C2F-Issue RFP Removable-Retractable Canopy At The North Beach Band ShellCOMMISSION ITEM SUMMARY
Condensed Title:
nequest For Approval To lssue Request For Proposals (RFP) 2014-290-YG For The Design, Manufacturing And
lnstallation Of A Removable/Retractable At The North Beach Band Shell
Maximize the Miami Beach brand as a world class destination.
Data (Survevs. EnvironmentalScan. etc: N/A
ln January 2Ol+, tne City Administration began efforts to develop a North Beach Economic Development and
Revitalization Strategy Plan. The initial steps of the plan focus on gathering public input to serve as the
foundation. To date, two general public input meetings have been held with approximately 130 attendees at each
meeting. One additional meeting geared towards issues and obstacles'facing commercial property owners and
business owners of the area was also held with strong attendance. Another general public input meeting was held
on April 22,2014, to fine tune the priorities for this plan and to work with the public in prioritizing concerns.
Economic Development staff is working to compile a master list of all of the concerns raised in the meetings with
the goal of working with the applicable department(s) to ascertain issues/concerns that can be resolved
immediately, those which require specific allocations through future budgets, and those that may require more
time, coordination with otherentities, orfurther study in orderto resolve. The Economic Development staff is also
working to undertake interviews with key stakeholders as identified by the Mayor and Commission, as well as the
Administration.
The public has been supportive of the North Beach efforts and they remain quite engaged an involved which has
led to the cultivation of some excellent input. Staff will strive to address the concerns and issues raised and to
prepare a realistic and implementable plan for North Beach's future for presentation to the Commission during the
summer months.
ln March 2014, Mayor Levine created the Mayor's Blue Ribbon Panel on North Beach Revitalization and
appointed three (3) members. The Blue Ribbon Panel has met weekly and has begun to identify a number of
items that could immediately help in the revitalization efforts. One such recommendation from the Blue Ribbon
Panel is a series of events, festivals, fairs and other activity to provide year around programming for the
community and attract visitors to North Beach. To that end, the Panel recommended obtaining a canopy or other
structure able to cover the audience area of the Band Shell. lt is believed that such a cover will protect attendees
at events and will encourage use of the facilities as the effects of weather can be mitigated using a canopy.
Funding was identified and included as part of a Capital Budget amendments early this year.
To seek proposals for the aforementioned canopy, the Administration is seeking approval to release the attached
RFP 2014-290-YG, for the Design, Manufacturing and lnstallation of a Removable/Retractable Canopy at the
North Beach Band Shell (the "RFP").
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2015-290-
YG, for the Design, Manufacturing and lnstallation of a Removable/Retractable Ganopy at the North Beach Band
Shell.
RECOMMENDATION
Authorize the issuance of the RFP 2015-290-YG, for the Design, Manufacturing and lnstallation of a
Removable/Retractable Canopy at the North Beach Band
Financial lnformation :
Source of Amount Account
1 N/A 307-2538-000359 North Beach Quality of Life
2
Total
Financia! lmoact Summary:
Alex is. Extension 6641
AGE}IDA *'EM C2 I=# MIAMISfrACH o^rE 7e3'//199
City of Miomi Beoch, I 200 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochll.gov
COMMISSION MEMORANDUM
Mayor Philip Levine and
FROM: Jimmy L. Morales, City Manager
DATE: July 23,2014
SUBJECT: Request For Approval To lssue Request For Proposals (RFP) 2014-290-YG For
The Design, Manufacturing And lnstallation Of A Removable/Retractable CanopyAt
The North Beach Band Shell
BACKGROUND/ANALYSIS
ln January 2014, the City Administration began efforts to develop a North Beach Economic
Development and Revitalization Strategy Plan. The initial steps of the plan focus on
gathering public input to serve as the foundation. To date, two general public input meetings
have been held with approximately 130 attendees at each meeting. One additional meeting
geared towards issues and obstacles'facing commercial property owners and business
owners of the area was also held with strong attendance. Another general public input
meeting was held on April 22,2014, to fine tune the priorities for this plan and to work with
the public in prioritizing concerns.
Economic Development staff is working to compile a master list of all of the concerns raised
in the meetings with the goal of working with the applicable department(s) to ascertain
issues/concerns that can be resolved immediately, those which require specific allocations
through future budgets, and those that may require more time, coordination with other
entities, or further study in order to resolve. The Economic Development staff is also
working to undertake interviews with key stakeholders as identified by the Mayor and
Commission, as well as the Administration.
The public has been supportive of the North Beach efforts and they remain quite engaged
an involved which has led to the cultivation of some excellent input. Staff will strive to
address the concerns and issues raised and to prepare a realistic and implementable plan
for North Beach's future for presentation to the Commission during the summer months.
ln March 2014, Mayor Levine created the Mayor's Blue Ribbon Panel on North Beach
Revitalization and appointed three (3) members. The Blue Ribbon Panel has met weekly
and has begun to identify a number of items that could immediately help in the revitalization
efforts. One such recommendation from the Blue Ribbon Panel is a series of events,
festivals, fairs and other activity to provide year around programming for the community and
attract visitors to North Beach. To that end, the Panel recommended obtaining a canopy or
other structure able to cover the audience area of the Band Shell. lt is believed that such a
cover will protect attendees at events and will encourage use of the facilities as the effects of
weather can be mitigated using a canopy. Funding was identified and included as part of a
Capital Budget amendments early this year.
the City C/mmissionP
200
Requesf fo /ssue RFP 2014-290-YG
Page 2
To seek proposals for the aforementioned canopy, the Administration is seeking approval to
release the attached RFP 2014-290-YG, for the Design, Manufacturing and lnstallation of a
Removable/Retractable Canopy at the North Beach Band Shell (the "RFP").
MAJOR RFQ REQUIREMENTS
The full RFP is attached for consideration. However, the most significant portions of the RFP
are as follows:
1. SCOPE OF WORK
Please Referto Section 0100-2, page2
2. MINIMUM QUALIFICATIONS
Please Refer to Section 0100-6, page 5
3. SUBMITTAL REQUIREMENTS,
Please Refer to Section 03'15, page 15
4. CRITERIA FOR EVALUATION
Please Refer to Section 0305, page 13
CONCLUS!ON
The Administration recommends that the Mayor and Commission authorize the issuance of
the RFP 2015-290-YG, for the Design, Manufacturing and lnstallation of a
Removable/Retractable Canopy at the North Beach Band Shell.
RECOMMENDATION
Authorize the issuance of the RFP 2015-290-YG, for the Design, Manufacturing and
lnstallation of a Removable/Retractable Canopy at the North Beach Band Shell.
ATTACHMENTS
RFP 2015-290-YG, for the Design, Manufacturing and lnstallation of a
Removable/Retractable Canopy at the North Beach Band Shell
JLM/MT/KGB/MS/AD
T:\AGENDA\2014Uuly\Procurement\lssuance RFP 2014-290-YG North Beach Band Shell Canopy MEMO.doc
201
dh*[mr.@ /\I1IAI\AIBTACH
REQUEST FOR PROPOSALS
DESIGN, MANUFACTURE AND INSTA.LE
REMOVABTE/RETRACTABTE CANOPY AT TfI
BEACH BAND SHEtt
RFP No. 2OI4'29O'YG ' i,: .
E.NORTH
t-,.=.
=.,,,.:::::::+iE,-
-.\=
*,{ .
*,,F
RFP ISSUANGffiATE: JULY 2fi112014
PRE-PROPOSAL MEETiNG$TE: AUGUST 21, 20I 4
=
PROPOSAL DUE DATE: AUGUST 28,2014
ISSUED BY:
Yusbel Gonzolez, Senior Procurement Specialist (Team Lead)
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive, Miomi Beoch, FL 331 39
www.miomibeochfl.gov
202
MIAMIBEACH
TABLE OF CONTENTS
PAGE
OO1OO. GENERAL INSTRUCTIONS TO PROPOSERS ...........3
00200. DEF|N|T|ONS............ ....(omitted)
OO3OO" INSTRUCTIONS TO PROPOSERS ............8
00305. EVALUATTON METHODOLOGY..
'N_.
.............12
00315. PROPOSAL SUBMTSSTON REQUTREMENTS .. ..._"" .."". ...........14
APPENDIXES:
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUI
::. | ..
"NO BID" FORM
:.riii .::.
BtD TENDER FORM (COST pROpOSAL)l ,,,,.- " .,,-
INSURANCE REQUIREMENTS '. '
.l
A"
B.
C.
D,
AFFIDAVIT
M-
+ii=.-.k
+N.lti ii.
ffi r;;ji:,.::.-:.:.a
w=#
e I nre 2ot4-2eo-YG
203
MIAMIBEACH
01OO. GENERAL INSTRUCTIONS TO PROPOSERS:
1. General. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the
means for prospective Proposers to submit their qualifications, proposed scopes of work and cost Proposals (the
"Proposal") 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
Proposers and, subsequently, the successful Propose(s) (the "contractor[s]") if this R[f;,1 ults in an award.
The City utilizes PuhlicPurchase (www.publicpurchase. ) for automatic nolification of competitive solicitation
oppo(unities and document fulfillment, including the issuance of any adddndum to this RFP. Any prospective
Proposer who has received this RFP by any means other than through PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued to t.lijsRFP. Failure toieceive an addendum may
result in disqualification of Proposal submitted.
2. Scope of Work: The City of Miami Beach is seeking p1.,gjlosals from qualified firms to deiign, manufacture and
install a custom canopy at the North Beach Band Shell fadility (the cility"Ir$tp area of coverage for the canopy is
approximately 9,700 square feet. The scope of the prolect will consistof .ttl..g.:. bfrTng:. Design and shop drawings. Obtaining all necessary permits. Seek approval of shop drawings from the City :. Manufacture canopy ,. lnstallCanopyo Warranty and maintain for a period of not less than five (5) years.
Canopy shall meet all applicable re{"iiirements, including: building code, wind uplift, environmental and any other
applicable requirement. Ihe City is also seeking a non-permanent (removable or retractable) canopy structure. For
removable structures, the sel6qt0il,contr or will be responsible for removing, storing and re-installing with a 48 hour
notice from the City. * r*,r:
:::::::::::::::: : ::
The selection process shall be as follows;o lnlerest parties, pursuant to this RFP, may submit their proposed designs, materials lists, project schedule,
service offerings (maintenhnce, wana y, etc.) and cost proposals to the City.. ln'accordance with the criteria establiShed herein, the City will evaluate proposals received on the basis of
design, qu-q]lty of materials, prolect schedule, service offerings and cost,. The propo.$fueemed tolave submitted the best combination of design, materials, prolect schedule,
service and'Cdit may b mitted by the City Manager to the City Commission for approval.
lf approved by the City Commission, the City will finalize a contract and issue a Notice to Proceed (NTP). No work
may commence until such time as an NTP is issued by the City.
s I nre 2o14-2eo-YG
204
MIAMIBEACH
4. Location of Work: The address of the North Beach Band Shell is 7275 Collins Avenue, Miami Beach, Florida
331 39.
GeneralArea:ffi
lliilt
u
Site Map:
1l
a I nre 2ot4-29u-Yc
205
MIAMIBEACH
6. Minimum Requirements: ln order for proposals to be deemed responsive, Proposers must meet the minimum
requirement set forth herein. Non-responsive bids will be disqualified from consideration.. Proposer must be licensed as a General Contractor in the State of Florida.. Proposer must be licensed as a Canvas Awning Contractor by Miami-Dade County.. Proposer must have completed at least three (3) projects similar in scope and size in the past ten (10)
years.
7. Bid Bond: Intentionally omitted.
9. Proposal Submission: One (1) unbound qiginal proposal must be received on or before the date
stipulated herein for the receipt of proposals. Additionally, five (5) bound copies as well as a CD or flash
drive copy of the complete proposal are to be submitted to the City. The orlginal proposal and all copies must
be submitted to the Department of Procurement Management in a sealed envelope or container stating on the
outside, the Propose/s name, address, telephone number, RFP number, title, and due date. Any proposals
received after time and date sp.ecifigd will be returned to the Propoier unopened. The responsibitity for
Timetable. The tentative schedule for this solicitation is as follows:
RFP lssued July 25,2014
Pre-Proposal Meeting August 8,2014
Deadline for Receipt of Questions August 21,2014
Proposals Due August 28,2014
Evaluation Committee Review & Proposer Presentations
(Presentations only if deemed necessary bv the Citv)
TBD
Tentative Commission Approval Authorizing Negotiations October 22,2014
RafaelGranado@miamibeachfl:qov ; oi f imile: 786-394-4188. The RFP title/number shall be referenced on all
corresponderce. All questions'orrequest5 r,,,;oJdrification must be received no laterthan ten (10) calendardays
prior to the d-ate Proposals are due as schedill d in Solicitation Timeline. All responses to questions/clarificatlons will
be sent to alf prospective Proposers ln the form of an addendum.
Procurement Contact:
YusbelGonzalez
Telephone:
305.673.7490
Email:
YusbelGonzalez@miamibeachfl,gov
11. Pre-ProposalConference: A Pre-ProposalConference is scheduled for2:00 p.m. on August 8,2014 in the City
Manaoer's Conference Room located at 1700 Convention Center Drive on the 4tn floor.
Attendance (in person or via telephone) to this meeting is not mandatory but strongly encourage.
Proposers interested in participating in the meeting via telephone must follow these steps:(1) Dialthe TELEPHONE NUMBER: 888-270-9936 (Toll-free North America)(2) Enter the MEETING NUMBER: 1142644# (note that the number is followed by the pound (#) key).
Additionally, interested parties are encouraged to visit the site prior to attending the Pre-Proposal
Conference.
* | nre 2oi4-2eo-Yc
206
MIAMIBEACH
12. PRE-PROPOSAL INTERPRETATIONS: Oral information or responses to questions received by prospective
Proposers are not binding on the City and will be without legal effect, including any information received at pre-
submittal meeting or 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 PublicPurchase. Any prospective Proposer who
has received this RFP by any means other than through PuhlicPurchase must register immediately with
PuhlicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may
result in disqualification of Proposal submitted.
13. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement licitations once advertised
and until an award recommendation has been fonryarded 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 communication or
inquiry in reference to this solicitation with any City employee or City official is strictly pi,ohibited 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 communicatlUH is timited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitred in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgr&q-,ado@miamibeachfl.gov.
l::::1
14. SPECIAL NOTICES. You are hereby advised that ' solicitation is subject to the following
ordinances/resolutions, which may be found on the : City Of Miami Beach website:
http://web.miamibeachfl.qov/procuremenUscroll.aspx?id=23S10 ,
.
=,:,,. . '::::.lt,:i,i::,.. CONE OF S|LENCE.... . . ,#rr,,.;,,*... . CITY CODE$€1ON24S6. PROTEST PROCEDURES :..........;,.... CITY CODE SEeT]gX 2-371. DEBARMENT PROCEEDINGS . =r ........,,. CITYCODE SECTIONS 2-397 THROUGH 2485.3. LOBBY|STREG|STMT|ONANDDlSCLOSUREOFFEES.iiri......,il,... CIIY,.CODESECTIONS24SlTHROUGH2-406
o CAMPAIGN CONTRIBUTIONS BY=.VENQ,QRS.....................,:...:..i... . CITYCODE SECTION 2487
O CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
tssuES... ..................=.,,...". .''!t{!,ifu. REQU I REMENT FOB CITY CONTMCTOR"$JO PROVI DE EQUAL
CITY CODE SECTION 2488
CITY CODE SECTIONS 2407 THROUGH24lO
CITY CODE SECTION 2-372
BENEFITS FOR DOMESTICPARTNERS..= .........= CITY CODE SECTION 2.373
mHu
LIVING WAGE REQUIREMENT., .fl:.:.:.1"..... .......................,.r.....,.
LOCAL PREF.RENCT TON MIAMI BECCITBASED VENDORS. .......
PREFE NCE FOR FLORID.A SMALL BU$1ifliI.fiSSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE4ERTiFIED SERVICE-
o FALSECI-AIMS ORDINANCE.. . .i.1.,"... . ....,1iir'.
o ACCEPTANCE OF GIFTS, FAVORS &SERVICES.
Note: Ordinances may be amended ani,.time prior to the receipt of bids. The most recently approved ordinance or version shall
apply.':.i Remainder of Page lntentionally Left Blank
DISABLED VETEMN BUSINESS ENTERPRISESIIIi,. CITY CODE SECTION 2-374
CITY CODE SECTION 7O.3OO
CITY CODE SECTION 2449
e I nrn 2o14-2eo-Yc
207
MIAMIBEACH
OO2OO. DEFINITIONS:
Omitted.
OO3()(). INSTRUCTIONS TO PROPOSERS:
1. Due Dilioence and Site lnspections: lt is the responsibility of each Proposer before submitting a proposal, to:
1.1 Visit the site or structure to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work,
1.2 Take into account federal, state and local (City and Miami-Dade Co-qq-rty) laws, regulations, permits,
and ordinances that may affect costs, progress, performance, fq11l$i5hin'$. the Work, or award,
1.3 Study and carefully correlate Propose/s obseruations with the*[FP, and
",::::::::.+
The submission of a proposal shall constitute an incontrovertiblqppresenffin by Proposer that Proposer
has complied with the above requirements and understands all terqps and Cdnditions for performance and
furnishing of the Work. i
,.,-.
2. Pre-Proposal lnterpretations: Only questions answered by written Addenda wittie binding and may
supersede terms noted in this RFP. Oral and other Interpretations or clarifications will be without
legal effect. All questions about the meaning or intent oi tn. Rfp are to be dirdCieO to the City's
Procurement Director or designated representative in writing. lnterpretations or clarifications considered
necessary by the City in response to such questions will be issued by the City by means of Addenda mailed
or delivered to all parties recorded by the City's Procurement Director as having received the Bidding
Documents. Written questions should be ieceited no less than ten (10) calendar days prior to the
date of the opening of Proposals. Theie shail be no obligation on the part of City or the City's
Procurement Director to respond to queStions reUbiGd'Iess than ten (10) calendar days prior to
original proposal opening date stipulated in th[$ solicitation.
3. Joint Ventures: Joilt Ventures aie not allowed. The City will contract with a Prime Contractor only. Each
proposat snatt be subrnitted by the Prime Contractoronly. However, proposals may include sub-contractors
or sub-consultants to the Prime Contractor. .;1
4.
5.
: All pr,oroosals must be made upon the blank Proposal Tender Form included
price iE'skict accordance with the instructions thereon. The proposal must be
S,i d and acknowle€ .by the Prqp_gser in accordance with the directions on the proposal form.
; The City reserves the right to reject any or all proposals prior to
award. 'R.g.g,p-pnable eforti*ii\,vitt be made to either award the Contract or reject all proposals within one-
hundred ME-ifu/120) calendar days after proposal opening date. A Proposer may not withdraw its proposal
unilaterally nOnie..$a.Ag"g#5 Contract Price before the expiration of ninety (90) calendar days from the date of
proposal openin$)ll Proposer may withdraw its proposal afterthe expiration of one hundred twenty (120)
calendar days fffi the date of proposal opening by delivering written notice of withdrawal to the
Department of Procurement Management prior to award of the Contract by the City Commission.
Determination Of Award: The final ranking results of Step 1 & 2 outlined in Evaluation of Proposals Section
will be considered by the City Manager who may recommend to the City Commission the Proposer s/he
deems to be in the best interest of the City or may recommend rejection of all Proposals. The City
Manage/s recommendation need not be consistent with the scoring results identified herein and takes into
consideratlon Miami Beach City Code Sectlon 2-369, including the following considerations:
(1) The ability, capacity and skill of the Proposer to perform the contract.
6.
Pri
heEin and must ''hl$E*e
r I RFP 2O\4-290-YG
208
MIAMIBEACH
(2) Whether the Proposer can perform the contract within the time specified, without delay or
interference.
(3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer.
(4) The quality of performance of previous contracts.
(5) The previous and existing compliance by the Proposer with laws and ordinances relating to the
contract.
The City Commission shall consider the City Manager's recommendation and may approve such
recommendation. The City Commission may also, at its option, reject the Cily Manager's recommendation
and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also
reject all Proposals. Upon approval of selection by the City Commission, negotiations between the City and
the selected propose(s)willcommence.
,.ii'su_,
7 . Evaluation: An interim performance evaluation of the successfut poser ffiE$esuUmitted by the Contract
Administrator during construction of the Project. A final performance evaluationd.he}l e submitted when the
Request for Final Payment to the construction contractor is forwarded for approva[ Ineither situation, the
completed evaluation(s) shall be fonryarded to the CiS's Procurement Director who shali provide a copy to
the successful Proposer. Said evaluation(s) may be used by the City as a factoi in Considering the
responsibility of the successful Proposer for future propbsaJg.w.ithlhe City,.rser for future propos#,I#thJhE:Gity. .n
is to include tne turnisnt')$\i1;-!:t=ll necessary design, labor, materials,8.Contract Price: The Contract Price i
equrpment rncluding tools, services, permit fees, applicable taxJS); .ad and profit for the completion of
the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any
item(s) of Work not covered by a specific Contracf-rinit,price or lump sum price shall be included in the
Contract unit price or lump sum price to whichlhe itenr($ [e m.0,,..f,!, g licable.
9. Postponement of Date fdr Pr.g..$SJtino and Opehi iroposals: in. Ci,y reserves the right to postpone the
date for receipt and opening of proposals and will rnake a reasonable effort to give at least five (5) calendar
days written notice of any such postponement to each prospective Proposer.
10. Qualifications of Propd@flg*$ffi+J;;shall be considered only from Proposers which submit their proposal
by the proposal's due datEu'=,F$to5Eltl,{ififrft,,meeJ the "Minimum Requirements"; and Proposers that submit
all required doCumentation as requested under this solicitation.
ln determining a Proposeis respori5i;F#ty and ability to perform the Contract, City has the right to investigate
and request information'concerning,xTihe financial condition, experience record, personnel, equipment,
facilities, principal business location and organization of the Proposer, the Propose/s record with
environmental regulations; and the claims/litigation history of the Proposer. The City reserves the right to
consider third-party information (e.9., Dun & Bradstreet's Supplier Reports or similar) in determination of
capacity.
11. Addenda and Modifications: The City shall make reasonable efforts to issue addenda within seven (7)
calendar days prior to proposal opening. All addenda and other modifications made prior to the time and
date of proposal opening shall be issued as separate documents identified as changes to the Project
Manual.
12. Occupational Health and Safety: ln compliance with Chapter 442, Flonda Statutes, any toxic substance
listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be
accompanied by a Material Safety Data Sheet (MSDS)which may be obtained from the manufacturer. The
MSDS must include the following information:
e I nre 2014-2eo-YG
209
13.
MIAMIBEACH
12.1 The chemical name and the common name of the toxic substance.
12.2 The hazards or other risks in the use of the toxic substance, including:
12.2,1 The potential for fire, explosion, conosion, and reaction;
12.2.2 The known acute and chronic health effects of risks from exposure, including the
medical conditions which are generally recognized as being aggravated by
exposure to the toxic substance; and
12.2.3 The primary routes of entry and symptoms of overexposure.
12.3 The proper precautions, handling practices, necessary parr6iat protective equipment, and other
safety precautions in the use of or exposure to the toxic substances, including appropriate
emergency treatment in case of overexposure.
*dfu,",s"
12.4Theemergencyprocedureforspills,fire,disPos6l;.€ndfinstaid.
12.5 A description in lay terms of the known rpdl iil' tia nJ[nrr risks posed oriE'oii. substance
intended to alert any person reading this informatioi.l=.j
12.6 The year and month, if available, that the informatioiE mpiled and the name, address, and
emergency telephone number of the'manufacturer responsib1-:.&r paring the information.
Environmental Reoulations: The City reserves tnd:rigfit h consider a irofosefs history of citations and/or
violations of environmental regulations in investigating? Proposer's ponsibility, and further reserves the
right to declare a Propo;qr no1 responsible if the history of violations warrant such determination in the
opinion of the City$ropoSei shall submit with its Proposal, a complete history of all citations and/or
violations, notice d dispositions thereof. The non-submission of any such documentation shall be
deemed to be an a#lfiation by ,tfte Proposer that there are no citations or violations. Proposer shall notify
the City immediatef* nofrce.oi iny c'itation or violation which Proposer may receive aiter the Proposal
opening date a.nd during ttid[ifne'Uf ffilftffia-B$e ofany contract awarded to it.
"Oi Equal" Clause:,Wlhenever a material, article or piece of equipment is identified in the RFP including
plans and specification'S by referenCe to manufacturers' or vendors' names, trade names, catalog numbers,
or oihenivise, City, through Consultant, will have made its best efforts to name at least three (3) such
refeiences. Any such reference is irrtended merely to establish a standard; and, unless it is followed by the
words "no substitution is ,permitted" because of form, fit, function and quality, any material, article, or
equipment 0f other manufaciurers and vendorc which will perform or serve the requirements of the general
design will be considered equally acceptable provided the materials, article or equipment so proposed is, in
the sole opinion of Con5ultant, equal in substance, quality and function.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR.
Protested Solicitation Award: Proposers that are not selected may protest any recommendation for Contract
award in accordance with City of Miami Beach Code Section 2-371, which establishes procedures for
resulting protested proposals and proposed awards. Protest not timely pursuant to the requirements of the
City Code shall be barred.
14.
15.
r I nre 2oi4-2eo-YG
210
'16.
MIAMIBEACH
Financial Stabilitv and Strenoth: The Proposer must be able to demonstrate a good record of performance
and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or
services required herein.
ln addition to other financial documents required to be submitted, the City may require, after receipt of
proposals, that 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, at a minimum, balance
sheets (statements of financial position) and statements of profit and loss (statement of net income). When
the proposal submittal is from a joint venture, each Proposer involved in the joint venture must submit
financial statements as indicated above'
.,.,,,,
, u,._,.
The City reserves the right to consider third-party information (e g., D=u Bradstieet's Supplier Reports or
similar) in determination of capacity.
insolvency, may be declared non-responsive. 'U *.,
.- ir
Miami Beach-Based Vendors: Pursuant to City of Miami Beach Code Section 2-372, a preference will be
given to a responsive and responsible Miami Beach-based vendor, who is within five percent (5%) of the
lowest responsive, responsible Proposilr, an opportunity of providing said goods or contractual services for
the lowest responsive proposal amount. Whenever, as a result of the foregoing preference, the adjusted
prices of two (2) or more Miami Beach-based vendors constitute the lowest proposal for a competitively
proposal purchase, and such proposals are responSf$ffi*othenrise'r'Equal with respect to quality and
service, then the award shall be made to the [4iami ,rcadh:tsh ndor having the greatest number of its
employees that are Miami Beach residents. Whe-n6irer, two or'iii6ioe Miami Beach-based vendors have the
same number of itsemployees that are Miami Beach residents, then the award shall be made to the Miami
Beach- based veffir who is cefiified by Miami-D& County as a Minority or Women Business Enterprise.
VeteranBusinessEn[mtises: FGuant!oCityof l$iami BeachCodeSection 2-3T4,lheCityshall givea
preferg.,n=qq...ufq responsive and responsible Proposer which is a small business concern owned and
contr:dllb'il=5f:'**teran(s) or which is a service-disabled veteran business enterprise, and which is within
fivd'percent (5%) of't- ;|owest iesponsive, responsible Proposer, by providing such Proposer an opportunity
.@flproviding said good$-or contractual services for the lowest responsive Proposal amount. Whenever, as a' re$ o1 the foregoing Tlb.ference, thd adjusted prices of two (2) or more Proposers which are a small
busifiES$;lponcem ownedttid contiolled by a veteran(s) ora service-disabled veteran business enterprise
constit0t4,l,F€ lowest propd5al pursuant to an RFP or oral or written request for quotation, and such
proposals"@-, ponsive,,:iesponsible and othenivise equal with respect to quality and service, then the
award shall b6.ffide tg.t|td service-disabled veteran business enterprise.
Equal Benefits Qdde Provision: Proposers are advised that this Proposal and any contract awarded
pursuant to this procurement process shall be subject to the applicable provisions of City Code Section 2-
373, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Code
Provision")." The Code Provision 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.
17.
18.
19.
I0 | RFP 2Ot4-2eO-YG
211
20
MIAMIBEACH
Pedormance and Payment Bond: The successful bidder shall duly execute and deliver to the City a
Pedormance and Payment Bond in the full amount of the project. The Performance and Payment Bond
Form supplied by the City shall be the only acceptable form for these bonds. No other form will be
accepted. The completed form shall be delivered to the City within 15 calendardays afterformal notice of
award. lf the vendor fails to deliver the payment and performance bond within this specified time, including
granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and
the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that
vendor for a twelve (12) month period following such default. The following specifications shall apply to any
bond provided:
A. All bonds shall be written through surety insurers authorized to do business in the State of Florida
as surety, with the following qualifications as to management and financial strength according to
the latest edition of Best's lnsurance Guide, published,-by A.M. Best Company, Oldwick, New
Jersey.
Bond Amount , ri Best Ratino
500,001 to 1,500,0009':tt::'1'1 B V
1,500,00'l to 2,500;000 A Vl
2,500,001 to 5,000,000 A Vll
Over 10,000,000 AIX
_...,:_.),:,.j,:
B. On contract amounts of $500,000 or less, the bodd=Ffuvisions of Section 287.0935, Florida
Statutes (1985) shall be in effect and surety companies not othe-r.wise qualifying with this paragraph
may optionally qualify by: i1. Providing evidence that the surety'has twice the minimum surplus and capital
required by the Florida lnsuiance Code at the time the solicitation is issued;2. Certifui .'thatlhe surety is othena/se in complianCe with the Florida lnsurance Code;and *.i;
3. . Eviding a iopy of the cunentiy valid Certificate of Authority issued by the United
States Department of the Treasury under SS. 31 USC 9304-9308.
Surety insurdrc,stall.,ffi,islgl the latesl Circular 570 of the U.S. Department of the Treasury
entitled "Surety Gbtfi$hnieS Aeep,table on Federal Bonds", published annually. The bond amount
shall not exceed the undqwriting limitations as shown in this circular.
f,.,,,- For conhact* r*..rr'$l8i0,900 the provisions of Section B will be adhered to plus the company:: must have bee'n lisled for a'F,,, st three consecutive years, or holding a valid Certificate of Authorig',, ,qjrt least t S miltidi dollariand on the Treasury Lisi.
D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors
Traihi4guand Development lnc. will also be acceptable.
E. ln lieu of:a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashie/s
check made out to the Board of City Commissioners will be acceptable. All interest will accrue to
Miami-Dade City during the life of this contract and/or as long as the funds are being held by
Miami-Dade City.
F. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with
such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond
must be counter signed by the surety's resident Florida agent.
rr I RFP 2O14-2eO-YG
212
MIAMIBEACH
OO3O5. EVALUATION METHODOLOGY
1 . Two Step Evaluation. The evaluation of responsive proposals will proceed in a two-step process" 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 first step scores by the
Procurement Management Depaftment.
2. Evaluation Comittee: An Evaluation Committee, appointed by the City Manager, shall meet to evaluate
each Proposal in accordance with the qualifications criteria established below. ln doing so, the Evaluation
Committee may:
a. Review proposals received and short-list one or more proposers t0 be 0onsidered during Step 2 of
the evaluation; or j,,.
b. Review proposals received and interview or receive preseffiions from one or more proposers in
order to develop a short-list of one or more proposers to be considered during Step 2 of the
evaluation.
3. Step 1 Evaluation (Qualitative Criteria):
Step 2 Evaluation (Quqrltitidlve Criteria): Following the results of Step 1 Evaluation of Qualitative
criteria, the proposes may ffiOive additional points to be added by the Department of Procurement
Management to ffi 6p points eamed in Step '1. Proposer must submit qualifying evidence with their
proposals in order t64;oeive points in the category.
. Points Awarded for Miami Beach-Based Vendors and Veteran's Preference shall be in
accordance to Ci$ Code.
Miami Beach-Based Vendor
VeteranS?nd State-Cefiified Service-Disabled Veteran
t2 I RFP 2014-290-YG
213
MIAMIBEACH
5. Price: Points awarded to the proposer for cost proposals shall be developed in accordance with the
formula:
Samole Obiective Formula for Cost and Supplier Risk Score
Vendor Vendor
Cost
Proposal
Example
Maximum
Allowable Points
Formula for Calculating Points
(lowest cost / cost of proposal
being waluated X maximum
allowable points = awarded
points)
Total Points
Awarded
Vendor A $100.00 20 $100 / $100 X*0,= 20 20
Vendor B $150.00 20 $100/$150x20s{3 13
Vendor C $200.00 20 $100/$200X20=10 10
6. Determination of Final Ranking, At the conclusion of the Evaluation Committee,u$f,,,,,,p 1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Pro0{Ement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below: '-":.'=,,
Committee
Membei-j
Step 1
Points 82 76 80
Step 2
Points ,litrr.\:t-\\. 10 7 5
Total '"-,"r. 912 84 85
Rank 1 3 2
Step 1
Points =s=90 85 72
Step 2
Points 10 7 5
Total +.,00 92 79
..Renk.1 2 3
Cofimittee
Membei2
$lep 1
P6ints 80 74 66
I L$ , steP='z
f$. ilt,lr Points 10 7 5
Total 90 81 72
Rank 1 1 :r::i:=:3
* Final'Ra*ing is presented to the City Manager for fu(her due diligence and
recommeldation to the City Commission. Final Rankinq 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.
By submitting a proposal, all Proposers shall be deemed to understand and agree that no property interest
or legal right of any kind shall be created at any point during the aforesaid evaluation / selection process
until and unless a contract has been agreed to and signed by both parties.
rs I nre 2014-2eo-YG
214
MIAMIBEACH
00315. PROPOSAL SUBMISSION REQUIREMENTS
1. FORMAT FOR SUBMITTAL. Proposal packages must contain allthe information requested in the following
documents, each fully completed, and signed as required. Proposal packages which do not include all
required documentation, or are not submitted in the required format, or do not have the appropriate
signatures on each document, may be deemed non-responsive. The City reserves the right to request any
documentation omitted, with exception of the Proposal Price form. Proposer must submit the
documentation within three (3) calendar days upon request from the City, or the proposal may be deemed
non-responsive. Non-responsive proposal packages will receive no further consideration.
Proposers may not dictate the circumstances under which the documents ,o O..r.O to be confidential.
Only the State Legislature may determine which public records are su to disclosure and which are not.
Moreover, a private party cannot render public records exempt from disclosure merely by designating as
confidential the material it furnishes to the City. The desire of the private party to maintain privacy of certain
materials filed with the City is of no consequence unless-sugh materials fall within a legislative created
exemption to Chapter 1 19, Florida Statutes.
tii i.
2. CONTENTS AND FORMAT OF PROPOSAL. To facilitatG+view of proposals, Proposers are requested to
submit proposals in the format stipulated in this section, inckidifg clearly identifying each proposal section (tab).,-\
2.1 (TAB 1) - IDENTIFICATION PAGE AND TABLE 0F CONTENTS;'F.mposer shall provide an ldentification Page
including the following information :
2.1.1 Cover Letter.
2.1.1.1 NameofProposer(PrimeContractor). *ifir
2.1.1.2 Address of submitting Proposer. (Note: if co ventureiiispecify)
2.1.1.3 E-mail address for the appropriate Contact person at the submitting company.
2.1.1.4 Piofie'n$mber and facsimile number of subqitting Proposer.
2.1.1.5., Federal Tax tdentification Number for submifting Proposer.
2.l.l,u$.ffiDeclarationr,regarding company organization, whether as Corporation, Partnership, or.\btner.
2.1.1.7 Si$$$Up,Sl'ir officer or other individual of the submitting Proposer who has the
i authorigt0 bind said:F.!.epmpi:
2.1.1.8 Printed name of the auin6iizeO signing officer or other individual.
2.1.1.9 Title of the auiFrogeOsigning offiier.
-
= 2.L1.10 Dateof signature. irir'
2.1.2 Table of Contents.
2.1.3 ApOendix A, Proposal Quebtionnaire, Certifications & Requirements Affidavit.
2.2 (TAB 2) - COMF,.,LIANCE WITH MINIMUM REQUIREMENTS: Proposer shall submit verifiable documentation
that demonstratedProposer !S in full compliance with the Minimum Requlrements noted on page 6 of the Public
Notice Section. For those minimum licensure requirements, proposer shall submit copies of the applicable
license. For those experience qualifications, proposer shall submit specific projects and project contact
information.
2.3 (TAB 3) - QUALIFICATIONS 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.2.3.1 Each Proposer shall furnish a list of all projects demonstrating experience with the
requirements of this RFP. ln order to properly evaluate the proposals, the City requests that each
Proposer submit proyect references for previous projects completed within the last five (5) years
that include the following information and components:
t4 I RFP 2Ot4-2eO-YG
215
MIAMIBEACH
2.3.1.1 Project name
2.3.1.2 Prqect location
2.3.1.3 Brief description of work performed
2.3.1.4 Names, addresses, telephone number, fax number, and contact name for the following:
2.3.1.5 OwnerorAgency
2.3.2 Bonding Capacity. Proposers shall provide proof of bonding capacity (Performance and
2.4
2.5
2.6
Payment Bond) suitable for the scope of work from a Surety firm rated by AM Best as to be no less than A-
(Excellent) and within a Financial Size Category of no less than the full value of the project.
(TAB 4)- PROPOSED DESIGN & MATERIALS: Submit detailed conceptualdiawings indicating the proposed
design for the pgect. lnclude, at a minimum, canopy design and construction (including retractable or removal
system), materials list, weatherability of materials, ease of use, and ppyen desi$n performance.
(TAB 5) - PROJECT SCHEDULE: Submit a detailed pro;ect schedule which indiCates timeline for all pertinent
project activities, up to and including completion, from date of e nroceed. t",
(TAB 6)- SERVICE OFFERING: Submit detailed ,.r1 ro the following service related factors261
Hilj::l{.l|i:ilxn,i*."ed
warrantvr@filflfi,.ino;7ffnqno ress than nve (5) vears fufl
2.6.2 Maintenance" lnclude proposed maintenance pro$raffi p. assure that functional and aesthetic life
of structure is maximized
2.6.3 Removal and Storage. For removal canopy structures (ratheir than retractable), submit details on
how proposer intends to remove, Store'and re jnstall canonV:$
(TAB s) coST PROPOSAL: Submit completed .8st p.poiii rod Wni.r, *iliinoi..t. Proposers firm, fixed price
for the Project.
(TAB 9) Requiredfgi$;. nnneridx F: Submit all forms included in Appendix F, Required Forms.
q-r i .
,$={ffinattYLe*Bank
2.7
2.8
.'
ts I nre 2014-2eo-YG
216
APPENDIX A
&.:Mr&Adtffiff&ilil
F=
Pro poso I CertifiColiil,
auestionnoire & {
Req uirements Affid ovit
DESIGN;.. MAN U FACTU RE AN D INSTALL
R,F c ABuli'EinAcTABLE cANopy
=== T NGETH'BEACH BAND SHELL.
ffi_,1 ^r-rEpgr*,RFP 201 4-290-YG
PROCUREMENT DIVISION
lTOO Convention Center Drive
Miomi Beoch, Florido 33139
re I nre 2oi4-2eo-Yc
217
Solicitation No:
2014-290-YG
Solicitation Title:
DESIGN, MANUFACTURE AND INSTALL
REMOVABLE/RETRACTABLE CANOPY AT NORTH BEACH BAND
SHELL
Procurement Contact:
YUSBEL GONZALEZ 305-673-7490
Tel Email:
YusbelGonzalez@m iami beachfl .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 requirementq.,may be evaluated. This Proposal
Certification, Questionnaire and Requirements Atfidavit Form is a REQUIRED FORM tha-t.muStbe submitted fully completed and
executed.
.-:.i ,,-1. General Proooser lnformation.General Proposer lnformation.
FIRM NAME:
No of Years in Business:No of Years in Business Locally:
OTHER NAME(S) PROPOSER
FIRM PRIMARY ADDRESS (HEADAUARTERS):
l'
CITY:Wt:
STATE:zlPCoDE: "Uffi!.
TELEPHONE NO,:
IOLL FREE NO.:
FM NO.:
FIRM LOCAL ADDRESS: ;'
rp
CITY:
ZIP CODE:
PRTMARY ACCOUNT=REPEESENTATIVE FqE rS ENGAGEMENT=
ACCOUNI REP TELEPHONE NO.:l
ACCOUNI REP TOLL FREE NO,:
ACCOUNT REP,E!!1l.AIL:
FEDERAL TAX IDENIIFJCATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
17 | RFP 2014-2eO-YG
218
1.Miami Beach Based (Local)Vendor. ls Proposer claiming Miami Beach based firm status?
[---] vrs [-l t'to
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 ,lo demonstrate that the Proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls Proooser claimino a veteran owned business status?
[-__-] vls [--l r.ro
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation
proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of
Florida or United States federal government, as required pursuant to ordinance 2011-3748.
Conflict Of tnterest. All Proposers must disclose, in their Proposat, tfr. nrrn.i.l of any officer, director, agent, or
immediate family member (spouse, parent, sibling, and child) W,.-b,..g is also an employeerf the City of Miami Beach.
Further, all Proposers must disclose the name of any City emp.lqif66 who owns, either direetly or indirectly, an interest
of ten (10%) percent or more in the Proposer entity or any o.{J affiliates, :: .,;;i:.. \s
SUBMITTAL REQUIREMENT: Proposers must disclose thtrimarne(s).CIShny officer, directol agent, or immediate
family member (spouse, parent, sibling, and child) who is also=.EEmbloyee of the City of Miami Beach. Proposers
must also disclose the name of any City employee who owns, dit$gn$irectly or indirectly, an interest of ten (10%)
percent or more in the Proposer entity or any of its affiliates "qJ,
References & Past Performance. Proposer shalt submit at least three (3)"feferences 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 folfuing information is required: 1) Firm Name, 2)
Contact lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services
Suspension, Debarment oi Contract Cancellation. Has Proposer ever been debarred, suspended or other legalvioration,slt,3 .rlEtg,,,,::
" ffjt8.ance
bv anv pubric sector agencv?
SUSMiItnL REQUIREME ==If answEi'to above is .YES,' Proposer shall submit a statement detailing the reasons
that led to action(s).
2.
3.
4.
5.
r.f6. Vendor Cadi$aign Contributifls. Proposers are expected to be or become familiar with, the City's Campaign
Finance Reform laws, as codi{ied in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely
responsible for enSUf!.:Sg=tha1"5ll applicable provisions of the City's Campaign Finance Reform laws are complied with,
and shall be subject to ary 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 indlviduals 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.
7. 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
Management Department with its response or within five (5) days upon receipt of request. The Code shall, at a
tc I nre 2o14-2eo-YG
219
8.
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. ln 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.miamibeachfl.gov/procuremenU.
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 $1 1.28lhr
with health benefits, and $12.92/hr without benefits.
9.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for
inflation using the Consumer Price lndex for all Urban Consumers (CPJ,IE])' {iatni/Ft. Lauderdale, issued by the U.S.
Department of Labo/s Bureau of Labor Statistics. Notwithstanding th$rprecedlng, no annual index shall exceed three
percent (3%). The City may also, by resolution, elect not to index the living wage,,r1{e in any particular year, if it
determines it would not be fiscally sound to implement same (in a particulal year). *-atiii*
Proposers' failure to comply with this provision shall be Oeerneg a material breach under thii'iropg-sa|, under which the
City may, at its sole option, immediately deem said Proposer as non-responsive, and may furthei 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.miamibeachfl.goV/procuremenV
j*:Sr
SUBMTTTAL REQUIREMENT: No additionat:$bmittal is required. By virlue of executing this affidavit document,
Proposer agrees to the living wage requirement:'* t *
Equal Benefits for Employees with Spouse'57,,nnffi ploy,dggwith Domestic Partners. When awarding
competitively solicited contracts valued at over $100[CIW)'i;i/hose coiltdctors maintain 5'l or more full time employees
on their payrolls during 20 or more calendar work weeks, the Equat Benefits for Domestic Paftners Ordinance 2005-
3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to
competltive proposals, to prwide "Equal Benefits" to th-?tr mployees with domestic paftners, 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;'andlhe Contractois employees located in the United States, but outside of the City of
Miami Beach fimft-;'vi=.tr=0.-qe directly performing work on the contract within the City of Miami Beach.
A. Does your compafif+rqvide oF= r access to any benefits to employees with spouses or to spouses of
,*si@loYees?
tit:tlt !
YW7 [-_l i,it [f no
Does yoilr.company proviiCelor offer access to any benefits to employees with (same or opposite sex) domestic
partnerstrQ'i,,:,Lq estic pafurs of employees?
[--l frf O
Please cneck 5@neflts that apply to your answers above and list in the "othe/' section any additional benefits not
already specified.'Not€:"some benefits are provided to employees because they have a spouse ordomestic paftner,
such as bereavemeht leave; other benefits are provided directly to the spouse or domestic partner, such as medical
insurance.
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
rr I nre 2014-2eo-YG
220
10.
Leave
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 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. m iamibeachfl . gov/procuremenU.
Public Entity Crimes. Section 287 .133(2)(a), Florida Statutes, as currently enacted or as amended from time to time,
states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a proposal, Proposal, or reply on a contract to piovide 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, Proposals, or replies on leases of real property to a public
entity; may not be awarded or pedorm work as a contractor, suppfier, subcontractor, or consultant under a contract
with any public entity; and may not transact business with any.publii entity in excess of the threshold amount provided
in s. 287.017 for CATEGORY TWO for a period of 36 mo[ths following the date of bein$placed on the convicted
vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is reQUife.d.$ virtue of executing this affidavit document,
Proposer agrees with the requirements of Section 287.133, Florid' utes, and ceftifies it has not been placed on
convicted vendor list.
awardedT---l11.Have you ever failed to complete any work
l--_-l vrs
va.
jl iouZ lf so, where ari'Sh*f
SUBMITTAL REQUIREMENI; lfuy s, submit information on projedt, agency, agency contact and reason why
contractor faired to .1MXlo*%
Has a surety company eil$fliillerven -=to- assist a govemfiental agency or other client of the proposer in completing
work that the proposer failed to complete? r:,
f_l vis [-.l r,ro
l:" d:]r
SUBMITTAL REQUIREMEttt: ttyes, sunniiit*ner names, addresses and telephone numbers, and surety and project
names, for all projects for whiCh&u haveiperformed work, where your surety has intervened to assist in completion of
the project, whether,or not a clairm.was made.
Bankruptcy. Has.the pose-r filed any bankruptcy petitions (voluntary or involuntary) which have been filed by or
against the Proposer; arent or subsidiaries or predecessor organizations during the past five (5) years. Include in
the description the dispGition of each such petition.'[-_l vrs I--l No
SUBMITTAL REQUIREMENT: lf yes, list and describe all bankruptcy petitions (voluntary or involuntary) which have
been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5)
years. lnclude in the description the disposition of each such petition.
Litigation History. Has Proposer or any principal or employee of the Proposer (relating to professional endeavors
only) been the subject of any claims, arbitrations, administrative hearings and lawsuits brought by or against the
Proposer or its predecessor organization(s) during the last five (5) years.l--l vrs [-_-l uo
12.
13.
14.
zo I nre 2ot4-2eo-Yc
221
15.
16.
SUBMITTAL REQUIREMENT: lf yes, list all case names; case, arbitration or hearing identification numbers; the name
of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of
the claim.
Has the Corporation, Officers of the Corporation, Principal Stockholderc, Principals of the Partnership or Owner of Sole
Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal
Government or any State or Local Govemment or subdivision or agency thereof?
[-_l vrs [-_l r'to
SUBMITTAL REQUIREMENT: lf yes, list the specific cases and the charging agency.
Principals. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial
interest. The term "controlling financial interest" shall mean the ownership, directly oiindirectly, of 100h or more of the
outstanding capital stock in any corporation or a direct or indirect interest of=,.,L,,! or more in a firm. The term "firm" shall
mean any corporation, paftnership, business trust or any legal entity other,thah,a natural person.
lf addi$'&nal iddendum
17. Acknowledgement of Addendum. After issuance of solicitation$e City may release one or more addendum to the
solicitation which may provide additional information to Propos-e, ir alter solicitation requirements. The City will strive
to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com.
However, Proposers are solely responsible for assuring.=tfi=e_y$ve received any and all addendum issued pursuant to
solicitation. This Acknowledgement of Addendum se-tioh:r-lrtlfies that the Proposer has received all addendum
released by the City pursuant to this solicitation. Failure to obtein.rnd aCknowliedge receipt of all addendum may result
lnitial to
Confirm
Receiot
lnitidtto
Confir-g,4
Receidtl
lfiifi1,alt9,,
0{i[}.tfff]
Receiot
Addendum 1 AddenduldW Addendum
11
Addendum2 Addendum 7"Addendum
12
Addendum 3 Adderiilum 8 Addendum
'13
,,Addendum 4,.,,Addendum 9 Addendum
14
A{fi#6i$rm s ;Addendum
10
Addendum
15
confirmation IS red. submit under cover.required, submit under separate c
of Page lntentionally Left Blank.
2l I RFP 2014-2eO-YG
222
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals, may accept or reject Proposals, and
may accept Proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may
determine the qualiflcations and acceptability of any pa(y or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitatig,1, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion
,,,,,,,.
:'"' ": '+'
The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does proVii*$,HXg. assurances as to the accuracy of any
Any reliance on these contents, or on any permitted communications with City officials, shatl be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitatioh is being provided bythe City without any warranty
cr representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or represenlalion is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, oi approvat.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, oq+&hether 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 hereofl Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Pioposal.
This solicitation is made subject to correction of errors, omissioiEi;,or,uiithlrawal from the miiietwithout notice. lnformation 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 pi$pbsalqtras same may be modified, and the applicable
definitive agreements pertaining thereto,rre apploved and executed bf ihe parties, and tnen only pursuant to the terms of the definitive
agreements executed among the parties. Any reiponse to this solicitation may be acoepted or rejected by the City for any reason, or for no
The City is governed by the Governmeht inthe-Sunshine Law, and all Pro.posats and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposat form and shall remain confidential to the extent permitted by
Florida Statutes, until the,,.pate and time sefected for opening the responses. At that time, all documents received by the City shall become
public records. d'=il u,"
Proposers are e@ted to make all'.di$l0Sures and@tarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledgesandagrees that the CityhaS'the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
informationtontai*d,in the Proposal, and au$orizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer ceffifieS$at the informatiorr contained in the Proposal is kue, accurate and complete, to the best of its knowledge,
reason, without any resultant liability to the City
information, and belief.
Notwithstanding tne foregoi;-.orinytning cgftEined in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which iinposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with re5Bect 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.
22 | RFP 2O14-2eO-YG
223
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 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 Certification, Questionnaire and Requi Affidavit are true and accurate.
Title of Propose/s Authorjzed Representative:
"l*""
On this _day of _, 20_, personallyState of FLORIDA )
)
County of
-)
of
appeared before me
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:
:r I nre 2ot4-2eo-Yc
224
APPENDIX B
tu\;AMrSffi&ilH
"No Bid" Form
DESIGN, MANUFACII-Uni nNO INSTALL
l\\
R EMOVAB LEIR ETRACTABLE CAN O PY
AT NORTH BEACH BAND SHELL::'1::' '.'.'1rr,
,,,,,,:tit
=.rr'lti ii.r
BjRt'E=
f}I A-zgo-Yc
PROCUREMENT DIVISION
1700 Convention Cenler Drive
Miomi Beoch, Florido 33139
e+ I nre 2014-2eo-YG
225
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR |NDICATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient time to respond
_ Specifications unclear or too restrictive ,1.',,,....,_.
-
Unable to meet specifications ll,=
-Unable
to meet service requirements ..lli]i
iil ''
. o
t ttttta,E=
_Do not offer this producVservice
-OTHER.
(Please specify) =
d
We do _ dO hot _ want to be retain6Q on your mailing list for future proposals
of this typeproduct andlor service.
Sign"atgre:
!"1::t :t t)tati)t::j::
:t,::::::=at::aa::=: :::i::::::: ::'aa:;,t:
ilIte:
',1,1, -.
'li,rffi'
totnanv*ge:
.;,
Note: Fdlli!{1i'9,:to reSpond, either by submitting a proposal or this completed form,
may resulti"'fuour company being removed from our vendors list.
ir'
PLEASE RETURN TO:
CITY OF MIAMI BEACH
DEPT. OF PROCUREMENT MANAGEMENT
PROPOSAL#2014.290.YG
1700 Convention Genter Drive
MIAMI BEACH, FL 33139
2S I nre 2014-2eO-YG
226
APPENDIX C
g &AtA&ArmHAih{
Cost Tendil Form
DESIGN, MANUFACIURE AND INSTALL
.,.-\!,.
R EMOYig{Bee/ R ETRACTA B LE CA N O PY
'7::;l::l::i::::= -
AT' N DTEI.*BEACH BAN D SH ELL
w.t. 't* 4
.:'= .',1.,:::,::::::::
=].
l
=:::::l,l-
:':t::: ' \S+tS".*
:.:::::::= : | '::-:::l::::::::::
= lRF l4-2e'];**#*i?*
This Cost Tender Form is to be provided in a sealed
envelope submitted with the Proposal and received bv
the Citv on or before the deadline for receipt of
Proposals.
ae I nre 2014-2eo-YG
227
APPENDIX D _ COST TENDER FORM
Section 1 - Certification. The undersigned, as Proposer, hereby declares that the only
persons interested in this proposal as principal are named herein and that no person other than
herein mentioned has any interest in this proposal or in the Contract to be entered into; that this
proposal is made without connection with any other person, firm, or parties making a proposal;
and that it is, in all respects, made fairly and in good faith without collusion or fraud.
The Proposer further declares that it has examined the site of the Wolk and informed itself fully
of all conditions pertaining to the place where the Work is to be done,FitQgt it has examined the
RFP and all addenda thereto furnished before the opening of thg pibposals, as acknowledged
below; and that it has satisfied itself about the Work to be p=e==l,Ur ed; and all other required
information with the proposal; and that this proposal is submitt€d votuntarily and willingly.
The Proposer agrees, if this proposal is accepteO, to cohtrr.t *1tflil1ft6,g City, a political
subdivision of the State of Florida, pursuant to the ,tdrms and condition$\ipf.$e RFP and to
furnish all necessary materials, equipment, michinery, tools, appai4l-u.s, means of
transportation, and all labor necessary to construCt bnd complete within the timb:limits specified
theWorkcoveredbytheRFPfortheProjectentitled:
DESIGN, MANUFACTURE AND INSTALL REMOVABLE/BfTRACTABLE CANOPY AT NORTH
BE*CH BAND SHELL
RFP 201 4-290-YG
The Proposer also agrees to furnish the r6.$uired,,Performa.nLq9 Bond and Payment Bond or
alternative form of security---.., l{,,permitted by the City, eadh foi hot less than the total proposal
ln the event of arithmElical errors,bbtween the division totals and the total base proposal in the
RFP Price Form, the Proposer agrees that the total base proposal shall govern. ln the event of
a discrepancy between the numerical total base proposal and the written total base proposal,
the written.,k*ei=t& proposal shall govern. ln absence of totals submitted for any division cost,
the City sfiall interpret aF=rlg propo.Ed for the division, which may disqualify the Proposer.
,.; .!.
Name of Pmpose/s Authorized Representative:Title of Propose/s Authorized Representative:
Signature of Proposefs llAW Representalive:Date:
State of FLORIDA On this _day of _, 20_, personally
appeared before me who
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 inskument to be its voluntary act and deed. Before me:
Notary Public for the State of Florida
County of
My Commission Expires:
228
Section 2 - GUARANTEED MAXIMUM PRICE (GMP) FORM
DESIGN, MANUFACTURE AND INSTALL REMOVABLE/RETRACTABLE CANOPY AT NORTH
BEACH BAND SHELL
RFP 201 4-290-YG
1
Design, Furnish and lnstall
Removable/Retractable Canopy at
North Beach Bandshell (as
nroposed).
1
2 Removal, Storage and Re-install (if
not proposinq retractable)
8 PG-.F,.,.=.=
OccurrEECe
3 WarrantyYearsl-5 5 Per Year
4 Yearly Maintenance 5 Per Year
5*
6*
7*
8*
9*
* Propo.salshall indim*t{6*&1u"oo,!!9":" necessary to complete proposed desisn.
WRITTEN TOTAL:
PROPOSER#rint):
ADDRESS: ,I :
CITY/STATE:
FEDERAL I.D. #:
NAME/TITLE OF REPRESENTATIVE (Print):
SIGNED:
ZIP:
(l certify that I am authorized to execute this proposal and commit the proposing firm)
*a I nre 2ot4-2eo-Yc
229
APPENDIX D
g $-q!&&AtmH&cH
'({...
lnsuronce R em"nr,
,,RFP 201 4-290-YG
DESIGN=UA.I! UFACTU R E AN D I NSTALL
R EMOVABUEIREFRACTAB LE CAN O PY
= AT NO'DTFI IiBEACH BAND SHELL
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33139
ze I nre 2014-zeo-Yc
230
g MIAMIBTACH
The contractor 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 insurance
coverage 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. Commercia! General Liability on a comprehensive basis, including Contractual Liability,
Products/Completed Operations, in an amount not less than $1,00q000,combined single
limit per occurrence for bodily injury and property damage. City oJ$fami'Beach must be
shown as an additional insured with respect to this covera-ger
C. Automobile Liability lnsurance covering all owned, non-owge'd;,A,nd hired vehicles used
in connection with the work, in an amount not less than $Jlp00,000li$srnbined single limit
peroccurrenceforbodilyinjuryandpropertydamage.,l
D. lnstallation Floater lnsurance for the completed value of th6project, ineiU g coverage
for material & equipment to be installed during the course of this project":q of Miami
Beach shall be included as a Named lnsuredin this policy, as its insuiable interest
may appear. This policy shall remain in force until acceptance of the project by the Gity.
E. Professional Liability lnsurance in a.n lmoynj not less than $1,000,000 with the
deductible per claim, if any, not to exceed 1Oo/o of the limit of liability.
Contractor agrees to waive subrogation in f€v.orrcf the City. AII deductibles for insurance required in the
Agreement are the responsibility of the ContraCtoi.
The insurance coverage required shall include as listed in standard liability
insurance manuals, which most nearly reflect the
All insurance policies required 5Qove shall be issudd by companie5 authorized to do business under the
laws of the State of Florida; with the following qualifications:
The company'must be rated no less than "B",E\,tp,in"nrgement, and no less than "Class
V" as to financial strenQlh, by the latest edition of Best's Insurance Guide, published by
A.M. Best,C.ompany, Ofdwl0k, New Jersey,,or. its equivalent, subject to the approval of the
CityuRisk Me@m ent Division.
E ::: . .:-:r, Of
he company must ho-ld a validflorida Certificate of Authority as shown in the latest "List
.:::""- of All-lnsurance ComFtfus Authorized orApproved to Do Business in Florida" issued by
the te of Florida Department of lnsurance and are members of the Florida Guaranty
Fund.t
Certificates will indiriaie no modification or change in insurance shall be made without thirty (30) days in
advance notice to the certificate holder.
=='CERTIFICATE HOLDEB M UST READ:
CITY OF MIAMIBEACH
17OO CONVENTION CENTER DRIVE
3'd 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.
those
231
THIS PAGE INTENTIONALLY LEFT BLANK
232