128-MF DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to PROPOSALs made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such PROPOSALS, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving PROPOSALs, may accept or reject PROPOSALS, and may accept PROPOSALs which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting PROPOSALs in response to this solicitation. Following submission of a Bid or PROPOSAL, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the PROPOSAL and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective PROPOSERs. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. PROPOSERS should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any PROPOSAL conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any PROPOSALs submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such PROPOSAL. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all PROPOSERs will be bound only as, if and when a PROPOSAL (or PROPOSALS), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all PROPOSALs and supporting documents shall be subject to disclosure as required by such law. All PROPOSALS shall be submitted in sealed 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 solicitation, all PROPOSERs agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ~ tv\l/\N1I BEACH 72 24 I RFQ 2014-128-MF . . .. PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the PROPOSER, am submitting the following information as my firm's PROPOSAL; PROPOSER agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; PROPOSER agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of PROPOSAL submitted; PROPOSER has not divulged, discussed, or compared the PROPOSAL with other PROPOSERs and has not colluded with any other PROPOSER or party to any other PROPOSAL; PROPOSER acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this PROPOSAL, inclusive of the PROPOSAL Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of PROPOSER's Autholized Representative: Title of PROPOSER'S Authorized Representative: Signature of PROPOSER's Authorized Representative: Date State of FLORIDA On this _day of , 20_, personally appeared before me who County of ) stated that (s)he is the ____ _ of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: -----~~- 73 25 I RFQ 2014-128-MF NO PROPOSAL SUBMITTAL WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to bid _Insufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do _do not_ want to be retained on your mailing list for future bids of this type product and/or service. Signature: Title: Legal Company Name:---------------------~ Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT PROPOSAL #2014-128-MF 1700 Convention Center Drive MIAMI BEACH, FL 33139 BEACH 74 THIS PAGE INTENTIONALLY LEFT BLANK 75