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.
lntended Outcome
Board Recomme
lmprove Building/Development-Related Processes From Single-Family Residences to the Large
Development Projects
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 Su mmary/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.
011-1510-00031 2$ 1.100.000.00
01 1-1510-000312$ 1.100.000.00
(B ANIAANIBEACH Aqenda ltem C0 A
Datel-e,-$--N-29
g MIAMI BEACH
City of Micrmi Beoch, ,l700
Convention Center Drive, Miomi Beoch, Florido 33 139, www.miomibeochf .gov
COMMISSION MEMORANDUM
Mayor Philip Levine and Members the City
Jimmy L. Morales, City Manager
July 23,2014
REQUEST FOR APPROVAL TO THE ISSUANCE OF A REQUEST
FOR QUALIFICATTONS (RFO) NO. 2014-237-JR FOR PLANS REVIEW,
INSPECTIONS AND PERMIT CLERK SERVICES
ADMINISTRATION RECOMM ENDATION
Authorize the issuance of the RFQ.
FUNDING
Funding for 201412015 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-JR for Plans Review, lnspections and Permit Clerk Services,
included in Attachment A.
MINIM UM QUALIFICATIONS
Please Reference RFQ 2014-237-JR for Plans Review, lnspections and Permit Clerk Services,
included in Attachment A.
TO:
FROM:
DATE:
SUB]ECT:
30
City Commission Memorandum - RFQ For Plans Review, lnspections and Permit Clerk Services.
July 23, 2014
Page 2 of 2
MINIM UM DOCUM ENTATION SUBMITTAL REQUIREM ENTS
Please Reference RFQ 2014-237-JR for Plans Review, lnspections and Permit Clerk Services,
included in Attachment A.
EVALUATION/SELECTION PROCESS: CRITERIA FOR EVALUATION
Please Reference RFQ 2014-237-JRfor Plans Review, lnspections and Permit Clerk Services,
included in Attachment A"
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of
RFQ 2014-237-JR for Plans Review, lnspections and Permit Clerk Services.
ATTACHMENTS
. Attachment A: RFQ 2014-237-JR for Plans Review, lhspections and Permit Clerk Services.
EC/AD/MT/JLM
RFQ 2014-237-JR - Plans Review lnspections and Permit Clerk Services - ISSUANCE MEMO.docx
31
REQUEST FOR eUALtF|CATTONS (RFe)
FOR PLANS REVIEW, INSPECTIONS AND PERMIT CTERK
SERVICES TO PROVIDE PROFESSIONAL SERVICES ON AN
"AS.NEEDED BASIS" AND ON AN "ON.GOING BASIS"
FOR THE BUITDING DEPARTMENT
RFGI No. 2Ol4-237-tR
::.:::'
r alv
,i-, ::"::
RFQ ISSUANCE DATE: JULY 25,2014..:
:ffiuAtrFrcArloNs
DUE: AuGUsr 26, 2ot4
# MIAnAIMTACH
Joe V. Rodriguez, CPPB, FCCM, Procurement Coordinqtor
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive, Miomi Beoch, FL 33139
305.673.7000 x 6263 | Fox: 786.394.5494|1 loerodriguez@miomibeochfl.gov
www.miomibeochfl.gov
32
,D
-
MIAMIBTACH
TABLE OF CONTENTS
SOLIGITATION SEGTIONS:PAGE
0100 NoT uTtLtzED ......... ..........N/A
O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ..........3
O3OO SUBM]TTAL INSTRUCTIONS & FORMAT
0400 EVALUATTON PROCESS .............
APPEND!CES:
APPENDIX A
AiJPENDIX B '
APPENDIX C
APPENDIX D
APPENDIX F
RESPONSE CERTI FICATON,
MINIMUM REQUIREMENTS &
SPECIAL CONDITIONS
INSURANCE REQU
........16
.23
25
=................12
14
RFA 20r 4-237-JR
33
ab \4tAtuI m*&C$-i
SECTION O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Qualifications (RFa) 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, subse4uently, the successful
proposer(s) (the "contractor[s]") if this RFQ results in an award.
The City utilizes PublicPurchase (www.publicpurchase,com) for automatic notification of ,competitive
solicitation opportunities and document fulfillment, including the issuanpp of any addendum le this RFQ.
Any prospective proposer who has received this RFQ by any megps other than through PublicPurchase
must register immediately with PublicPurchase to assure it recd-.,ives ari$.addendum issued to this RFQ.
Failure to receive an addendum may result in disqualificatiajnlbif+r,,e iiSe submitted.
..,:,:.,::.:::
.
2, PURPOSE. The City of Miami Beach is accepting Statement of QuElifiqatiqns for Professional Building
lnspection, Plans Review Services in various disciplines for the City of Miafii Beach Building Department.
The RFQ seeks responses from firms employing stgff with qualifications in the following specialized areas:
Building lnspector; Roofing lnspector; Electrical 'lnSpector; Plumbing lnspector; Mechanical lnspector;
Building Plans Examiner; Electrical Plans Examiner; ,plurnbing Plans Examiner; Mechanical Plans
Examiner; Structural Plans Examiner; Zoning lnspectorlPlans EXaminer and Permit Clerk.
The firms awarded under this RFQ shall provide professional building inspection and plans review services
on an "as-needed basis" and,gr=$going basis" for the Building Department. The price and terms for the
contracts will be negotiatd after""efty Commission approves authorization to negotiate, Each proposed
contract shall be for a th y.._?$* W.,,},!#o (2) one-year renewal options at the City's option.
r'ti: '
NOTE T0 ANy FTRMS pROVtBt#g,pRtVATE PRoVTDER SERVTCES rN THE CITY OF MrAMr BEACH
TO PRIVATE CLIENTS: Proposei5;$pfbcted under this RFQ will not be able to perform Private Provider
lnspections=nd Plans Review servicbs for private clients in the City of Miami Beach for the duration of the
contract with the Cityof Miami Beach. Responders must provide a statement indicating that the Responder
understands and acceBts this requirement and either does not provide Private Provider services in the City
of Miami tseach or will divest itself of all such services at the time it is selected.
NOTE: Firmi selected under this RFQ may not sell or transfer their interests in this agreement to
any other partie5 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, Florlda Statutes, the Consultants Competitive
Negotiations Act (CCNA).
RFA 2014-237-)R
34
3. SOLICITATION TIMETABLE. lhe tentative schedule tor this sollcitation is as
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
4. PROCUREMENT CONTACT. Any questions or clarificatiors concerning this solicitation shall be
submitted to the Procurement Contact named herein, in writin'9, with a copy to the City Clerk's Office,
Rafael E. Granado via e-mail: RafaelGranado@miamibeaChfl.d0$i1:$ facsimile: 786-394-4188, The
Response title/number shall be referenced on all correspondence. AlF{$Eestions or requests for clarification
must be received no later than seven (7) calendar days prior to the df;ffitatement of Qualifications are
due as scheduled in Section 0200-3. All responses to questions/clarificati$,'ffi will be sent to all prospective
Proposers in the form of an addendum.
,D \{lAA,tlBfAtL{
Telephone:
305.673.7000 x 6263
follows
Email:
ioerod riq uez@miami beachfl .qov
Procurement Contact:
Joe V. Rodriguez, CPPB, FCCM
=l,i
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
RFQ 2014-237-JR
35
&MIAfu\IMTATH
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:
City of Miami Beach
City Hall - 4tt'Floor
City Manager's Large Conference Room
.,rr
1700 Convention Center Drive
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended ., ,6ur., oiinformation, but is
not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via
telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free Nor:th America)
(2) Enter the MEETING NUMBER'.1142644 -1
:
Proposers who are interested in participating via telephone should send an e-mail to the contact person
listed in this RFQ expressing their intent to participate via telephone.
ATEMENT ATIONS. Oral information or responses to
questions received by prospective Proposer are ngt brndin$ o., e City and will be without legal effect,
including any information received at pre-submittaffieting of'site visit(s). Only questions answered by
written addenda will be binding and may supersed6,.:.terms noted in this solicitation. Addendum will be
released through PublicPurchase. =-.
7. CONE OF SILENCE Pursuant to Section 2-486 of the City Code, all procurement solicitations once
advertised and until an award recommendation has been fonruarded to the City Commission by the City
Manager are under the "Cone'of Silenie." the Cone of Silence ordinance is available at:
http://library.municode.com/index,asox?clientlD=13097&statelD=9&statename=Florida.
Any compunicatftiq p.ggCuiry in reference to this solicitation with any City employee or City official is strictly
prohibj,t with the clf *ception communications with the Procurement Director, or his/her administrative
staff,,?'f.6r$,OOnsible for'lgdministering the procurement process for this solicitation providing said
commuffilip,,,n is limitdi-{ to matters of process or procedure regarding the solicitation. Communications
regarding thl$.solicitatrjn are to be submitted in writing to the Procurement Contact named herein with a
copy to the City,GXeik at rafaelsranado@miamibeachfl.qov.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
RFQ 20 t4-23/tR
36
g MIAAAI*rACH
8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http ://web. miamibeachfl.qovlorocuremenUscroll. aspx?id=235 1 0
. CONE 0F S|LENCE.... CITY CODE SECTION 2486
. PROTEST PROCEDURES CITY CODE SECTION 2-371
^:CTIONS 2-397 THROUGH 2-485.3. DEBARMENT PROCEEDINGS CITY CODE.SE
r, i'
o LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES.... CITY C0DE ECTIONS 2481 THROUGH 2406
. CAMPAIGN CONTRIBUTIONS BY VENDORS CITYCODE SECTTON 2487
,', .o CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES . ...:,= . CtTy CODE SECTTON 2488
. REQUIREMENT FOR CITY CONTMCTORS T0 PROVIDE EQUAL BENEFITS FOR
DoMESTIC PARTNERS..... , , ,.,., . .
., fl1. = CITY CODE SECTION 2-373
. LIVING WAGE REQUlREMENT..,.....".. .....'...::;:,,:),......unij:'C[TY CODE SECTIONS 2407 THROUGH 2-410
= rllo LoCALPREFERENCEFoRMTAT/TBEACH-BASEDVENDoRS.,..,.,.,...,.,.....,,.......11,{liilN.'r]CODESECT|oN2-372
. PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY 'rN"-\N'
VETEMNS AND TO STATE.CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ,}'"ENTERPRTSES .........,,.1,..:::::,t., .,.,.....,........................:. C|TY CODE SECTION 2-374
o ACCEPTANCE OF GIFTS, FAVORS & SERVICES..... . . :.. ... .. ,,,:... . . ..,....,.,.. CITY CODE SECTION 2449
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to
postpone the deadline for sqb*iHal-e.f Statement of Q0alifications and will make a reasonable effort to give
at least three (3) calendar day's written notice of any such postponement to all prospective Proposers
through PublicPurchase. '"
r&,. -i *:, ..;.+s
Y*u
10. PROTESTS. Protests conc6tHihg,the specifications, requirements, and/or terms; or protests after the
proposal due date in accordance wffieity Code Section 2-371, which establishes procedures for protested
proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of
City Code Section 2-371shall be barred,
11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No.
reSponSiVeandreSponSibleMiamiBeach-based
proposer,
=12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance
No. 2011-3748, the City shall give a five (5) point preference to a responsive and responsible proposer
which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled
veteran business enterprise.
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
6RFQ 2014-2374R
37
,D MiAMI*[ACH
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 Manager's recornmendation and may approve such
recommendation, The City Commission may also, at its option,,[if,,j!.t the4ity Manager's recommendation
and select another Proposer (s) which it deems to be in the bestirii.lelest of::the City, or it may also re.yect all
Statement of Qualifications. Upon approval of selection by the Citf=€$mission, negotiations between the
City and the selected Proposer (s) will take place to arrive at a mutuall$ apceptable Agreement, including
cost of services. ffi'
,I4. ACCEPTANCE OR REJECTION OF RESPONSES.The City reserves the right to reject any or all
Statement of Qualifications prior to award. Reasonable efforts will made to either award the Contract or
reject all Statement of Qualifications within one-hundred twenty (120) calendar days after Statement of
Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before
the expiration of one hundred and twenty (120) calendar,-days from the date of Statement of Qualifications
opening.r\:%t
15. PROPOSER'S RESP9_NSIB!1,!IY. Before submitting a Statement of Qualifications, each Proposer
shall be solely responsibleftr, makin$-ny and all investigations, evaluations, and examinations, as it
deems necessary, to ascertain all conditions and requirements affecting the full performance of the
contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations,
investigations,rEfi$iiexaminations, will not relieve the Proposer from any obligation to comply with every
detail and with all Pwisions and requirements of the contract, and will not be accepted as a basis for any
subs= t claim whatscever for any monetary consideration on the part of the Proposer.
:""::'
=o
gy ngSpONOeNfS. All expenses involved with the preparation and submission16. COSTS INCURRI
of StatemenH...Q$alifications, or any work performed in connection therewith, shall be the sole
responsibility (aridthall be at the sole cost and expense) of the Proposer , and shall not be reimbursed by
the City,
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.
7RFG 2014-237-JR
38
&AAIAMIBTATFI
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-t;=nd are properly
invoiced, lnvoices must be consistent with Purchase Order format. =
21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmle€the Ci ;j-o,,f Miami Beach,
Florida, and its officers, employees, contractors, and/or agents, from liability of any nature oi kind, including
cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or
article manufactured or used in the performance of the contract, including its use by the City of Miami
Beach, Florida. lf the proposer uses any design, device or materials covered by letters, patent, or
copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all
royalties or cost arising from the use of such design, device, or materials in any way involved in the work.
22. MANNER OF PERFORMANCE. Proposer agrees to perform its dutiet'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 pic=p...q,.ggr with/of applicable laws will in no way be a cause
for relief from responsibility. Proposer agrees that the servrces provided shall be provided by employees
that are educated, trained, experienced, certifiedi=.andTCEfiScd in all areas encompassed within their
designated duties. Proposer agrees to furnish t$t,tn. 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 reqqirgd 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.
Where contractor is required to'enter,,or go on to City of Miami Beach property to deliver materials or
perform wg1t14r',sqryices as a result of any contract resulting from this solicitation, the contractor will
assume tii6 tull duti.; igation and expense of obtaining all necessary licenses, permits, and insurance,
and assure all work c@lies with all applicable laws. The contractor shall be liable for any damages or loss
to the Ci&gcasioned by negligence of the proposer, or its officers, employees, contractors, and/or agents,
for failu re=@mply witii%pplicable laws.
::,,.,:::-
23. SPECIAL CONDITIONS. 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"
RFA 2014-237-)R
39
.D AAIAMIBilACH
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, and ai 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 thaf,i,i,,,, r the best
interest of the City. rli,,. =F. The City may require proposer s to show proof that they" haVe'-been designated aS authorized
representatives of a manufacturer or supplier, which is the actu-alflurce ofsupply. ln these instances, the
City may also require material information from the source of sup$lylegading the quality, packaging, and
characteristicsoftheproductstobesupplytotheCity'
..,,:.:\-\\ i:
26. ASSIGNMENT. The successful proposer shall not assign, transfer, coW#Y, sublet or othenruise dispose
of the contract, including any or all of its right, title or interest therein, or hisfier or its power to execute such
contract, to any person, company or corporation, without 1h.,,1.1,,, r written consent of the City.
' ':::::''=: il:=: "
27. LAWS. PERMITS AND REGULATIONS. The prder shatt obtain and pay for all licenses, permits,
and inspection fees required to complete the work and shall comply with all applicable laws.
28. OPTIONAL CONTRACT U$AGS. When the successful proposer (s) is in agreement, other units of
the option of the unit of
29. VOLUME OF WORK TO It is the intent of the City to purchase the
goods and services specifically
right to purchaseany goods or
listdffiw{his solicitation from the contractor, However, the City reserves the
serv}Ees 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 conti-ct 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 20 t 4-237tR
40
a ,&,{IAMI*TACH
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,
servants, 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 othenuise 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 indemnification provisions shall
survivetheexpirationorterminationofthisAgreement'
::::
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to'bxtend contract past
the stated termination date for a period of up to 120 days in the event that a subsequentContract has not
yet been awarded. Additional extensions past the120 days may occur as needed by the City and as
mutuallyagreeduponbytheCityandthecontractor.:..]:i
33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that 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(Q, Art. 1 of the State
Constitution until such time as the City provides notice of an intended deCision or until thirty (30) days after
opening of the proposals, whichever is earlier, Additionally, Contractor agrees to be in full compliance with
Florida Statute 1 19,0701 including, but not limiteflkp*iiAgreement to (a) Keep and maintain public records
that ordinarily and necessarily would be required hithe $ublic"g*e$cy in order to perform the services; (b)
provide the public with access to public records ofuthe same tffis and conditions that the public agency
would provide the records and at a cost that doe.s not exceed the cost provided in this chapter or as
othenarise provided by law; (c) Ensure that public reihds"that are exempt or confidential and exempt from
public records disclosure requ.ir.e-ments are not disilosed except as authorized by law; (d) Meet all
requirements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contractol upon tdimination of the contract and destroy any duplicate public records that
are exempt or confidehtial and eXdmpt 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. MOD}FICATION/I,VITHDRAWALS OF QUALIFICATIONS.
Statement of Qualifications to replace all or any portion of a previously submitted Statement of
aualifiC s up until th$ Statement of Qualifications due date and time. Modifications received after the
StatemenEHualifications due date and time will not be considered. Statement of Qualifications shall be
irrevocable 8fii11;c0,,.-[]lrect award unless withdrawn in writing prior to the Statement of Qualifications due
date, or after ex$iFbtion 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. EXCEPT]ONS 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
A Proposer may submit a modified
RFA 2014-237)R rn
41
E tu{lA,\,llBrAC}-{
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.
_d*..
'dBALANCE OF PAGE INTENTIONALLY LEFT BLANK "
I::
.,lllr
RFC] 20)4237JR il
42
&,\AiArV\lmfACH
sEcIoN 0300 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 on 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 will be considered late and not be accepted or
will be returned to proposer unopened. The City does not accepl respo-nsibility for any delays, natural or
othenruise. .ir\*
=_
1l+l\...=
3. STATEMENTS OF QUALIFICATIONS FORMAT. ln order to maiht*rcomparability, facilitate the review
process and assist the Evaluation Committee in review of StatemEEfaf .Bualifications, it is strongly
recommended that Statement of Qualifications be organized and tabbed'illll,'Sccordance with the sections
and manner specified below. Hard copy submittal should be tabbed as dhumerated below and contain a
table of contents with page references, Electrohidiopies should also be tabbed and contain a table of
contents with page references. Statement of Qualificatiohs that do not include the required information will
be deemed non-responsive and will not be considered.
Cover Letter & Minimum Qualifications Requirements
1.1 Cover Letter and Tab1gil Gdents. The cover letter must indicate Proposer and Proposer Primary
Contact for the purposes or($igsotic , . ,
1.2 Response Certification, Qg-q5tiffifieiFdi& Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
Submit verifiable Information documenting compliance with the
requirements rlstablished in Appendix C, Minimum Requirements and Specifications,minimum qualifications
1.4 This RFQ is issued'$u'rsuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations
Experience & Qualifications
2.1 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. This experience should
include at least flve (5) years with government agencies in Miami-Dade County. For each project 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,
RFG 2014-234R 12
43
tb A,T]AAAi&ilAC[-I
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 lnspectors/Examiners/Reviewers. Submit verifiable evidence, which shall
include resumes, copies of licenses and certifications, for the Propose/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 useg on this project, their
qualifications, and their relationship to the proposer, A resume of each indivj-d,€t including education,
experience, and any other pertinent information shall be included for+ch= m member to be
assigned to this projec,.
***2. Respondent must provide documentation which demonstrates their ability to satisfy all ffie minimum
qualifications requirements ;Y
3. The Consultant shall be licensed by the State of Florida Department of Professional Regulation to
provide the services required under this RFQ. '.:1
-,=
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 Propo*r .hhli[dg*--€,=g=!=15QR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/SiififfiupplierPortal?storeld=11696
Proposals are responsible for the accuracy of the information contained in its SQR. lt is highly
recommended that each proposer review the infodrnation contained in its SQR for accuracy prior to
submittal to the City and as early as possible in the soliCitation process. For assistance with any portion
of the SQR submittal procesC, Contact Dun & Bradstreet at800-424-2495.
An SF 330 can suffice thi5
-}."
Note: After ptEf&,e,,,af..- rOmittal, the City reserves the right to require additional information from Proposer
(or proposer tefffi'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).
Approach and Methodology
Submit detailed,infof,mation on how proposer plans to accomplish the required scope of services, including
detailedrlnformatiori;r H applicable, which addresses, but need not be limited to: implementation plan,detailedrlnformatiori;r H applicable, which addresses, but need not be limited to: implementation plan,
proje.et$imeline, phasinfiroptions, testing and risk mitigation options for assuring project is implemented on
time
RFQ 2014:23/-lR t3
44
sEcTloN 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 results,df$tep 1 & Step 2
Evaluations will be fonruarded to the City Manager who will utilize the results to make a recommendation to
theCityCommission.,,,,,,,,,=
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 establishe lOw to be
added to the Evaluation Committee results by the Department of Procurement Management. Ah Evaluation
Committee, appointed by the City Manager, shall meet to evalufie each Statement of Qualifications in
accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the
Evaluation Committee may:
o review and score all Statement of Qualifications received, with or without conducting interview
sessions; or
. review all Statement of Qualifications received-and short-list one or more Proposer to be further
considered during subsequent interview r **ffi,g;lng *p same criteria).
a
a
a
a
Qualiflcations of Firm and Key Personnel & FinincialCapability
Understandlng of the ProjecUProject Approach =Prior Work History as a Team
Willingness to meet time a.nQ,.,, udget requirements as demonstrated by
past performance
Certified disadvantage h,ll,,,.g,,., ss enterprise (DBE)
Recent, current, and proj€0ted workload of the Firm
100
Maximum Total
for all Factors
a
a
' "il\1.iS-..,.,..=
,t=
3. Step 2 E ations. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may
receive additiori lif,Uantitative 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
The Volume of work previously awarded to each Firm by the City
RFa 20 t 4-237)R 14
45
4. Determination of Fina! Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step
2 Points will be added to each evaluation committee member's scores by the Department of Procurement
Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below:
* Final Ranking is presented to the City Manager for further due diligence and
recommendation to the City Commission.'Final Ranking does not constitute an
award recommendation until such time as the City Manager has made his
recommendation to the City Commission;,urhich may be different than final ranking
Step 1
Points 82 76 80
srep z
Points 22 15 12
Total 104 91 92
B-Ak ii;llir, ::*
Step 1
Points 79 85 72
Step 2
Points 22 15 12.
Total 101 100 u4i
Rank
:':.r=
!:,::z :.Yl:tl:::::a::::;,l
r\tlr::
ii\tr::ri.:S
Committao
Mefiber 3
Step 1
Points 80 74 66
Step 2
Points 22 15 12
Total 102 iir" 89 78
r xBll4rnrtj$ii:i!
RenKln\':,:l 1 2
,sit
RFA 2014-237-JR t5
46
APPENDIX A
& rtnie&AlIs \s Y I*rwffi&ffiN
Response Certificotion,
auestidlrqtuil#ire &
R eq u ire m e nts' Affid ovit
l':. ,n,ra r.
iirit
,t;.:l;;
.,--,;..,',,,.,.;;;,,=.- RfQ 2014'237-JRP s Reftiew, lnspections ond Permit Clerk
='
@,@
* Services
NEPARTMENT OF PROCUREMENT MANAGEMENTu
r 700 Convention Center Drive
Miomi Beoch, Florido 33.l39
tllil,:,,L
Y*L
.
RFA 2Cr4237-JR t6
47
Solicitation No:
RFQ 2014-237-JR
Solicitation TiUe:
Plans Review, lnspections and Permit Clerk Services
Procurement Contact:
Joe V" Rodriquez, CPPB, FCCM
Tel:
305.673.7000 x 6263
Email:
ioerod rio uezO miami beachfl .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 !trg.,,gttect necessary
information from Proposals in order that certain portions of responsiveness, res,gdnsibility and other
determining factors and compliance with requirements may be evaluate_d. T{is Statement of
Qualifications Certification, Questionnaire and Requirements Affidavit Form is d*REQUIRED FORM
that must be submitted fully completed and executed. 'it,
"+,+==,
1. General Proposer lnformation. i : =
FIRM NAME:No of Employees
No of YeaB in Business:No of Years in Business Localty:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER tN THE LAST 10 yEARS:
FIRM PRIMARY ADDRESS (HEADAUARTERS):
CITY:
STATE:ZIF.O-QFE;:.,,.,.
..' ::!:::J :L,rllt\i\:iiii
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
CITY:
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPI"IONE NO.:.,:.
AUULUN I KEI' IULL FHEE NUI:
ACCOUNIREP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm
or principal information, applicable licensure, resumes of relevant individuals, client information, flnancial 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'l
Rt-Q 20 t 4:23/tR 17
48
Miami Beach Based (Local)Vendor. ls proposer claiming Miami Beach based firm status?
l--_l vrs [__l uo
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.
2. Veteran Owned Business. ls proposer claiming a veteranf--l vrs
owned business status?
NO
3.
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$tate of Florida or United
States federal government, as required pursuant to ordinance 2011-3748. ,=
Conflict Of lnterest. All Proposals must disclose, in their Statement of Qualifications, the name(s) ot rnf off*r, 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 or,indirectly, an interest of teh:'(10%) percent
or more in the Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of an1oficer, direc.tsr,.. agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach, Proposals must also disclose the name
of any City employee who owns, either directly or indirectly, an interest of ten (10%}lN,1,gent or more in the Proposer entity or any
of its affiliates W d
\\\\l
Litigation History. Respondent shall submit a statement of any litigation or regulatory,,flttion that has been flled 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 applicable case or file number, and the status or disposition for such
reported action. lf no litigation or regulatory action has been filed against ya.ur4nn(s), provide a statement to that effect. lf "No"
litigation or regulatory action has been filed against your firm(s); please*ovide 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 t0 this question shall result in the disqualification of the firm
forthis Project'
.,.:: =,..,:..:::,=
SUBMITTAL REQUIREMENT:-,Ffte ReSpondent shall submit history of litigation or regulatory action filed against respondent,
or any respondent team mettlEi.:,1!q!, in th* st ten (10)years. lf Respondent has no litigation history or regulatory action in the
References & Past Performance. ;!'ew)shall submit at least three (3) references for whom the proposer has completed
work similar in size and nature as lheworK.@Eienced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name,2) Contact
lndividd Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
Suspension, Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or
had a contractfficelled due to non-performance by any public sector agency?
l----] vrs [-_-l uo
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-
4.
Miami Beach
RFQ 2014-237-JR
AppendixA-Page2
compliance
IB
49
B.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a conkolling
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
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting CoOe of Business
Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance,te,Clty of Miami Beach Code
of Ethics, available at www.miamibeachfl.gov/procuremenU.
*. *+r'tHh
Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from tiiftQto,ljme, Proposer
shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living'wt$.g5ates listed
below:
. Commencing with City fiscal year 2012-13 (October 1,2012), the hourly living rate will be $11.28/hr with
health benefits, and $12.92/hr without benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commisiion be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CP|-U) Miami/Ft. l-auderdale, issued by the U.S. Department of
Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index slrall exceed three percent (3%). The City
may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound
to implement same (in a particular year).
a,
Proposals'failure to comply with this provision shall be OeeqlUd iffFJ.g1!.ql breach under this proposal, under which the City may,
at its sole option, immediately deem said proposer as non-/esponl$if"e,i#"9!.gy,,further subject proposer to additional penalties
and fines, as provided in the City's Living Wage Ordinance, as amgiiSed. 'F[rther information on the Living Wage requirement is
available at www.miamibeachfl .gov/procuremenU.
_41
SUBMITTAL REQUIREMENT: No additional submittal is requiied;'By virtue of executing this affidavit document, Proposer
agrees to the living wage requirement.
Equal Benefits for Employets with Spouses and Employees with Domestic Partners. When awarding competitively
solicited contracts valued at over $100,000 whom ntractors maintain 51 or more full time employees on their payrolls during
20 or more calendar work weeks, thetqual BenefrtS for Domestic Partners Ordinance 2005-3494 requires certain contractors
doing business with the City of Miami'Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal
Benefits" to their ggployees with domestic parthers, as they provide to employees with spouses. The Ordinance applies to all
employees of ai0bn$"fl.-9.lg1,who work within the City limits of the City of Miami Beach, Florida; and the Contracto/s employees
located intU UniteO Siafe+ Out outside of the City of Miami Beach limits, who are directly performing work on the contract within
A. 'ffifur company @. or offercfT any benefits
ffrnpioyees
with spouses or to spouses of employees?
B. Does your coihpany'provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or
to domestic partners of employees?
l-__l vrs [----l uo
c. Please check all benefits that apply to your answers above and list in the "othe/' section any additional
benefits not already specified, Note: some benefits are provided to employees because they have a spouse
or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or
domestic partner, such as medical insurance.
Miami Beach
RFO 2014-237-JR
AppendixA-Page3
9.
10.
RFQ 2014-2371R t9
50
11
BENEFIT Firm Provides for
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Familv Medical Leave
Bereavement 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 equivalenf and submit a completed Reasonable Me,qsures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be review-edfur consideration by the
City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is finafffi$her information on the
, .;.
Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to:tiffi"states that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity Crime may not
submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not
submit proposals, Statement of Qualifications, or replies on leases of real property to a p*blic entity; may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contiae,t h any public entity; and may not transact
business with any public entity in excess of the threshold amount provided ,n t. ,U7:0ff:.for CATEGORY TWO for a period of 36
months following the date of being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal ru,!.,equired. By virtue of executing this affidavit document, proposer
agrees with the requirements of Section 287.133, Florida Sf# t =;,a.ffi1;s ittas not been placed on convicted vendor list.
i#;\ :
Acknowledgement of Addendum. After issuance of solicitation, th itf rielease one or more addendum to the solicitation
which may provide additional information to Proposer or alt0 licitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-proctuement system, PublicPurchase.com. However, Proposals are
solely responsible for assuring they have received any and all adflmdum issued pursuant to solicitation. This Acknowledgement
of Addendum section certifies tha[*$he Hroposer has received all%ddendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge ieceipt $f,ipll addenda may result in proposal disqualification.
lnitial to Conlirm
Receiot
lnitialto Confirm
Receiot
lnitial to Confirm
Receinl
AddenduriiY Addendum 6 Addendum 1 1
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
tf additional confirmation of addendum is required, submit under separate cover.
12.
qw
.s?
Miami Beach
RFQ 2014-237JR
AppendixA-Page4
RFCTOIZ-237)R 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 Qualifications and the applicant including,
without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as iequbsted by the City in
its discretion.
The information contained herein is provided solely for the convenience of prospec-t*se Proposals. lt is the respffiibility of the
recipient to assure itself that information contained herein is accurate and comple The City does not provideany assurances
as to the accuracy of any information in this solicitation. -..i ,
Any reliance on these contents, or on any permitted communications with City officialS, shall be at the recipient's own risk.
Proposals should rely exclusively on their own investigations, interpretations, and:fifieflses. The solicitation is being provided by
the City without any warranty or representation, express or implied, as to its cofit$& its accuracy, or its completeness. No
warranty or representation is made by the City or its agents that any Statemerltllo{ Qttaliflcations 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 lnd the award process, or whether any
award willbe made. Any recipientof this solicitation who responds hereto fully acknowledges allthe 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 Oualifications.
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 constitutelbll or any part of an agreement.
The City and all Proposals wil b.e bound dfilfi as, if and when a Statement of Qualifications, as same may be modified, and the
applicable definitive agreements pertainin$ thereto,_glfuapproved and executed by the parties, and then only pursuant to the
terms of the definitive agreementsC m6ng.Elarties. Any response to this solicitation may be accepted or rejected by
the City for any reason, or for no reason, without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents
shallbe subjecttodisclosure as required bysuch law. Allstatementof Qualifications shallbe submitted in sealed proposalform
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 Citi shall become public records.
Proposals are expected to make 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 conskued 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
RFQ 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, lerms 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 pail 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.
on this
-day
of
-,
20-, personallyState of FLORIDA )
)
county of
-)
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
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of Florida
My Commission Expires:
of
'
:.:s
;is
.i::=
,;i
^ii;"
Miami Beach
RFQ 2014-237-JR
AppendixA-Page6
Name of Proposer's Authorized Representative:Title of Proposer's Authorized Representative:
Rr-Q 2014-23/1R 22
53
APPENDIX B
C AnsAmrffiffi&ffM
'il(-Nr;,,,u
"No Bid" FOrm
.riQ1r$,
-*8FO 2014-237-JR
Plons Revj#wBspections ond Permit Clerk
Services
..
] \,,-,
DEPARTMENT oF PR.CUREMENT MANAGEMENT,=,- , ,ro,rX,lfl?;:::?:ffil::?i:;
Rl-(J 2U t 4:2',3/-_lR IJ
54
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT STATEMENTS OF QUALIFICATIONS AT THIS TIME
FOR REASON(S) CHECKED AND/OR INDTGATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient time to respond
-
Specifications unclear or too restrictive =,,i_ Unable to meet specifications : ':r:=
_Unable to meet service requirements
_Unable to meet insurance requirements
_Do not offer this producUservice
_OTHER. (Please specify)
{ r:r:::::::::::: j;i.l
We do _ do not _ want to be retained on your mailing list for future proposals of this type
Signature:
Title:
Legal Company Name:
Note: Failure to re$[ond, either by submitting a proposal or this completed form, may result in
your cornp,any _leing 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
MIAMI BEACH, FL 33139 Miami Beach
RFQ 2014-237-JR
AppendixB-Page'1
RFA 2014-237-JR 24
55
APPENDIX C
&
{ry &A|AMI Wffi&ffiil
"dNij'\.:.ii\
Minimum Requirements &
SpecificofiOns
=Plons Revie*liill,^tpecEns ond Permit Clerk
'.=:.. Li!_= Services
DEPARTMENT OF PRORCUREMENT MANAGEMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
RFQ 201t6-237-JR
RFA 2014-237)R 25
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 qufilified project team
that is available on a full time and/or part time basis. ,,r#*
The Prolect Manager must demonstrate at least five (5) years'ffieridTt&=cting in such a. lne Hroject Manager must oemonstrate at least IlVe (C) years' $PeneEes,rcung ln s
capacity, providing similar services to other governmental entities iffttliami-D6&County.
. Proposer's must demonstrate that its lnspectors/Examine hold all
years prevrous
lnspectors/Plan
necessary licensure as specified in the RFQ and .haVe at least five (5)
experience in their field, and two (2) years minim;ff'experierrce for Zoning
Reviewers and Permit Clerks . I'$r"'
C2. SCOPE OF SERVICES REQUIREMENTS. Firms are to submit qualifications for each category, if
applicable, and shall not be limited to one (1) category "F.i. ..1. AREAS OF SPECIALIZATION / BUILDINGTMDES:
This RFQ seeks proposals from firms-mploying staff with qualifications in the following
building trade specialized areas. Firms must agree to have
ln iewers/Clerks available in all
n one week of a for such
beino mad6
Building ln$pctbi'=*ffi$e$tate of Florida Certification & Certification by the Miami-
Dade County B0$fl,,0f Rules and Appeals (BORA);
Building PIans Effiiner with the State of Florida Certification & Certification for the
lvlirypi.Dade Countf Board of Rules and Appeals (BORA);
Electrienl lnspector with the State of Florida Certification & Certification by the Miami-
Dade G-dUnty Board of Rules and Appeals (BORA);
Electrjial Plans Examiner with the State of Florida Certification & Certification by the
M-iami-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-JR 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/PIan Reviewers with a minimum of two (2) years' experience of similar
work in other jurisdiction in the State of Florida or experience as d.e$ appropriate.
. Permit Clerks: with a minimum of two (2) years' experience..q. P i! Clerk in another
jurisdiction in the State of Florida or experience as deemed appfupriate, and.g' High School
Degree' .= i t'':
TASKS:
}.::=;.:;;.;;. "f,illlillr. Conduct technical field inspections of buildings, eQuip-.,,megt's ahd installations during various
phases of plumbing construction, installation and opera$ol and grant inspection approvals,
if found in compliance with applicable codes and regula@, and provide written comments,
if found not in compliance with applicable codes and regulatiohs.
. Review plumbing, electrical or mechanical installation plans, specifications and materials
listed for residential and commercial projects, and grant approvals, if found in compliance
with applicable codes and regulations, and provide written comments, if found not in
compliance with applicable codes and regulations.
:. Evaluate alternate iffi,Fthodr, procedures, materials and products for compliance with the
Florida e.@dhg Cod_e requirements, whichever is applicable, depending on the date of the
a p p I i c atiO n CI(, :C19p s t$elio*'===5
". Approve and dis5ii$rov"e=proposed plans in accordance with the applicable Code and other
regulatory requiremdntb and discuss disapproved items with architects, engineers,
contractors and/or oWner builders to obtain plan changes necessary for approval.
. Render information concerning the applicable Code and make interpretations of its contents.
Make decisions as to the feasibility of deviations from the Codes under various conditions.
. Perform related work as required by the Building Department
POWERS AND DUTIES
All lnspectors/Examiners/Reviewers/Clerks proposed for service in response to this RFQ must
meet all requirements for their specialties established by the Miami-Dade County Code of
Ordinances, Chapter 8, Article ll, where applicable, and have been certified by the Miami-Dade
County Board of Rules of Appeals (BORA), where applicable,
RFA 2014-237-)R a7L/
58
4. SUBMITTAL QUALIFICATIONS REQUIREMENT
ALL FIRMS THAT SUBMIT A PROPOSAL FOR CONSIDERATION MUST MEET THE
SUBMITTAL QUALIFICATIONS REQUIREMENT AS PROVIDED BELOW. IF THE
MINIMUM QUALIFICATIONS ARE NOT MET, THE CONSULTANT'S SUBMITTAL WILL BE
DEEMED NON.RESPONSIVE. QUALIFICATIONS WILL BE CONSIDERED ONLY FROM
CONSULTANTS THAT ARE REGULARLY ENGAGED IN THE BUSINESS OF PROVID]NG
THE PROFESSIONAL SPECIALIZATION SERVICES AS DESCRIBED IN THIS RFQ TO
OTHER MUNICIPALITIES.
A. Proposinq Firm's Experience: ,i,,,-Ni "fia. lndicate the Proposer's number of years of experience in providifi requested
professional building trade specialization services. This experience shodfE$,"include at
least FIVE (5) years with governments in Miami-Dade County;
'.
t.o List all projects undertaken in the past FIVE-(S) years, describe the scope of each
prolect in physical terms and by cost, describe the respondent's responsibilities, and
provide the name and contact telephone numbei of an individual in a position of
responsibility who can attest to respondent's activities in relation to the project. An SF
330 can suffice this requesl
. Provide the name(s) of tnefurson, -wiSin your organization who was most actively
concerned with managing eacllpro;eC[
''iilt.. List and describe all legal claiml qgainst any member of the team alleging errors
and/or oLqrissions, or any breach of'professional ethics, including those settled out of
court, duling inJhe past ten (10) years.
B. I ns pectors/Exafniners/Reviewers/C Ierks Experi ence :
=. Provide a comprehensive summary of the experience and qualifications of the
eHhminers and permit clerks. lnclude a list of lnspectors/Examiners/Reviewers that will
.,.,. bd,ilhade available to the City in response to this RFQ. These individuals must have a== mii;lmum of (5) five years' experience in their designated professional building trade'-l. sp6Cialization, Building, Electrical, Mechanical, etc,, with the exception of Permit='fferks, who require two years of experience. An SF 330 can suffice this request.
,lf. 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 pro.lect was started and completed.
,, .
= ..
D, Private Providers s::
Teams selected under this RFQ will not be€b pe m Private Provider lnspections
and Plans Review for private clients for the duration,.+-,f$e contract with the City of Miami
Beach. Please provide a statement that the Responde-r understands and accepts that
provision and either does not provide Private Provider seRj$ in the City of Miami Beach
or will divest itself of all such services at the time it is selected.
Rr-Q 2014-23/)R 29
60
APPENDIX D
& &A{AAAImref,Mg , Y t{f \f Y tl &de*f \\.d$ H
Speciol Conditions
==IFQ 201\t237 -JR
Plons Revi=eff;{l.nspections ond Permit Cterk. - ==-9..;=_=-$rvices
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
Rt-Q 20 t4-234R 30
61
1. TERM OF CONTRAGT. The term of the contract shall be for THREE (3) years
2. OPTIONS TO RENEW. Two (2) one (1) year options to renew upon written mutual agreement.
3. PRICES. All prices shall be negotiated with the selected PROPOSER(s).
4. ADDITIONAL FIRMS. The City may award a minimum of two (2) Firm's, capable of providing all
trades services as requested in Appendix C, sub-section C.2 of the RFQ. ln the event that there is only
one (1) qualified Firm, the City will award and negotiate with the available Firm, Howeve.p e City reserves
the right to select additional Firm's in the event: 1) the contract awarded Firm is uhabldto provide the
inspectors/examiners/reviewers/clerks needed; 2) it is deemed to be in the best intere$pl the City.
5. EXAMINATION OF FACILITIES. lntentionally omitted. ==
6. INDEMN|F|CAT|ON. lntentionally omitted, , sit=
7. PERFORMANGE BOND. lntentionally omitted.
I
8. REQUIRED CERTIFICATTONS. lntentionally omitted.
i
9. SHIPPING TERMS. lntentionally omitted.
1 0. D ELIVERY REQU I REM E NTS. I ntentional$ omitte-d.'-- ...,,.,=r::.
lllflm::s
11. WARRANil REQUIREMENTS. lntentiona'fly qltted, 'ffi
'=
12. BACKGROUND CHECKS. Intentionally o ill$r:,,,
RFA 2014-237)R .1 I
62
APPENDIX E
ffi$eAArffiffi&ffN
-,o'N\ ,,.,:.]:j.-,-
I nsuro nce Req uif6ments
Plons
5$*fQ 2014-237-JR
Rev,,.,ffictions ond== Tervices
._,,,i.::1:;::1,/:v
li
Permit Clerk
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
RFQ 2014-237-JR
63
&.=&A$,q&AI mm&ffiM
INSURANCE REQUIREMENTS
PROFESSIONAL SERVICES
The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Conventign Center Drive, 3d
Floor, Miami Beach, Florida 33139, Ceftificate(s) of lnsurance which indicate that insurance"toverage 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 less than $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 coverage, A waiver of subrogation in favor
of the City must be included.
_.,,*p0," \
C. Automobile Liability lnsurance covering all owned, non-ogillH"ffiand hi vehicles used in connection
with the work, in an amount not less than $500,000 combin6ti single limit per occurrence for bodily
injury and property damage.
D. Professional Liability lnsurance in an amount not less than $1,000,000 with fhe deductible per claim, if
any, not to exceed 10% of the limit of liability-
The insurance coverage required shall include those Classifications, as listed in standard liability insurance manuals,
whichmostnearlyreflecttheoperationsofthevendor.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the
State of Florida, with the following qualiflcations:
The company must be f&t#Jo less than "8" aS to management, and no less than "Class V" as to
financial strength, by th -le edition of Best's Insurance Guide, published by A.M. Best Company,
Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division.
The company must hold.ra italid fbrida Certificate of Authority as shown in the latest "List of All
lnsuranc-e Companies Authoiidd$ 6r Approved to Do Business in Florida" issued by the State of Florida
Oepartffiiiiil:pf,fnsurance anO aie members of the Florida Guaranty Fund.
Certifffis will indica"E no modification or change in insurance shall be made without thirty (30) days in advance
no(ffifl
fihe 9ertifi
cate nW,
C ERTI FlCffi;,$,tlO LDERfl UST READ :
CIW OF.MIAMI BEACH
1 7(}O'gONVENTION CENTER DRIVE
3d F"abOR
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 Gonstitution, and any other applicable
Statutes.
64