Loading...
C2A-Issue RFQ Plans Review Inspections And Permit Clerk ServicesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Authorize The lssuance Of A Request For Qualifications (RFQ) No. 2014-237-JR for Plans Review. lnspections and Permit Clerk Services. lmprove Building/Development-Related Processes From Single-Family Residences to the Large Development Projects S Data Environmental Scan- etc.): The Building Department currently utilizes up to ten temporary employees from its professional services contract to supplement its existing staff, to allow for maximum flexibility for the department as market conditions change, and to maximize the speed and efficiency with which the Department provides services to the public. Item Summary/Recommendation : The City of Miami Beach has contracts currently with no additional renewal terms to perform professional consultation services to assist the Building Department with Plans Review, lnspections and Permit Clerk Services. These services are necessary to address the variable demand requirements in the Building Department, and to be able to offer customers a high level of service. To address the needs, the Administration is requesting the release of a Request for Qualifications for these services. The intent of this RFQ is to award a contract to a minimum of two (2) consultants to provide these services for a term of three (3) years with two (2) one (1) year options to renew at the discretion of the City. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). RECOMMENDATION The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ for Building lnspection Plans Review Services. APPROVE THE ISSUANCE OF THE RFQ Authorize the issuance of the RFQ. Source "t/-;Funds: 14\ OBPF-" Financial lmpact Summary: 01 1 -1 51 0-000312$ 1.100,000.00 01 1 -1 51 0-00031 2$ 1.100.000.00 Clerk's Office {B ^^IAAAIBffiACH Agenda nem C0 ADateffi:W-29 g MIAMI BEACH City of Miqmi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Mem the City Jimmy L. Morales, City Manager DATE: July 23,2Q14 FOR QUALTF|CATTONS (RFO) NO. 2014-237-JR FOR PLANS INSPECTIONS AND PERMIT CLERK SERVICES. REQUEST REVIEW, ADMINISTRATION RECOMM ENDATION Authorize the issuance of the RFQ. FUNDING Funding for 2Q1412015 in the amount of $1,100,000.00, account code 011-1510-000312, subsequent years is subject to appropriation by the City Commission. BACKGROUND The City of Miami Beach has contracts currently with no additional renewal terms to perform professional consultation services to assist the Building Department with Plans Review, lnspections and Permit Clerk Services. These services are necessary to address the variable demand requirements in the Building Department, and to be able to offer customers a high level of service. To address the needs, the Administration is requesting the release of a Request for Qualifications for these services. The intent of this RFQ is to award a contract to a minimum of two (2) consultants to provide these services for a term of three (3) years with two (2) one (1) year options to renew at the discretion of the City. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). SCOPE OF SERVICES Please Reference RFQ 2014-237-JRfor Plans Review, lnspections and Permit Clerk Services, included in Attachment A. MINIMUM QUALIFICATIONS Please Reference RFQ 2014-237-JRfor Plans Review, lnspections and Permit Clerk Services, included in Attachment A. TO: FROM: 30 City Commission Memorandum - RFQ For Plans Review, lnspections and Permit Clerk Services. July 23, 2014 Page 2 of 2 MI NlM UM DOCU M ENTATION SUBMITTAL REQUI REMENTS Please Reference RFQ 2014-237-JR for Plans Review, lnspections and Permit Clerk Services, included in Attachment A. EVALUATION/SELECTION PROGESS: GRITERIA FOR EVALUATION Please Reference RFQ 2014-237-JR for Plans Review, lnspections and Permit Clerk Services, included in Attachment A. CONCLUS!ON The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2014-237-JRfor Plans Review, lnspections and Permit Clerk Services. ATTACHMENTS o Attachment A: RFQ 2014-237-JR for Plans Review, lhspections ancl Permit Clerk Services. EC/AD/MT/JLM RFQ 2014-237-JR - Plans Review lnspections and Permit Clerk Services - ISSUANCE MEMO.docx 31 REQUEST FOR QUALTF|CAT|ONS (RFe) FOR PTANS REVIEW, INSPECTIONS AND PERMIT CTERK SERVICES TO PROVIDE PROFESSIONAT SERVICES ON AN ,,AS.NEEDED BASIS" AND ON AN "ON.GOING BASIS" FOR THE BUITDING DEPARTMENT RFGI No. 2OI4-237-IR ,q RFQ ISSUANCE DATE: JULY 25,2014 STATEMEN'5..=OF oUAt' FI-iiI o N5 DU E : AUGU sT 26, 20 I 4 I ,,::+ ISSUG*p BY: H # IIAIAAAIBTACil Joe V. Rodriguez, CPPB, FCCM, Procuremenf Coordinqtor DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miomi Beoch, FL 33.l39 305.673 7000 x 6263 | Fox: 7 86.39 4.5494 | ioerodriguez@miomibeochfl.gov www.miomibeochfl.gov niii[W 32 b ffrlA&dimilAil$-{ TABLE OF CONTENTS SOLICITATION SECTIONS:PAGE APPENDICES:PAGE'1= APPENDTX A RESPONSE CERTTFTCATON, QUESTTON|$$RE AND AFFIDAVTTS ........16 *_qf,, APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATI.ONS .,....,........,..,.25 AppENDrx D spECrAL coNDrroNS ........... \N*..................................30 j APPENDIX F INSURANCE REQUIREMENTS ,.............32 ."/,1i, .::!.!ji.' .#;', .r.:::a::::;:;:;L ''.;r:a:,r;ittl RFQ 2014-237-lR 33 &\rrlAr\,'ii SIACH SECTION O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "response") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the "contractor[s]") if this RFQ results in an award. j, = The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification'of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ, Any prospective proposer who has received this RFQ by any meanS other than through PublicPurchase must register immediately with PublicPurchase to assure it rg.oeives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualificatioilldf,ir,espnse submitted. ",$i\" 2. PURPOSE. The City of Miami Beach is accepting Statement of OuHffi-tpliors for Professional Building lnspection, Plans Review Services in various disciplines for the City of Mffii Beach Building Department. The RFQ seeks responses from firms employing staff with qualifications irf the following specialized areas: Building lnspector; Roofing lnspector; Electrical Inspector: Plumbing lnspector; Mechanical lnspector; Building Plans Examiner; Electrical Plans Examiner; Plumbing Plans Examiner; Mechanical Plans Examiner; Structural Plans Examiner; Zoning lnspectorlPlans Examiner and Permit Clerk. The firms awarded under this RFQ shall provide professional building inspection and plans review services on an "as-needed basis" an-dg ildnr-going basis" for the Building Department, The price and terms for the contracts will be negotiate after 0ity Commission approves authorization to negotiate. Each proposed contract shall be for a th J€ar f -ry,,19 r (2) one-year renewaloptions at the City's option. ',t;|.;i:&l:, NOTE TO ANy FIRMS PROV|BIN9PRTVATE PROVIDER SERVTCES rN THE C|TY OF MIAMI BEACH TO PRIVATE CllL!ENTS: Proposei5;:3?'l"ected under this RFQ will not be able to perform Private Provider lnspections and''Plans Review serviies for private clients in the City of Miami Beach for the duration of the contract with the City of'Miami Beach. Responders must provide a statement indicating that the Responder understands and accepts this requirement and either does not provide Private Provider services in the City of Miami Be-ach or will divest itself of all such services at the time it is selected. NOTE: Firms selected under this RFQ may not sell or transfer their interests in this agreement to any other parties without the express written approval of the City of Miami Beach. Any unauthorized sale or transfer of interests will result in the immediate termination of the Agreement. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). RFA 2014-237)R 34 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation lssued July 25,2014 Pre-Submittal Meeting Friday, August 8,2014 @ 10:00 AM Deadline for Receipt of Questions Friday, August 19,2014 Responses Due August 26,2014 @ 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval ID 4. PROCUREMENT CONTACT. Any questions or clarificatiors concerning this solicitation shall be facsimile: 786-394-4188, The Response title/number shall be referenced on all correspondence. Al ions or requests for clarification due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. submitted to the Procurement Contact named herein, in wr!,ti@ Rafael E. Granado via e-mail: RafaelGranadotOmiamibeachfl.o with qqy to_ the C-ity-clgrf-1 offlge, Email: ioerodriquez@miamibeachfl .oov Procurement Contact: Joe V. Rodriguez, CPPB, FCCM Telephone: 305.673.7000 x 6263 BALANCE'OF PAGE INTENTIONALLY LEFT BLANK RFA 2014237)R 35 ID ,r y"q i fi ir,.\ i Sf At $-"t 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S), Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: Gity of Miami Beach City Hall- 4th Floor City Manager's Large Gonference Room 1700 Convention Genter Drive Miami Beach, Florida 33139 ='* Attendance (in person or via telephone) is encouraged and recommended as a Source of inffiation, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submissiot'ili1$iiting via telephone must follow these steps: ,, i i (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER 1142644 =_- Proposers who are interested in participating via telephone should send an e-mail to the contact person listedinthisRFQexpressingtheirintenttooarticipateviatelephone. -:::::::::::::.::-, 6. PRE-STATEMENTS OF QUALIFICATIONS EERERETATIONS. Oral information or responses to questions received by prospective Proposer are not bindihg on the City and will be without legal effect, including any information received at pre-submittaF eting oi site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through publicpurchr= '7r;' _,at ::.: : 7. CONE OF SILENCE. Pursuanti6'section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonruarded 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?clientlD=13097&statelD=9&statename=Florida, Any computfiictitidn,0 inquiry in reference to this solicitation with any City employee or City official is strictly prohibjffi with the df exception communications with the Procurement Director, or his/her administrative staff#sp.onsible for administering the procurement process for this solicitation providing said commuhicatipn is limited to matters of process or procedure regarding the solicitation. Communications regarding thi$ splicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the Citii0lerk at rafaelqranado@miamibeachfl.qov. BALANCE OF PAGE INTENTIONALLY LEFT BLANK RFQ 20)4-237-JR 36 b &,\iAlvil SilACM 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City 0f Miami Beach website: http://web.miamibeachfl.qov/procu remenUscroll.aspx?id=235 1 0 . CONE OF SILENCE.... CITY CODE SECTION 2486 o PROTEST PROCEDURES CITY CODE SECTION 2-371 . DEBARMENT PROCEEDINGS CITY CODE,SECTIONS 2-397 THROUGH 2485.3 .l. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES.... CITY CODE SECTIONS 2481 THROUGH 2-406 . CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 o CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES := ClTy CODE SrCf rOr,ri+Aa . REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTTC PARTNERS..... .;']i::j.. trY CODE SECTION 2-373 . LlVlNGWAGEREQUIREMENT.......... ..,......-,.==....*r,r,i==CITYCODESECTIONS2407THROUGH2-410r. LoCAL PREFERENCE FOR MIAMI BEACH-BASED VENDoRS. ..... .)\HXh.\clTY CoDE SECTION 2-372 . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY \.Nll.|f VETEMNS AND TO STATE.CERTIFIED SERVICE.DISABLED VETERAN BUSINESS .\S .:il::'.:^Tl;;;ilil;; .t ::iI::3::::l::X;;;, o ACCEPTANCE oF GIFTS, FAVORS & SERVICES,.,. .,; .:*Ji..i . CITY CODE SECTION 2449 ' 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATTONS. The City reserves the right to postpone the deadline for submittql,OJ Statement of Qualifications and will make a reasonable effort to give at least three (3) calendati day's $$ten notice of any such postponement to all prospective Proposers through PublicPurchase, ;#S, 10. PROTESTS. Protests conceinltlglhe specifications, requirements, and/or terms; or protests after the proposal due date in accordance with,flty Code Section 2-371, which establishes procedures for protested proposals and proposed awards, Pr0tests not submitted in a timely manner pursuant to the requirements of City CodeSection 2-371 shall be barred. 11. MIAMISEACH.BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-3747;'a''"'fwe (S),,point preference will be given to a responsive and responsible Miami Beach-based proposer. ''i1i',,,' 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 201 1-3748, 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" 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section V, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to RFA 2014-2371R 37 &tu{tAtu\i*s,qtF{ the City Commission the propose(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of Qualifications. 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. (a) 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 Manage/s recommendation and may approve such recommendation. The City Commission may also, at its option,@ct the{ity Manage/s recommendation and select another Proposer (s) which it deems to be in the best'inlerest,of'the City, or it may also reject all Statement of Qualifications. Upon approval of selection by the City,€-.effiission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutuEll$iryeptable Agreement, including cost of services, '=' 14. ACCEPTANCE OR REJECTION OF RESPONSES, The City ,.r.r., the right to reject any or all Statement of Qualifications prior to award. Reas{.3bb etrO1ifqy,v-]lf made to either award the Contract or reject all Statement of Qualifications within one-h*ndd twd,i (120) calendar days after Statement of Qualifications opening date. A proposer may not wiftdiaw its Slatement of Qualifications unilaterally before the expiration of one hundred and twenty (120) calendpr (ays from the date of Statement of Qualifications opening. i :::::.:::l 15. PROPOSER'S RESP0NSIBILITY. Before,submitting a Statement of Qualifications, each Proposer shall be solely responsible:{or making AnySO all investigations, evaluations, and examinations, as it deems necessary, to ascertaih..all conditions and requirements affecting the full performance of the contract. lgnorance of such c0hdifion'S and requirements, and/or failure to make such evaluations, investigations, and,'examinations, will not relieve the Proposer from any obligation to comply with every detail and with all pibvisions and requirements of the contract, and will not be accepted as a basis for any rrbiU .'qi,..,.l laim wha@ver for any monetary consideration on the part of the Proposer. tO. COSiE;ttrtCUnnEO ey neSpOl{OeNfS. All expenses involved with the preparation and submission of Statementil$tAuelifications, or any work performed in connection therewith, shall be the sole responsibility (affishalt be at the sole cost and expense) of the Proposer , and shall not be reimbursed by the City. s 17. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposals 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. ----RFa2Or 4237-)R 38 tb \niAtu1lns.&il$-$ 18. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes, 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ, Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non- responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defec-t4d are properly invoiced, lnvoices must be consistent with Purchase Order format,r::,' 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless'-the City.g{ Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature*ti,$.,,,.[jnd, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, inciuding its use by the City of Miami Beach, Florida. lf the proposer uses any design, device or fiaterials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and'obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Pffiogg1;with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees tha[th#bervices prwided shall be provided by employees that are educated, trained, experienced, certified$a$,ilicefi- in all areas encompassed within their designated duties. Proposer agrees to furnish 't}flhe City'any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it.and its employees will keep all licenses, permits, registrations, authorizations, or certifications requlred by applicable laws or regulations in full force and effect during the term of this contract. Failure of propOser to comply with this paragraph shall constitute a material breach of this contract :. ,,i .l .... ,, Where contractor is required to ehter or go on to City of Miami Beach property to deliver materials or perform w-o-,rk;glipio.ffices as a result of any contract resulting from this solicitation, the contractor will assume.,$ii full dut}::-, ligation and expense of obtaining all necessary licenses, permits, and insurance,and re allwork cd**hties with all applicable laws, The contractor shall be liable for any damages or loss to ft6@ occasioned E$ negligence of the proposer, or its officers, employees, contractors, and/or agents, for fai|ure t0,gg,,,lnp|y 11 pp|icab|e |aws. 23. SPECIAL C0NDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. 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 nationalorigin" RI-Q 2014:2'.3/-)R 39 &Vil{i;iiS[AC}-J 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals 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 solicitation. 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, ahd 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 thatis in the best interest of the City. =.::=: .:: F. The City may require proposer s to show proof that they h-V. been designated as authorized representatives of a manufacturer or supplier, which is the actualsource of supply. ln these instances, the City may also require material information from the source of sDFIIlvregarding the quality, packaging, and characteristics of the products to be supply to the City. ,,rr llii 26. ASSIGNMENT. The successful proposer shall not assign, transfer, coti"{ey, sublet or othenruise 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. 27. LAWS. PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. :: 28. OPTIONAL CONTRACL-USAGJ:. When the suciessful proposer (s) is in agreement, other units of government or non-profit @ncies ffiay participate in purchases pursuant to the award of this contract at the option of the unit of government or non ffiagency.:,1,. 29. VOLUME OF WORK TO BE=RECEIVED BY CoNTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor, However, the City reserves the right to purchase any goods or serviOes awarded from state or other governmental contract, or on an as- needed,basis through the City's spot market purchase provisions. 30. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The contractor 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 9RFa 2014-237-JR 40 &,\ r I .r ,r A inf* A r*! ir,,r, ) *\i v \ | nrF\*$_*x 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 contractor or its employees, agents, seryants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon, The contractor expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided by the contractor 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 indemnificalon provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the ContraCtor to ex'tend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the Gity and as mutuallyagreeduponbytheCityandthecontractor..=. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby .notified $at all Responses including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s,24(a), Art, 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with FloridaStatute119.070l including,butnotlimitedto,,qgreementto(a) Keepandmaintainpublicrecords that ordinarily and necessarily would be required by the'p-*bli.aagency 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 othenruise provided by law; (c) Ensure that public rechr,ds 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 transferi'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. 34. MqDIFICATIGI{fiY,ITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statesent of Qualifi at[ons to replace all or any portion of a previously submitted Statement of Ouallfiibtions up until ifre Statemeni of Qualifications due date and time. Modifications received after the Statement'#;Qualifications due date and time will not be considered, Statement of Qualifications shall be irrevocablel#l conttact award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 35. EXCEPTIONS TO RFQ. Proposals 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 Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular tn 41 &ll'\lA\,'\l m$,&t$-{ term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 36. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposals 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 Statement of Qualifications. 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. BALANCE OF PAGE INTENTIONALLY LEFT BLANK=.' ?iii;, 1'rr t! RFA 2014-237-JR il 42 &! i! i. tr 4!ftry & r*l I I \'\1,\i \r \l [-Ji*l*\\-l t SECTION O3()()SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (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 proposals. 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 proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected, 2. LATE RESPONSES. Statements of Qualifications are to be received 0h or before the due date established herein for the receipt of Responses. Any Responses received after the deadline established for receipt of Statement of Qualifications wil! be considered late and not be accepted or will be returned to proposer unopened. The City does not accepl responsibility for any delays, natural or 3. STATEMENTS OF QUALIFICATIONS FORMAT. ln order to maiftffiin comparability, facilitate the review process and assist the Evaluation Committee in review of Statem$(ffif" Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed$,'accordance with the sections and manner specified below. Hard copy submittal shiuld be tabbed as d-iumerated 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. Statement of QuatificationSrthat de not include the required information will be deemed non-responsive and will not be considered. ,'' ',i Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter and Tab|,-efuf G66ents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes.gf this solicitation. 1.2 Response Certification, €u'estio= neiF6&:Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. Hr, * 1.3 Minimum Qualifications Requi'ir bnts. Submit verifiable information documenting compliance with the minimum qualifications requiremenis Cstablished in Appendix C, Minimum Requirementi and Specifications. 1.4 This RFQ is issued pursuant to Chapter 287,055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). Experience & Qualifications 2.1 Qualificationi of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. This experience should include at least flve (5) years with government agencies in Miami-Dade County, For each proyect that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. An SF 330 can suffice this request. RFQ 2014-237)R 12 43 &^ a I l r r ; S r 6 Sl ! J\'ilr1tv'\; ntF\L*fi 2.2 Qualifications of Project Manager, Submit detailed and verifiable information regarding the Project Manager which demonstrates at least five (5) years' experience acting in said capacity in Miami-Dade County, 2.3 Qualifications of Proposer's !nspectors/Examiners/Reviewers. Submit verifiable evidence, which shall include resumes, copies of licenses and certifications, for the Proposer's employees under the Areas of Specialization / Building Trades listed in Appendix C, sub-section C.2 of the RFQ. lt's encouraged that Firms who have several professional trades specializations in-house, provide their qualifications and experienced for every discipline that is listed in Appendix C, sub-section C,2 of the RFQ, 1. Provide an organizational chart of all personnel and consultants to be usedl''i+ . proj..t, their qualifications, and their relationship to the proposer, A resume of each individua[, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this projecl. '::= 2, Respondent must provide documentation which demonstrates their ability to satisfy all df minimum q ualifications req uirements. 3. The Consultant shall be licensed by the State of FloridaJepartmerrt of Professional Regulation to provide the services required under this RFQ. .= ..: 2.4 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Propose, rM[d*$i^q.t$..,,] SQR report from D&B at: https://supplieroortal.dnb.com/webapp/wcs/store-el@letl$uDplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each proposer review the infodnation contained in its SQR for accuracy prior to submittal to the City and as earlyas possible in the S'ofiditation process. For assistance with any portion of the SQR submittal process, cOnfut Dun & Bradstreet at 800-424-2495. An SF 330 can suffice this Approach and Methodology Submit detailed'inf0itration on how proposer plans to accomplish the required scope of services, including detaile4::: formatioh',*applicable, which addresses, but need not be limited to: implementation plan, projeetfueline, phasin$'.options, testing and risk mitigation options for assuring project is implemented on time and*ithin n Note: After proposal'submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFG 2014237-tR 't2 IJ 44 sEcTtoN 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only, The Evaluation Committee does not make an award recommendation to the City Manager. The result$,of Step 1 & Step 2 Evaluations will be fonrvarded to the City Manager who will utilize the results to makea recommendation to the City Commission. 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 establishedt lOw to be added to the Evaluation Committee results by the Department of Procurement Management. A'fi'Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for,Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may: . review and score all Statement of Qualifications received, with or without conducting interview sessions; or . review all Statement of Qualifications receivei and short-list one or more Proposer to be further considered during subsequent interview sessil+r,€si1ffi th.e same criteria). . Qualifications of Firm and Key Personnel & Findhcial Capability r Understanding of the ProjecUProject Approach .ilo Prior Work History as a T . Willingness to meet time ind budget requirements as demonstrated by past performance . Certified disadvantage business enterprise (DBE) o .,.!gent, current, and proje orkload of the Firm ..g47-fi- VoE-t., of work previously awarded to each Firm by the City 100 Maximum Total for all Factors 3, Step 2 Et&ationS: Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additionalqUantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Miami Beach-Based Vendor Preference Veterans Preference RFA 2014-237-)R t4 45 4. 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 and2 scores will be converted to rankings in accordance with the example below: ::::: .. . ] =Comrnittedi Member-+.,: Step't Points 82 76 80 step z Points 22 15 12 Total 104 91 92 nank 1 3 2 Comlnittee Member2 Step 1 Points 79 85 72 Step 2 Points 22 15 lX:,: Total 101 100 84 Rank 1 2 3 .e.ommittee ::.,:Mamber 3 Step 1 Points 80 is74 66 Step 2 Points 22 12 Total 102 N*$S" 89 78 Rahk :t 2 3 * Final Ranking is presented to the City MahaQ'er r further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,'which may be different than final ranking results. ,* , RFA 2014-237-JR t5 46 APPENDIX A Yt l'u g eAtAN$ ffim&ffih$ Response Certificotion, auestid'm*rnojre & Req uire me'his Amid ovit ,rst it:::: RFQ 2014'237-JR rJ,shs Re*jew, ,"'?::Ji::: "nd Permit crerk DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFQ 2014237tR t6 47 Solicitation No: RFQ 20'14-237-JR Solicitation Title: Plans Review, lnspections and Permit Clerk Services Procurement Contact: Joe V" Rodriguez, CPPB, FCCM Tel: 305.673.7000 x 6263 Email: ioerodrio ueztOmiamibeachfl .oov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to cpllect necessary information from Proposals in order that certain portions of responsiveness, repponiibitity and other determining factors and compliance with requirements may be evaluatgdliili[his Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is d,&EQUIRED FORM that must be submiffed fully completed and executed. 1. General Proposer lnformation.YFU' FIRM NAME:No of Employees No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: 7i.:=u l il TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: L;I IY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR"T:lllS ENGAGEMENT AUUUUN I T(EP I tsLTPItUNt NU.: ACCCIJNT REP TOLL FREE NO,: ACCOUNTREP EMAIL: FEDERAL TAX JDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any flrm 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. Miami Beach RFQ 2014-237-JR AppendixA-Page 1 RFQ 2014-237-JR 17 48 Miami Beach Based (Local)Vendor. ls proposer claiming Miami Beach based firm status? [--_l vrs l--l tto SUBMITTAL REQUIREMENT: Proposals 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. ls proposer claiming a veter l--_l ves an owned business status? NO 5. 6. 7. SUBMITTAL REQUIREMENT: Proposals 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 Statesfederalgovernment,asrequiredpursuanttoordinance2011-374B, Conflict Of lnterest. All Proposals must disclose, in their Statement of Qualifications, 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 Proposals must disclose the name of any City employee who owns, either directly g,,,..f,,,4irectlV, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. j, ,'- SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any.ii-fficer, direct&, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beachf?roposals must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (1070) ffi_,t.Snt or more in the Proposer entity or any of its affiliates : : .,..:::t:::= Litigation History. Respondent shall submit a statement of any litigation or regulatory ion that has been filed against your firm(s) in the last five years. lf 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 applicabie case or file number, and the status or disposition for such reported action. lf no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. lf "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:-Ffihe Re'S@adent shall submit history of litigation or regulatory action filed against respondent, or any respondent team membeifirm, in the past ten (10)years. lf Respondent has no litigation history or regulatory action in the past 10 years, submit a statement accordin$f. References & Past Performance. pidilUt., shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work reEibnced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndivid e & Title, 3)Ad{ress, 4) Telephone, 5) Contact's Email and 6) Nanative on Scope of Services Provided. Suspensi6h,;'Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? I-_-l vrs [---l r.ro SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Gampaign Contributions. Proposals 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. Proposals 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 Statement of Qualifications, in the event of such non- Miami Beach RFQ 2014-237-JR AppendixA-Page2 compliance. i8 49 9. 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 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. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, 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 proposal/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. .r*n SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln tieu of suOmiiiflii CoO. of Business Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the 0lty of Miami Beach Code of Ethics, available at www.miamibeachfl.gov/procuremenU. :_ Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may Ue ameilbeO from iime to time, Proposer shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living @er,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 $12.921hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the C,.i$ Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CP|-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). ..i,,..- Proposals' failure to comply with this provision shall be deemad.flm"eJp_11gl breach under this proposal, under which the City may, at its sole option, immediately deem said proposer as non-iespoh$ffi$ffid,;m=.=ay.further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. "Furthbr information on the Living Wage requirement is available at www.miamibeachfl ,gov/procuremenU. la. SUBMITTAL REQUIREMENT: No additional submittal is required,.By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 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 proposals, to provide "Equal Benefits" to their empoyees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Cdn!@ who work within the City limits of the City of Miami Beach, Florida; and the Contracto/s employees located in,',. United Ste-@5but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City o[ Miami Beach. 'li A Do6'**ur company prouide or offercH anyrbenefits Hrnpioyees with spouses or to spouses of employees? l::::.:: n*B. Does your compan:yiilrovide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic padners of employees?f--l vrs [---l ruo c. Please check all benefits that apply to your answers above and list in the "othe/' section any additional 10. 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, Miami Beach RFQ 2014-237-JR AppendixA-Page3 Rr-Q 20)4-23/-JR t9 50 11. lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., 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 lVleasures 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 finaliurther information on the Equal Benefits requirement is available at www.miamibeachfl.qov/procuremenV l".li ..::::::::::a:=. ! Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time ffis|states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity rime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, 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 proposals, Statement of Qualifications, 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. 2B7.0t7Jor CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ,:i' SUBMITTAL REQUIREMENT: No additional submittal is.:f uired. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133, Florida S r..-.,.,,9.,, iP itias not been placed on convicted vendor list. .*f Acknowledgement of Addendum. After issuance of solicitation, the City'm.^-tiyrtelease one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procJrement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies tha[.the Hlop.oser has received alliddendum released by the City pursuant to this solicitation. Failure to obtain and acknowledgeYeceipt$fiibll addenda may result in proposal disqualification. BENEFIT Firm Provides for Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave lnitial to Confirm Receiot lni l'b Confirm Receiot lnitial to Confirm Rccpinl Addenduri{tlil.l.r*Addendum 6 Addendum 1 1 Addendum2zt:tn Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum'13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. 12. Miami Beach RFQ 2014-237-JR AppendixA-Page4 20 51 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 Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, 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. ln its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which deviates from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualificatrons ahd the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and emptoyees, as requep,ted by the City in its discretion. The information contained herein is provided solely for the convenience of prospec,tive Proposals. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and compl 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€ity o"fficials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and:6mlyses. 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 Statement-'0f,..Qualifications 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 Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals will bound only as, if and when a Statement of Qualifications, as same may be modifled, and the applicable definitive agreem€fit$.'perlaining therelo, are.approved and executed by the parties, and then only pursuant to the terms of the definitive agreementS €f-SllrtBd'tiinbl$$.=ffif1srties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reaSoffihoutany resultant liability to the City. The City is governed by the Governmeritrin.the:Sunshine Law, and all Statement of Qualifications and supporting documents shall be subjectto disctosure as required by iuch law. All Statement of Qualifications shall be submitted in sealed proposal 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. Proposals are expected to m-ake all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications, 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 Statement of Qualifications, 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 Statement of Qualifications is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals 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. ln 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. Miami Beach RFO 2014-237-JR AppendixA-Page5 21 52 I hereby certify that: l, 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 Proposals 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 Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Title of Proposer's Authorized Representative:Name of Proposer's Authorized Representative: Signature of Proposer's Auhorized State of FLORIDA ) ) county of -) On this _day of -, 20-, personally appeared before me - who of stated that (s)he is the , 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: lt;:; 1.11 Miami Beach RFQ 20'14-237-JR AppendixA-Page6 RFQ 20 r 4-237-JR 22 53 APPENDIX B & eAfl&&stww&fl*M!E j v llf \, V tlw&*s uY$ N,, "No Bid" Form RFQ 2014-237 -J R Plons Review;=nspections ond Permit Clerk ,:: :.:n-..-.....,. .j.:................................A,,,'' \ervtces'i-,.r|,j "" t., %' DEPARTMENToFi)3r':::ffi##l:'g15 RFA 2014237:lR L! 54 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR TND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond - Specifications unclear or too restrictive .,.''''' ., t: _ Unable to meet specifications i:,i,, ., _Unable to meet service requirements _Unable to meet insurance requirements = -Do not offer this producUservice , =i. .;:tiii;r:. -orHER. (Ptease specify) =i.t We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature:""# Title: q' Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Joe V. Rodriguez, CPPB, FCCM STATEMENTS OF QUALI FICATIONS #201 4-237.JR 1700 Convention Center Drive MIAM! BEACH, FL 33139 form, may result in Miami Beach RFO 2014-237-JR AppendixB-Pagel RFQ 2014-237-JR 24 55 APPENDIX C g Mg&Mtffiffi&ffih$ @sr inimum RequirementS & Specificotions ,lllffii _= ,,; RFQ 201A.237.JR Plons Review;,lnspections ond Permit Clerk.,'; rii-- Services * DEPARTMENT OF PRORCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 RFa 2014-237-)R a<LJ 56 C1. MINIMUM REQUIREMENTS. The Minimum Eligibility Requirements for this solicitation are listed below, Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed non- responsive and will not be considered, . Proposer must demonstrate at least five (5) years of experience in providing all professional trade specialization services in this RFQ to governmental entities in Miami-Dade County; . Proposer must demonstrate that they have provided similar services to at least five (5) other governmental entities in Miami-Dade County and must present a highly quHlified project team that is available on a full time and/or part time basis. -*. The Project Manager must demonstrate at least five (5) years' rie*ffi- ting in such a capacity, providing similar services to other governmental entities iii{tl4iami-DE$,e4ounty. . Proposer's must demonstrate that hold all necessary licensure as specified in the RFQ and have"?t least five (5)years prevrous lnspectors/Plan its the experience in their field, and two (2) years minimum experience for Zoning Reviewers and Permit Clerks C2. SCOPE OF SERVICES REQUIREMENTS. Firms are to submit qualifications for each category, if applicable, and shall not be limited to one (1) category '-, 1. AREAS OF SPECIALIZATION / BUILDING TMDES: This RFQ seeks proposals from firms employing staff with qualifications in the following building trade specialized areas, Firms must aqree to have Inspectors/Examlners/Reviewers/Clerks available in al! specialties below to work either full qr: D**jl!.me for the City within one week of a request for such specialtv . Building IA-futOr i{Nitl ST'State of Florida Certification & Certification by the Miami- Dade County ffiffl,gf Rules and Appeals (BORA); ..=.B=,,,.Uildirg Plans Eximiner with the State of Florida Certification & Certification for the "-MEfiiOade County'Board of Rules and Appeals (BORA); . Electrical lnspector with the State of Florida Certification & Certification by the Miami- Dade County Board of Rules and Appeals (BORA); . Electrical Plans Examiner with the State of Florida Certification & Certification by the Miami-Dade County Board of Rules and Appeals (BORA) Certification; . Mechanical lnspector with the State of Florida Certification & Certification by the Miami- Dade County Board of Rules and Appeals (BORA); . Mechanical Plans Examiner with the State of Florida Certification & Certification by the Miami-Dade County Board of Rules and Appeals (BORA); . Plumbing lnspector with the State of Florida Certification & Certification by the Miami- Dade County Board of Rules and Appeals (BORA); RFQ 2014-237)R 26 57 . Plumbing Plans Examiner with the State of Florida Certification & Certification by the Miami-Dade County Board of Rules and Appeals (BORA); . Roofing lnspector with the State of Florida Certification & Certification by the Miami-Dade County Board of Rules and Appeals (BORA); . Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE) in the Structural discipline & Certification by the Miami-Dade County Board of Rules and Appeals (BORA); . Zoning lnspector/Plan Reviewers with a minimum of two (2) years' experience of similar work in other jurisdiction in the State of Florida or experience as deemed appropriate. . Permit Clerks: with a minimum of two (2) years' experience gs'a Permit Clerk in another jurisdiction in the State of Florida or experience as deemed apiliopriat.,hd a igh School t::='Degree' "1 == TASKS: . Conduct technical field inspections of buildings, .quigm.*.u,f'6 d installations during various phases of plumbing construction, installation and opeihfu and grant inspection approvals, if found in compliance with applicable codes and regulati6*-, and provide written comments, if found not in compliance with applicable codes and regulatiohs. . Review plumbing, electrical or mechanical installation plans, specifications and materials listed for residential and commercial projects, and grant approvals, if found in compliance with applicable codes and regulations, and provide written comments, if found not in compliance with applicable codes and regulations. . Evaluate alternate methods, procedures, materials and products for compliance with the Florida B,llilding CodB.requirements, whichever is applicable, depending on the date of the a p p I i cati6-n or c9 g ffi lp.1.;t,.= ' Approve and disfuve proposed plans in accordance with the applicable Code and other regulatory requirem'iffith and discuss disapproved items with architects, engineers, ' cohfactors and/or owner builders to obtain plan changes necessary for approval. . Render information concerning the applicable Code and make interpretations of its contents. Make decisions as to the feasibility of deviations from the Codes under various conditions, . Perform related work as required by the Building Department POWERS AND DUTIES All lnspectors/Examiners/Reviewers/Clerks proposed for service in response to this RFQ must meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances, Chapter B, Article ll, where applicable, and have been certified by the Miami-Dade County Board of Rules of Appeals (BORA), where applicable. RFA 2014-237-)R 1./ 58 4, SUBMITTAL QUALIFICATIONS REQUIREMENT ALL FIRMS THAT SUBMIT A PROPOSAL FOR CONSIDERATION MUST MEET THE SUBMITTAL QUALIFICATIONS REQUIREMENT AS PROVIDED BELOW. IF THE MINIMUM QUALIFICATIONS ARE NOT MET, THE CONSULTANT'S SUBMITTAL WILL BE DEEMED NON.RESPONSIVE. QUALIFICATIONS WILL BE CONSIDERED ONLY FROM CONSULTANTS THAT ARE REGULARLY ENGAGED IN THE BUSINESS OF PROVIDING THE PROFESSIONAL SPECIALIZATION SERVICES AS DESCRIBED IN THIS RFQ TO OTHER MUNICIPALITIES. A. Proposing Firm's Experience: ifi rru. lndicate the Proposer's number of years of experience ifi providin$'ni,he re..quested professional building trade specialization services. This experience shoiiliiriificlude at least FIVE (5) years with governments in Miami.Dadd County; .r' o List all projects undertaken in the past FIVE (5) years, describe the scope of each prolect in physical terms and by cost, describe# respondent's responsibilities, and provide the name and contact telephone numb6r of an.individual in a position of responsibility who can attest to respondent's activities in rdlation to the project. An SF 330 can suffice this request*_. o Provide the name(s) of the p&nilWithin your organization who was most actively concerned with managing eac ct; =o List and describe all legal claims against any member of the team alleging errors and/or omissions, or any breach ,of professional ethics, including those settled out of court,.during in the past ten (10) years. B. I ns pectorslExaminerslReviewers/C !e rks Expe rience : . Provide a cornprehensive summary of the experience and qualifications of the ,===.ffi8_gividual(s) who are proposed and will be selected to serve as inspectors, plans ""tHltiaminers and permit clerks. lnclude a list of lnspectors/Examiners/Reviewers that will b6$ade available to the City in response to this RFQ. These individuals must have a . mififfuum of (5) five years' experience in their designated professional building trade ;,, ,.. s@Cialization, Building, Electrical, Mechanical, etc., with the exception of Permit ,, i , Clerks, who require two years of experience. An SF 330 can suffice this request. . All personnel proposed in this RFQ must meet the Minimum Qualifications in accordance with the Florida Statutes and the Code of Miami-Dade County. The Minimum Qualifications of the personnel assigned to the tasks to be performed under this RFQ are as provided earlier in this section. RFA 2014-237)R 2B 59 C. Previous Similar Projects: Please provide a list of a minimum of five (5) projects which demonstrate the individual(s) experience in providing the services under each professional building trade specialty category for Municipal Miami-Dade County government, Please provide the following information for each sample project. An SF 330 can suffice this request. o Clients name, address, phone number, fax and/or e-Mail address. . Description of the scope of the work. =o Month and Year the project was started and completed. =o Total cost and/or fees paid to your firm. . Role of the firm and the responsibilities. 's\t'-i}'"'' r: D. Private Providers ,,ol':t, 1,- Teams selected under this RFQ will not be ablelto perfoim Private Provider lnspections and Plans Review for private clients for the duratioffi"the contract with the City of Miami Beach, Please provide a statement that the Respondbr' un{erstands and accepts that provision and either does not provide Private Provider serv,it in the City of Miami Beach or will divest itself of all such services at the time it is selected. RFQ 2014237-1R 29 60 APPENDIX D & .g $d{Al\AI MW&*N ol*i, Speciol Condlrtions ",i RFQ 2014-237-JR Plons RevieWl ilntpectidns ond Permit Clerk =,t rl- ,,il efViCeS'-q DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive Miomi Beoch, Florido 33139 RFo 20l 4-237-lR 30 61 1. TERM OF CONTRACT. The term of the contract shall be for THREE (3) years 2. OPTIONS TO RENEW. Two (2) one (1) year options to renew upon written mutual agreement. 3. PRICES. All prices shall be negotiated with the selected PROPOSER(s). 4. ADDITIONAL FIRMS. The City may award a minimum of two (2) Firm's, capable of providing all trades services as requested in Appendix C, sub-section C.2 of the RFQ. ln the event that there is only one (1)qualified Firm, the City will award and negotiate with the available Firm. However,the City reserves the right to select additional Firm's in the event: 't) the contract awarded Firm is unabte to provide the inspectors/examiners/reviewers/clerks needed; 2) it is deemed to be in the best interest,.of the City. 5. EXAMTNATION OF FACILITIES. lntentionally omitted, = -''." 6. INDEMNIFICATION. lntentionally omitted. ,.,.-. ' 7. PERFORMANCE BOND. lntentionally omitted. - I 8. REQUIRED CERTIFICATIONS. lntentionally omitted, : 9. SHtPPtNG TERMS. lntentionally omitted, 10. DELTVERY REQUTREMENTS. lntentional& omitted. i,i t ,1 t..:.=== 11. WARRANTY REQUIREMENTS. lntentionalfy omitted. '== il' 12. BACKGROUND CHECKS. lntentionally omitted. RFG 2014-237)R 3l 62 APPEN DIX E Plons g ,\AIA&AIffiTAffiM ffi. lnsuro nce Requirements Permit Clerk DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Conveniion Center Drive Miomi Beoch, Florido 33,l39 ,,e ,LiffifQ 2014'237-JR Revilh [,,! ections ond.== Services RFQ 20t4-237-JR JL 63 b eA$&llAtww&fl*M:- $ V \Ed \d V \l&*"d&*f tq*s$ $ INSURANCE REQUIREMENTS PROFESSIONAL SERVICES The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3'd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurancetoverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not tesi tfran $500,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach,must be shown as an additional insured with respect to this coverager *.1gaiver of subrogation in favor of the City must be included. ; .\i. C. Automobile Liability lnsurance covering all owned, non-owneQlrand hig$.vehicles used in connection with the work, in an amount not less than $500,000 combindd Singfe limit per occurrence for bodily injury and property damage. D" Professional Liability lnsurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability- The insurance coverage required shall include those Classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. ., ' ,.,= 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 o 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 Jergn_e14,.or its eQffialent, subject to the approval of the City Risk Management Division. The company must holda Va!1d Florida Certificate of Authority as shown in the latest "List of All lnsurance Companies Authoriied+r Approved to Do Business in Florida" issued by the State of Florida Og,partmiint:'6lJnsurance and are members of the Florida Guaranty Fund. Certifrcat€s will indicate'itb modification or change in insurance shall be made without thirty (30) days in advance notie€ ertificate hokler. C ERTt FTCATI H0 LDER,,,EtUST READ : GIW OF MIAMI BEACH 17OO OONVENTION GENTER DRIVE 3'd FLbOR 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, The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Miami Beach RFQ 2014-237-JR AppendixE-Page1 22 64