R2B -Issue RFP Design Builder Services For MBCC Renovation And ExpansionCOMMISSION ITEM SUMMARY
Condensed Title:
Request for approval to issue Request For Proposal RFP 2014-294-ME for Design Builder Services for The Miami
Beach Convention Center Renovation and Expansion
Expeditiously Upgrade the Convention Center to be Smart, Modern, Energy Efficient, and which fits Local
Su Data (S Environmental Scan, etc.): N/A
lssue:
Shall the Citv Commission the issuance of the RFP?
Item Summarv/Recommendation :
The City is seeking a Design-Builder for the renovation and expansion of the Miami Beach Convention Center
(MBCC or Convention Center). The Design-Builder shall be led by a construction firm (Prime Respondent). All
other team members shall be a subcontractor to the Prime Respondent, and shall not be in contractual privitywith
the City.
The City plans to renovate and expand the MBCC to "Class A" standards. The Project is to include allexhibit halls,
meeting rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and
exterior areas. ln addition, the MBCC is to be expanded to accommodate a new ballroom and meeting space. The
Project will also include the conversion of approximately 880 surface parking spaces into a 6.5 acre public park and
refurbishment of the Convention Center Drive and the Collins Canal seawall. New parking replacing the existing
spaces will be incorporated on the roof of the building.
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The
City has hired Fentress Architects as its Design Criteria Professional ("DCP'), to create a Design Criteria Package
documenting the City's intent of the renovation and expansion that allows potential design-builders (i.e. proposers)
to submit proposals on a common basis.
The DCP's team also includes exteriorfagade architect Arquitectonica; landscape architect West 8; civil engineer
Kimley Horn; structural engineers Martin & Martin; mechanical, electrical & plumbing engineers M-E Engineers,
lnc.; acoustical engineers D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The
Corradino Group; lighting designer lllume; signage consultant TKD; vertical transportation consultant Lerch Bates,
lnc.; food service consultant William Caruso Associates; cost estimator Rider Levett Bucknall; and parking
consultant Walker Parking.
The project will be overseen by a dedicated City Project Manager, and augmented by the Owner's Representative
team.
Fentress has completed the schematic design for the project. This schematic design will be further developed
through the DCP's design development phase.
RECOMMENDATION
the issuance of the RFP.
Financial lnformation:
Financial lmpact Summary: N/A
Alex Denis, Director Ext # 6641
l-qrs:
Debartment Director Assistant Gitv Manaqer City Manager n
ooVO MH t'*KGB_ Mr(w rrm--=sk{
T:\AGENDAYOl4\July\Procurement July 30\MBCC\RFP-2O14-294-ME Design Builder - SUMMARY.doc
RzBAGENDA ITEME MIAMIBEACH D^re 1- L3-lLl62
g MIAMIBEACH
City of Miomi Beoch, I 700 Convention Center Drive, Miomi Beoch, Florido 33.l 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO:Mayor Philip Levine and Members of rsston
FROM: Jimmy L. Morales, City Ma
DATE: July 30, 2014
SUBJECT: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSALS (RFP)
2014.294.ME FOR DESIGN.BUILDER SERVICES FOR THE M!AM! BEACH
CONVENTION CENTER RENOVATION AND EXPANSION
BACKGROUND / ANALYSIS
The City is seeking a Design-Builder for the renovation and expansion of the Miami Beach Convention Center (MBCC or
Convention Center). The Design-Builder shall be led by a construction firm (Prime Respondent). The Prime Proposer
shall be the entity which shall enter into a contract with the City, should this RFP result in award. All other team members
shall be a subcontractor to the Prime Respondent, and shall not be in contractual privity with the City.
The City is seeking proposals from capable Design-Build firms interested in submitting a proposal for the Project. The
Prolect includes: 1) the complete renovation of the Convention Center with an expansion of a ballroom and auxiliary
spaces; 2) parking above portions of the Convention Center; 3) exterior landscaping and a 6.5 acre public park; 4) a
renovation of Convention Center Drive, including relocation of utilities; and 5) replacement of the seawall along the south
side of the Collins Canal.
The City plans to renovate and expand the MBCC to "Class A" standards, in a manner that best meets the needs of the
target market, within the available funds for the Project. ln general, the Project is to include all exhibit halls, meeting
rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and exterior areas.
ln addition, the MBCC is to be expanded to accommodate a new ballroom and meeting space. The Prqect will also
include the conversion of approximately 880 surface parking spaces into a 6.5 acre public park and refurbishment of the
Convention Center Drive and the Collins Canal seawall. New parking replacing the existing spaces will be incorporated
on the roof of the building.
Design Criteria Package
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The City has
hired Fentress Architects as its Design Criteria Professional ("DCP'), to create a Design Criteria Package documenting
the City's intent of the renovation and expansion that allows potential design-builders (i.e. proposers) to submit proposals
on a common basis. The DCP will be responsible for designing and documenting the renovation and expansion
program through the design development stage (30% drawings), commonly referred to as "bridging documents". The
DCP will also assist with the evaluation of the proposals, and monitoring compliance to designs and specifications
throughout the Pqect construction documents phase and construction process.
The DCP's team also includes exterior fagade architect Arquitectonica; landscape architect West 8; civil engineer Kimley
Horn; structural engineers Martin & Martin, mechanical, electrical & plumbing engineers M-E Engineers, lnc.; acoustical
engineers D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The Corradino Group; lighting
designer lllume; signage consultant TKD; vertical transportation consultant Lerch Bates, lnc.; food service consultant
William Caruso Associates; cost estimator Rider Levett Bucknall; and parking consultant Walker Parking.
The City has engaged Strategic Advisory Group (SAG) to act as its Project Consultant.
63
RFP 2014-294-ME for Design Builder Services for The Miami Beach Convention Center Renovation and
Expansion - July 30,2014
Page 2
Project Oversight
The project will be overseen by a dedicated City Prolect Manager, and augmented by the Owner's Representative team.
The City and Owneds Representative will be assisted by a dedicated on-site architect from the Design Criteria
Professional team (Fentress Architects) The primary role of the Owner's Representative will be to ensure the City
receives a Center renovation and expansion consistent with the Design Criteria Package in a timely manner for the
agreed upon price. The Owner's Representative will have on-site dedicated staff to monitor the Design-Builder. The
Design-Builder will be responsible for managing the project and the owner's representative will monitor. The City and
Owner's Representative will be assisted by a dedicated on-site architect from the Design Criteria Professional's team.
Concept Program and Schematic Design
Fentress has completed the schematic design for the prolect. This schematic design will be further developed through
the DCP's design development phase.
Phasing and Schedule
Prolect Phasing will be a critical component of the selected Design-Builder's services. The City has adopted a
Construction Booking Policy, whereby half of the Convention Center is to remain open at any given time to
accommodate certain Convention Center events. Phase One will focus on renovating the north half of the MBCC
exhibition hall and eastern concourse, while beginning construction of the new ballroom. During this period the southem
half of the MBCC exhibition hall, western concourse, and meeting rooms will remain open for events. Once completed,
the new northern facility will open and the southern portion and western concourse will be closed for renovation.
Under an idealschedule, Phase One would be completed by November 16, 2016, to enable Art Baselto utilize the entire
Convention Center (with the exception of the new ballroom). Until the new ballroom is available, the City desires to
reserve an area of the P-Lot for use as temporary exhibit space, of up to 60,000 square feet, for a tented structure.
Phase Two would begin on December 10, 2016, and would be completed by November 21,2017, to host the next Art
Basel. ln any event, the entire Convention Center must be available for the Art Basel events and construction will halt
during that event and its move in/out period. Site work and other exterior renovations will likely begin in 2015, prior to
the 2015 Art Basel event. Moreover, landscaping, the park, and Convention Center drive will likely occur after the 2017
event.
MAJOR RFP REQUIREMENTS
1. MINIMUMQUALIFICATIONS
Please Reference Section 0500, RFP 2014-294-ME.
2. SUBMITTAL REQUIREMENTS
Please Reference Section 0300, RFP 2014-294-ME.
3. CRITERIA FOR EVALUATION
Please Reference Section 0400, RFP 2014-294-ME.
CONCLUSION
The Administration recommends the issuance of RFP 2014-294-ME for Design Builder Services for the
Miami Beach Convention Center Renovation and Expansion.
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2014-
2294-ME for Design Builder Services for the Miami Beach Convention Center Renovation and Expansion.
ATTACHMENTS
Attachment A: RFP 2014-294-ME for Design Builder Services for the Miami Beach Convention Center
July 30\MBCC\RFP-2014-294-ME Design Builder - MEMO.doc
64
ATTACHIIE!\IT A
REQUEST FOR PROPOSALS
FOR DESIGN.BUILDER SERVICES FOR THE MIAM! BEACH
CONVENTION CENTER RENOVATION AND EXPANSION
RFP No. 2O[4-294-ME
RFP ISSUANCE DATE: WEDNESDAY, JUIY 31, 2Ol4
PRE-PROPOSAI TVIEETING DATE: THURSDAY, AUGUST 14, 2014, l:3O PM
PROPOSAT DUE DATE: FRIDAY, SEPTEMBER 19, 2014 BY 3:OO PM
ISSUED BY:
i'tril/-i.,lni,,"l i Sf AC H
Morio Estevez, Assistonf Director
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive, Miomi Beoch, FL 33,l39
305.673.7000 x 7490 | MorioEstevez@miomibeochfl.gov
www.miomibeochfl.gov
65
TABLE OF CONTENTS
PAGE
00100. GENERAL TNSTRUCTTONS TO PROPOSERS ............ ..............4
00200. DEF|N|T|ONS............. (omitred)
00300. TNSTRUCTTONS TO PROPOSERS............ ............13
00305. EVALUATTON PROCESS ............... ......17
00315. PROPOSAL SUBMISSION REQUIREMENTS ........19
APPENDIXES:
A. PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
B. MBCC SCHEMATIC DESIGN
C. MBCC SCHEMATIC DESIGN NARRATIVE
D. INSURANCE REQUIREMENTS
RFP 2014-294-ME
66
E MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,
wwlv. miamibeachfl. gov
DEPARTMENT OF PROCUREMENT MANAGEMENT
Tel: 305.673.7490, Fax: 786.394.4006
PUBLIC NOTICE
REQUEST FOR PROPOSALS (RFp) No.2014-294-ME (the "RFp")
FOR DESIGN-BUILDER SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND
EXPANSION (THE "PROJ ECT',)
Miami Beach, Florida
The City is seeking proposals from capable design-build firms interested in submitting a proposal for the Project. The
Project includes: 1) the complete renovation of the Miami Beach Convention Center with an expansion of a ballroom
and auxiliary spaces, 2) parking above portions of the Convention Center; 3) exterior landscaping and a 6.5 acre
public park; 4) a renovation of Convention Center Drive, including relocation of utilities; and 5) a replacement of the
seawall along the south side of the Collins Canal. A Design Criteria Package is being prepared and shall include
specifications and plans for the Project.
A Non-Mandatory Pre-Proposal Conference is scheduled for 1:30 p.m. on August 14, 2014 at the following
location:
Miami Beach Convention Center
1901 Convention Center Drive
Miami Beach, Florida 33139
Hall C, 2na Floor - Room AC223/C224
Attendance (ln person or via telephone) to this meeting is not mandatory but strongly encouraged.
Proposers interested in participating in the meeting via telephone must follow these steps:
Web Address:
https://qlobal.ootomeetinq.com/meetinq/ioin/282566237
To join the conference call:
United States: +1 (786)358-5420
Access Code', 282-566-237
Additionally, interested parties are encouraged to visit the site, scheduled immediately following the Pre-
Proposal Conference.
Sealed in response to the Phase I of this RFP will be received by the City of Miami Beach Department of
Procurement Management,3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m.
on September 19,2014.
Sincerely,
Alex Denis
Director, Procurement Management Department
*{ )\.i
l- r
s I RFP 2014-294-ME
67
OIOO. 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 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 RFP, 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) if this RFP results in an award.
The City utilizes PublicPurchase (www,oublicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addenda 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 this RFP. Failure to receive an addendum may
result in disqualification of a Proposal.
2. Scope of Work:
The City is seeking a Design-Builder for the renovation and
expansion of the Miami Beach Convention Center (MBCC or
Convention Center). The Design-Builder shall be led by a
construction firm (Prime Respondent). The Prime Proposer
shall be the entity which shall enter into a contract with the
City, should this RFP result in award. All other team members
shall be a subcontractor to the Prime Respondent, and shall
not be in contractual privity with the City.
The City is seeking proposals from capable design-build firms
interested in submitting a proposal for the Project. The Project
includes: 1) the complete renovation of the Convention Center with an expansion of a ballroom and auxiliary spaces;
2) parking above portions of the Convention Center; 3) exterior landscaping and a 6,5 acre public park; 4) a
renovation of Convention Center Drive, including relocation of utilities; and 5) replacement of the seawall along the
south side of the Collins Canal.
This RFP will be issued and awarded through a competitive proposal selection process, in accordance with the
applicable requirements of the Florida Consultant Competitive Negotiation Act ("CCNA"). The selected Design-
Builder will agree to a guaranteed maximum price and guaranteed completion date.
The RFP shall follow a two-step, phased process. The competitive proposal selection process for will include:
Design-Builder Selection - Phase I - Qualificationsr The qualification and selection of no fewer than three (3) design-build firms as the most qualified based on
the qualifications, availability, and past work of the firms, including the partners or members thereof,. The short-listed proposers are anticipated to be selected in late Octoberharly November, and be considered
by the City Commission on November 19, 2014.. The short-listed Proposers in Phase l, and only those Proposers, shall be authorized to proceed to Phase ll
of the RFP.
Design-Builder Selection - Phase ll - Proposals. The Design Criteria Package is anticipated to be completed in mid-November 2014, and present for. consideration and approvalby the City Commission on December 17,2014.
r,#$
4 I RFP 2O14-2e4-ME
68
. The Design Criteria Package, form of contract, and other requirements are anticipated to be issued to the
Phase I short-listed Proposers on December 22, 2014.. The Phase ll proposals are anticipated to be due on Februarv 2l ,2015.. City staff, City consultants, the Design Criteria Professional (Fentress Architects) and the City's Owne/s
Representative will complete the technical review of the Phase ll proposals in March and early April 2015.o The short-listed Proposers will be interviewed by a selection committee in early April 2015. The criteria,
procedures and standards forthe evaluation of the Phase ll proposals will be based on schedule, technical
and design aspects, and price of the Project, weighted for the Project. (See Section V for the points allowed
for each criteria). The selected Phase ll proposal is anticipated to be approved by the City Commission in mid-April2015.
Background
Owned by the City of Miami Beach, the Convention Center (or MBCC) is a significant economic generator for the
City, and the region. Originally built in 1957, the MBCC encompassed 108,000 square feet. ln 'tg68, an additional
130,500 square feet of exhibit space was added, with additional support facilities subsequently constructed in 1g74.
ln 1986, as the demand for exhibition space increased, the facility underwent a $92 million renovation and doubled in
size to its current footprint of approximately 1.2 million square feet, including approximately 502,000 square feet of
exhibition space and 126,000 square feet of meeting space. Since that time, the facility has received over $50 million
in continuing upgrades.
The MBCC currently hosts approximately 145 events, annually, including internationally recognized events such as
Art Basel Miami Beach. lt also hosts rotating conventions, meetings, and a number of annual trade shows.
The City plans to renovate and expand the MBCC to "Class A" standards, in a manner that best meets the needs of
the target market, within the available funds for the Project. ln general, the Project is to include all exhibit halls,
meeting rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and
exterior areas. ln addition, the MBCC is to be expanded to accommodate a new ballroom and meeting space. The
Project will also include the conversion of approximately 880 surface parking spaces into a 6.5 acre public park and
refurbishment of the Convention Center Drive and the Collins Canal seawall. New parking replacing the existing
spaces will be incorporated on the roof of the building.
For a complete narrative of the scope of the project, refer to Appendix C.
Design Criteria Package
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The City
has hired Fentress Architects as its Design Criteria Professional ('DCP'), to create a Design Criteria Package
documenting the City's intent of the renovation and expansion that allows potential design-builders (i.e. proposers) to
submit proposals on a common basis. The DCP will be responsible for designing and documenting the renovation
and expansion program through the design development stage (30% drawings), commonly referred to as "bridging
documents". The DCP will also assist with the evaluation of the proposals, and monitoring compliance to designs
and specifications throughout the Project construction documents phase and construction process.
The DCP's team also exterior fagade architect Arquitectonica; landscape architect West 8; civil engineer Kimley
Horn; structural engineers Martin & Martin; mechanical, electrical & plumbing engineers M-E Engineers, lnc.;
acoustical engineers D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The Corradino
Group; lighting designer lllume; signage consultant TKD; vertical transportation consultant Lerch Bates, lnc.; food
service consultant William Caruso Associates; cost estimator Rider Levett Bucknall; and parking consultant Walker
Parking.
The DCP has completed the conceptual and schematic design and a construction design narrative for the Project.
(See Appendix B and C). The design will be further developed through the DCP's design development process.
RFP 20t 4-294-ME
69
Project Oversight
The City has engaged Strategic
Advisory Group (SAG) to act as its
Project Consultant.
The Project will be overseen by a
dedicated City Project Manager, and
augmented by the Owne/s
Representative. The City is issuing an
RFP for Owne/s Representative
services, and it is the City's goal to
have the Project Owne/s Representative in place by late October 2014. The prlmary role of the Owne/s
Representative will be to ensure that the City receives a Project consistent with the Design Criteria Package, in a
timely manner and for the agreed upon price. The Owne/s Representative will have on-site dedicated staff to
monitor the selected Design-Builder. The City and Owne/s Representative will be assisted by a dedicated on-site
architect from the Design Criteria Professional's team.
Phasing and Schedule
Project Phasing will be a critical component of the selected Design-Builder's services. The City has adopted a
Construction Booking Policy, whereby half of the Convention Center is to remain open at any given time to
accommodate certain Convention Center events. The Phase One will focus on renovating the north half of the MBCC
exhibition hall and eastern concourse, while beginning construction of the new ballroom. During this period the
southern half of the MBCC exhibition hall, western concourse, and meeting rooms will remain open for events. Once
completed, the new northern facility will open and the southern portion and western concourse will be closed for
renovation.
Under an idealschedule, Phase One would be completed by November 16,2016, to enable Art Baselto utilize the
entire Convention Center (with the exception of the new ballroom). Until the new ballroom is available, the City
desires to reserve an area of the P-Lot for use as temporary exhibit space with a tented structure. Phase Two would
begin on December '10, 2016, and would be completed by November 21, 2017 , to host the next Art Basel. ln any
event, the entire Convention Center must be available for the Art Basel events and construction will halt during that
event and its move in/out period. Site work and other exterior renovations will likely begin in 20'15, prior to the 2015
Art Basel event. Moreover, landscaping, the park, and Convention Center drive will likely occur after the 2017 event.
Miamt Beach Convention Center
Phasing Schedule
1 I 3 4 5 5 7 8 9 101112131415151718t9202!2223242526272A29 3031323334
No(h Erhlbtim Hall Rmovalon
o
6&t.(E
--
sel
South €rhbtion Hall Rsovaton
se lll
I/4wstLon(ourseRendatro ---.-----...----
li v of Miami Beach
City Staffl_ StrategkAdvisryGroup,
East Comouse Reovatron
NEw galfoom (:.n+nrdion
o
m
@t
o
Gdt
a
odt
3/4 Wst Concour.eRenovahm
P'Lot Park
Con!stion hterOrive
o I nre 2ot4-294-ME
70
6. Concept Design Cost Estimate
The DCP and its cost estimator have estimated the Project hard costs, based on the conceptual design drawings and
narratives, to total $349 million, excluding mark-ups for general conditions, contractor/design-builder
fees, insurance/bonds, contingencies, and any other soft costs.
7. Minimum Requirements: ln order for proposals to be deemed responsive, Proposers must meet the minimum
requirement set forth herein. Non-responsive proposers will be disqualified from consideration.
ProposalTeam Members
1. Phase I - Team members for the Phase I submittal must include the Prime Respondent (who shall be the
entity entering into contract with the City), and, at a minimum, the following subcontractors: Convention
Center Designer; and Landscape Designer. Other design subcontractons may be included but are not
required.
L Phase ll - ln addition to those required under Phase l, the Phase ll submittal must include key construction
subcontractors representing 10% or more of the hard cost budget.
3. Prime Respondenta. The Prime Respondent, as the General Contractor for the Project, must have completed at least two
(2) projects with Hard Construction Costs of at least $250 million within the last 10 (ten) years. ln
addition, the Prime Respondent, as a general contractor under design-build or other form of
construction contract, must have built or renovated at least two (2) convention centers with at least
250,000 square feet of exhibition within the last 10 (ten) years.
b. The Prime Respondent must be licensed to work in Florida as a General Contractor by the Proposal
Due Date.
4. Lead Project Manager - The Prime Respondent's lead project manager for this Project must have managed
one (1) project with Hard Construction Costs of at least $250 million under a design-build contract within the
last 10 (ten) years, and must have managed the construction or renovation of at least one (1) convention
center with at least 250,000 square feet of exhibition space within the last 10 (ten) years.
5. The Convention Center Designer must have been the architect of record and completed construction
documentation for at least two (2) convention centers with at least 250,000 square feet of exhibition space
within the last ten (10) years.
6. Landscape Deslgner - ldentify firm or entity.
For purposes of this RFP, "Hard Construction Costs" shall be defined as the cost of work, excluding mark-ups for
general conditions, contractor/design-builder fees, insurance/bonds, and any other soft costs.
8. Anticipated RFP Timetable. The tentative schedule for this solicitation is as follows:
Phase I - Qualifications
RFP lssued July 31, 2014
Pre-Submittal Meeting August 14, 2014 @ 1:30 PM
Deadline for Receipt of Questions September 9,2014
Responses Due September 19,2014
Selection Committee Meeting to Shortlist October 9,2014
Selection Committee Meeting to lnterview October 23124,2014
z I nre 2014-294-ME
71
Commission Approval to Shortlist November 19,2014
Phase ll - Proposals
Solicitation lssued to Short-Listed Proposers December 22,2014
Pre-Submittal Meeting January 8, 2015
Deadline for Receipt of Questions January 18, 2015
Proposals Due February 27 ,2015
Selection Committee Meeting to lnterview March 26, 2015
Commission Approval of Final Proposer April 15, 2015
9. Proposal Submission: One (1) unbound original proposal must be received on or before the date
stipulated herein for the receipt of proposals. Additionally, twenty (20) bound copies as well as a CD or flash
drive copy of the complete proposal are to be submitted to the City. The original proposal and all copies must
be submitted to the Department of Procurement Management in a sealed envelope or container stating on the
outside, the Proposer's name, address, telephone number, RFP number, title, and due date. Any proposals
received after time and date specified will be returned to the Proposer unopened. The responsibility for
submitting a proposal before the stated time and date is solely and strictly the responsibility of the Proposer.
The City is not responsible for delays caused by mail, courier service, traffic, weather or any other
occurrence.
10. Procurement Contact: Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-
mail: RafaelGranado@miamibeachflqov ; or facsimile: 786-394-4188. The RFP title/number shall be referenced on
all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days
prior to the date Proposals are due as scheduled in the Solicitation Timeline. All responses to questions/clarifications
will be sent to all prospective Proposers in the form of an addendum.
Procurement Contact:
Maria Estevez
Telephone:
305-673-7490
Email:
mestevez@miami beachfl. gov
11. Pre-Proposal Conference: A Pre-Proposal Conference is scheduled for 1:30 p.m. on Auqust 14,2014 al'.
Miami Beach Convention Center
1901 Convention Center Drive
Miami Beach, Florida 33139
Hall C, 2nd Floor - Room AC2231C224
Attendance (in person or via telephone) to this meeting is not mandatory but strongly encouraged.
Proposers interested in participating in the meeting via telephone must follow these steps:
Web Address:
httos:/lqlobal,qotomeetinq.com/meeti nq/ioin/282566237
To join the conference call:
United States: +1 (786)358-5420
Access Code: 282-566-237
Additionally, interested parties are encouraged to attend the site visit scheduled immediately following the
Pre-Proposal Conference.
s I RFP 2014-294-ME
72
12. Pre-Proposal lnterpretations: 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 PubticPurchase must regisier immediately wilh PublicPurchase to
assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in
disqualification of proposal.
13. DCP Documents: The DCP for this Project shall be available in digltal format on CDs, Please call Maria Estevez
at 305.673.7000 ext. 7490, or e-mail mestevez@miamibeachfl.oov to secure a CD. The cost for these CDs is $20.
One may purchase a CD through the Finance Cashier located on the 1d Floor in City Hall. Please make reference of
the RFP and project number and name to the Finance Cashier. After purchase, CDs are to be collected by the
Proposer at the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the Finance
Cashier.
14. Cone Of Silence. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and
until an award recommendation has been forwarded to the City Commission by the City Manager are under the"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
15. Modification / Withdrawals Of Responses
A proposer may submit a modified response to replace all or any portion of a previously submitted response up until
the due date and time. Modifications received after the response due date and time will not be considered.
Responses shall be irrevocable until contract award unless withdrawn in writing prior to the due date, or after
expiration of 120 calendar days from the opening of responses without a contract award. Letters of withdrawal
received after the response due date and before said expiration date, and letters of withdrawal received after contract
award will not be considered.
1 6, RFP PostponemenUCancellation/Rejection
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise
this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any
responses received as a result of this RFP.
17.Costs Incurred by Proposers
All expenses involved with the preparation and submittal of responses, or any work performed in connection
therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the respondent, and shall not
be reimbursed by the City.
18. Exceptions to RFP
Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if
any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in
the response, 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
r I nre 2014-294-ME
73
with the particular term and/or condition of the RFP to which proposer took exception to (as said term and/or
condition was originally set forth on the RFP).
19. Florida Public Records Law:
Proposers 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(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended
decision or until thirty (30) days after opening of the responses, whichever is earlier. Additionally, in the event an
agreement is entered into with a proposer pursuant to this RFP, proposer agrees to be in full compliance with Florida
Statute 119,0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and
necessarily would be required by the public agency in order to perform the services; (b) provide the public with
access to public records on the same terms and conditions that the public agency would provide the records and at a
cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public
records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed
except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the
public agency all public records in possession of the contractor upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All
records stored electronically must be provided to the public agency in a format that is compatible with the information
technology systems of the public agency.
20. Negotiations:
The City reserves the right to enter into further negotiations with the selected respondent. Notwithstanding the
preceding, the City is in no way obligated to enter into a contract with the selected proposer in the event the parties
are unable to negotiate a contract. lt is also understood and acknowledged by proposers that by submitting a
response, no property interest or legal right of any kind shall be created at any time until and unless a contract has
been agreed to; approved by the City; and executed by the parties.
21. Protest Procedure:
Proposers that are not selected may protest any recommendation for selection of award in accordance with the
proceedings established pursuant to the City's bid protest procedures (Ordinance No. 2002-3344), as codified in
Sections 2-370 and 2-371 of the City Code. Protests not timely made pursuant to the requirements of
Ordinance No. 2002-3344 shall be barred.
22. Observance Of Laws:
Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances,
codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which,
in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without
limitation, the Americans with Disabilities Act, Title Vll of the Civil Rights Act, the EEOC Uniform Guidelines, and all
EEO regulations and guidelines). lgnorance of the law(s) on the part of the proposer will in no way relieve it from
responsibility for compliance.
23. Default:
Failure or refusal of the selected proposer to execute a contract following approval of such contract by the City
Commission, or untimely withdrawal of a response before such award is made and approved, may result in forfeiture
of that portion of any surety required as liquidated damages to the City. Where surety is not required, such failure
may result in a claim for damages by the City and may be grounds for removing the proposer from the City's vendor
list.
24. Conflict Of lnterest:
All proposers must disclose, in their response, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all
ro I RFP 2014-294-ME
74
proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten
(10%) percent or more in the proposer entity or any of its affiliates.
25. Respondent's Responsibility:
Before submitting a response, each proposer shall be solely responsible for making any and all investigations,
evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full
performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such
evaluations, investigations, and examinations, will not relieve the proposer from any obligation to comply with every
detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any
subsequent claim whatsoever for any monetary consideration on the part of the respondent.
26. Relationship to The City:
It is the intent of the City, and proposers hereby acknowledge and agree, that the selected Proposer is considered to
be an independent contractor, and that neither the respondent, nor the respondent's employees, agents, and/or
contractors, shall, under any circumstances, be considered employees or agents of the City.
27. Public Entity Crime:
A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes
may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work, may not submit bids on
leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor,
or consultant under a contract with a public entity, and may not transact business with any public entity in excess of
the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
28. Compliance with The City's Lobbyist Laws:
This RFP is subject to, and all proposers are expected to be or become familiar with, all City lobbyist laws.
Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to
any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the
event of such non-compliance.
29. Cone of Silence:
This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence
requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that
all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including rendering their response voidable, in the event of such non-compliance.
30. Debarment Ordinance:
This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance
(as adopted pursuant to Ordinance No, 200-3234, and as codified in Sections 2-397 through 2-406 of the City Code).
31. Compliance with the City's Campaign Finance Reform Laws:
This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Campaign Finance
Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for
ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be
subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of
such non-compliance.
32. Code of Business Ethics:
Pursuant to City Resolution N0.2000-23879, the proposer shall adopt a Code of Business Ethics ("Code") and submit
that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code
rr IRFP 2O\4-294-ME
75
shall, at a minimum, require the respondent, 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.
33. American with Disabilities Act (ADA):
Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when
possible), or information on access for persons with disabilities. For more information on ADA compliance, please
callthe Public Works Department, at 305-673-7000, Extension 2984.
34. Acceptance of Gifts, Favors, Services
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of
the City, for the purpose of influencing consideration of this response. 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.
35. Soecial 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.qov/procurement/scroll. aspx?id=2351 0
. CONE OF SILENCE . .. CITY CODE SECTION 2-486. PROTEST PROCEDURES. CITY CODE SECTION 2-371. DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3. LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES..... CITY CODE SECTIONS 2481 THROUGH 2-406
o CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENTISSUES......... CITYCODESECTION24SS. REQUIREMENT FOR CITY CONTMCTORS TO PROVIDE EQUAT
BENEFITS FOR DOMESTIC PARTNERS . . . CITY CODE SECTION 2-373
. LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410
o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE-
DISABLED VETEMN BUSINESS ENTERPRISES. CITY CODE SECTION 2.374. FALSE CLAIMS 0RD|NANCE.... CITY CODE SECTION 70-300. ACCEPTANCE 0F GIFTS, FAVORS & SERVICES.... ... CITY CODE SECTION 2449
Note: Ordinances may be amended any time prior to the receipt of bids. The most recently approved ordinance or
version shall apply.
12 | RFP 2014-2e4-ME
76
OO2OO. DEFINITIONS:
Omitted.
OO3OO. INSTRUCTIONS TO PROPOSERS:
1. Pre-Prooosal lnteroretations: Only questions answered by written Addenda will be 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 of the RFP are to be directed 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 received no less than ten (10) calendar days prior to the
date of the opening of proposals. There shall be no obligation on the part of City or the City's
Procurement Director to respond to questions received less than ten (10) calendar days prior to
original proposal opening date stipulated in this solicitation.
2. Joint Ventures: Joint Ventures are not allowed. The City will contract with the Prime Contractor only.
Proposals shall be submitted by the Prime Contractor only. However, proposals may include other sub-
contractors or sub-consultants to the Prime Contractor, provided, however, that, at a minimum proposers
must include and identified the Convention Center Designer and Landscape Designer as part of their Phase
lsubmittal.
3. Printed Form of Proposal: All proposals must be made upon the blank Proposal Tender Form herein and
must give the price in strict accordance with the instructions thereon. The proposal must be signed and
acknowledged by the Proposer in accordance with the directions on the proposal form.
4. Acceptance or Reiection of Prooosals: (-) Subject to Paragraph 8 on page 11 thereof, the City reserves the
right to reject any or all proposals prior to award. Reasonable efforts will be made to either award the
Contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date.
A Proposer may not withdraw its proposal unilaterally nor change the Contract Price before the expiration of
ninety (90) calendar days from the date of proposal opening. A Proposer may withdraw its proposal after
the expiration of one hundred twenty ('120) calendar days from 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.
5. Determination Of Award: Pursuant to F,S. 2Bl .055, the City shall first consider the qualifications of firms
through the process outlined in Section 0305, Evaluation of Process. The Evaluation of proposals shall
proceed in a two-phase process:
A. Phase I - Proposals will be evaluated in accordance with the criteria established in Section 0305 for
Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may recommend to
the City Commission on or more respondents to be considered in Phase ll. The number of respondents
recommended to be short-listed for consideration in Phase ll is solely at the discretion of the City
Manager.
B. Phase ll - Short-listed Proposals will be evaluated in accordance with the criteria established in Section
0305 for Phase ll Evaluation.
The results of both Phase I and Phase ll evaluations will be considered by the City Manager who may
recommend to the City Commission the respondent(s) he deems to be in the best interest of the City, or may
recommend rejection of all responses. 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:
rs I RFP 2O|4-294-ME
77
6.
a) The ability, capacity and skill of the proposer to perform the contract,
b) Whether the proposer can perform the contract within the time specified, without delay or interference.
c) The character, integrity, reputation, judgment, experience and efficiency of the respondent.
d) The quality of performance of previous contracts.
e) 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 for each phase and may approve
such recommendation. The City Commission may also, at its option, reject the City Manager's
recommendation and select another proposer (or proposers) which it deems to be in the best interest of the
City, or it may also reject all responses.
Once the Phase ll ranking is approved by the City Commission, the City will enter into contract negotiations
with the top ranked firm. lf the City and selected firm cannot agree on contractual terms, the City will
terminate negotiations and begin negotiations with the next ranked firm, continuing this process with each
firm in rank order until agreeable terms can be met or the procurement is terminated. Contract negotiations
and execution will take place as quickly as possible after selection.
Performance Evaluation: An interim performance evaluation of the successful proposer may be submitted
by the Contract Administrator during construction of the Project. A final performance evaluation shall be
submitted when the Request for Final Payment to the construction contractor is fonruarded for approval. ln
either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall
provide a copy to the successful proposer. Said evaluation(s) may be used by the City as a factor in
considering the responsibility of the successful proposer for future proposals with the City.
Postoonement of Date for Presentinq and Ooeninq Proposals: The City reserves the right to postpone the
date for receipt and opening of proposals and will make a reasonable effort to give at least five (5) calendar
days written notice of any such postponement to each prospective proposer.
Qualifications of Proposers: Proposals shall be considered only from Proposers which submit their proposal
by the proposal's due date; proposers who meet the "Minimum Requirements"; and proposers that submit
all required documentation as requested under this solicitation.
ln determining a proposer's responsibility and ability to perform the Contract, City has the right to investigate
and request information concerning the 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.
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.
Occupational Health and Safety: ln compliance with Chapter 442, Florida 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.
8.
I
10.
rr I nre 2o14-294-ME
78
11.Environmental Requlations: The City reserves the right to consider a proposer's history of citations and/or
violations of environmental regulations in investigating a propose/s responsibility, and further reserves the
right to declare a proposer not responsible if the history of violations warrant such determination in the
opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or
violations, notices and dispositions thereof. The non-submission of any such documentation shall be
deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify
the City immediately of notice of any citation or violation which proposer may receive after the proposal
opening date and during the time of performance of any contract awarded to it.
"Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the RFP including
plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers,
or othenrvise, City, will have made its best efforts to name at least three (3) such references. Any such
reference is intended 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 of
other manufacturers and vendors 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 City, 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.
Veteran Business Enterprises: Pursuant to City of Miami Beach Code Section 2-374, lhe City shall give a
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, and which is within
five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer 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 Proposers which are a small
business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise
constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such
proposals are responsive, responsible and otherwise equal with respect to quality and service, then the
award shall be made to the service-disabled veteran business enterprise.
Eoual Benefits Code Provision: Proposers are advised that this RFP 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 Contracto/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.
B. On contract amounts of $500,000 or less, the bond provisions of Section 287.0935, Florida
Statutes (1985) shall be in effect and surety companies not otherwise qualifying with this paragraph
may optionally qualify by:1. Providing evidence that the surety has twice the minimum surplus and capital
required by the Florida lnsurance Code at the time the solicitation is issued;2. Certifying that the surety is otherwise in compliance with the Florida lnsurance Code;
and
12.
't3.
14.
15.
rs t nre 2014-294-ME
79
C.
D.
E.
3. Providing a copy of the currently valid Certificate of Authority issued by the United
States Department of the Treasury under SS. 31 USC 9304-9308.
Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury
entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount
shall not exceed the undenrrrriting limitations as shown in this circular.
For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company
must have been listed for at least three consecutive years, or holding a valid Certificate of Authority
of at least 1.5 million dollars and on the Treasury List.
Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors
Training and Development lnc. will also be acceptable.
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 City of Miami Beach will be acceptable. All interest will accrue to the City of
Miami Beach during the life of this contract and/or as long as the funds are being held by the City
of Miami Beach.
The attorney-in{act 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.
F.
16 I RFP 2O|4-294-ME
80
OO3O5. EVALUATION PROCESS
PHASE I EVALUATION PROCESS
1.
2.
Two Step Evaluation. The evaluation of responsive proposals will proceed in a two-step process. The first
step (Step 1) will consist of the qualitative criteria listed below to be considered by the Evaluation
Committee. The second step (Step 2) will consist of quantitative criteria established below to be added to
the first step scores by the Procurement Management Department.
Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate
each response in accordance with the requirements set forth in this solicitation. lf further information is
desired, proposers may be requested to make additional written submittals and/or oral presentations to the
Evaluation Committee. The evaluation of responses will proceed in a two-step process, as set forth below,
Step 1 will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. Step
2 will consist of the quantitative criteria established below, to be added to the Evaluation Committee results
by the Department of Procurement Management.
Phase I / Step 1 Evaluation (100 Points). The Evaluation Committee shall meet to evaluate each response
in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so,
the Evaluation Committee may:
a. Review and score all responses received utilizing the Weighted Criteria
b, Short-list proposers to be further considered in oral presentations
c. lnterview selected proposers
d. Re-score interviewed proposers utilizing the Weighted Criteria
e. Recommend to City Manager no less than three (3) proposers to be short-listed for Phase ll
Proposers will be evaluated on the following Weighted Criteria
. Organization Plan (10 points). Prime Proposer experience and qualifications (20 points). Prime Proposer experience with maintaining operations during the construction process (25
points)
o Convention Center Designer experience and qualifications (15 points). Landscape Designer experience and qualifications (10 points). Financial capability (15 points). Responses to forms (5 points)
Phase I / Step 2 Evaluation (10 Points). Following the results of Step 1 Evaluation Qualitative criteria, the
proposers may receive additional points to be added by the Department of Procurement Management to
those points earned in Step 1, as follows.
o Veterans and State-Certified Service-Disabled Veteran Business Enterprise (5 points)
3
rr I nre 2014-294-ME
81
4. Determination of Phase I 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:
Committee
Member'1
Step 1
Points 82 76 80
Step 2
Points 10 7 5
Total 92 84 85
Rank 1 3 2
Committee
Member2
Step 1
Points 90 B5 72
Step 2
Points 10 7 5
Total 100 92 79
Rank 1 2 3
Committee
Member 2
Step 1
Points 80 74 bb
Step 2
Points 10 7 5
Total 90 81 72
Rank 1 2 3
PHASE II EVALUATION PROCESS
Evaluation (100 points). An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
short-listed response in accordance with the criteria established herein. In doing so, the Evaluation Committee will:
a. lnterviewshort-listed proposers
b. Score proposers utilizing the Weighted Criteriac. Recommend to City Manager the top ranked respondent
Proposers will be evaluated on the following Weighted Criteria:. Project Schedule - shortest duration while meeting event requirements and within reasonable parameters
as acceptable and at the sole discretion of the City. (40 points). Lowest Guaranteed Maximum Price - strictly adhering to the Design Criteria Package and including any
City accepted Voluntary Alternate Proposals (35 points). Construction Logistics Plan that best accommodates MBCC and minimizes impact on surrounding area (10
points)o Organization Plan / Personnel (5 points). Key Construction Subcontractor Experience (5 points). Approach & Methodology Plan (5 points)
Following the Phase ll Evaluation Process, the City Manager may recommend to the City Commission on or more
respondents with whom to commence negotiations. The number of respondents recommended to be short-listed for
consideration rn Phase ll is solely at the discretion of the City Manager.
rE I RFP 2014-294-ME
82
00315. PROPOSAL SUBMISSION REQUIREMENTS
L FORMAT FOR SUBMITTAL. Proposal packages must contain all the 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 are deemed to be confidential.
Only the State Legislature may determine which public records are subject 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 such materials fall within a legislative created
exemption to Chapter 119, Florida Statutes.
2. CONTENTS AND FORMAT OF PROPOSAL. To facilitate review of proposals, proposers are requested to
submit proposals in the format stipulated in this section, including clearly identifying each proposal section
(tab).
PHASE I RESPONSE FORMAT
ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of
responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner
specified below. Hard copy submittals should be bound and tabbed as enumerated below and contain a table of
contents with page references. Electronic copies should also be tabbed and contain a table of contents with page
references. Proposers should prepare their submittal on 8.5 x 11 paper. Please feel free to include other materials,
such as covers, appendices, brochures, etc. at your discretion. The recommended number of pages the City desires
for each submittal item is indicated below. These are recommendations only and actual pages may exceed the
recommendation.
The City reserves the right to require additional information to determine financial capability. Proposer shall have ten
('10) calendar days respond to such a request.
1. Cover Page, Letter, and Table of Contents. The cover letter must indicate Prime Proposer and be signed by
same.
2. Proposal Overview. Provide a brief summary describing your firm's, experience and qualifications, staff that will
be assigned to this project, and any other relevant information. (recommend 2-3 pages)
3. Minimum Requirements: Submit verifiable information documenting compliance with the Minimum
Requirements in Section 0100, Paragraph 7, Pages 7-8 of the RFP.
a. Prime Respondent (recommend 1 page)
b. Convention Center Designer (recommend 1 page)
c, Convention Center Landscape Designer (recommend 1 page)
d. Prime Respondent's Lead Project Manager (recommend 1 page)
Prime Proposer shall submit a design-build team organizational structure that has a sufficient number of professionals
and other personnel to perform the work, including:
r? | RFP 2ot4-294-ME
83
An organizational chart depicting the structure and lines of authority and communication. A narrative that
describes the intended structure regarding project management, accountability and compliance with the terms of
the RFP.
ldentify all key personnel, including the Project Manager, who will be assigned to the Project and their intended
functions and responsibilities. Also indicate the percentage of time commitment of each key person on this
Project.
Resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and
qualifications, education and performance record.
Prime Experience & Qualifications
Qualifications of Proposing Firm. Describe experience and qualifications of the Prime Respondent in providing the
services detailed herein.
1. Company lnformation: Provide background information, including company history, years in business, number
of employees, and any other information communicating capabilities and experience. (recommend '1 page)
2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and
qualifications with the services detailed herein. Provide a table that includes the following information: project
name, type of project (convention center, airport, etc.), convention center square feet if applicable, the years
constructed, hard costs, and whether a design-build project for your flrm or construction only. (recommend 1
page)
3. Relevant Experience: Summarize '10 (ten) of the company's most similar projects of comparable size and
scope where similar services to those described in this RFP have been provided. Please list similar convention
center projects first followed by other relevant propct experience. (Recommend 'l page per project) For each
project include:
a. Project name and location
b. Project description
c. Years project constructed (or "Under Construction")
d. Project hard cost
e. lf convention center, indicate gross square feet constructed, exhibit hall square feet, ballroom square feet,
meeting room square feet
f. lndicate whether your role was construction manager (no risk), construction manager at risk, GMAX
contract, or design-builder
g. lf applicable, a brief description of how the Prime Proposer maintained operations while under construction
h. The names of the key project managers, highlighting any individuals who will also work on this prolect
i. Reference contact information
Qualifications of Proposing Firm. Describe experience and qualifications in providing construction documentation
for convention centers.
L Company lnformation: Provide background information, including company history, years in business, number
of employees, and any other information communicating capabilities and experience. (recommend 1 page)
2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience with
preparing construction documentation for convention centers. Provide a table to include the following
information: convention center name, exhibit square feet, ballroom/meeting square feet, renovation or new build,
year design completed, and the hard cost budget. (recommend 1 one page)
20 I RFP 2014-294-ME
84
3. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287,055, Florida
Statues, the Consultants Competitive Negotiations Act (CCNA).
4. Experience: Summarize five (5) of the company's most similar convention center projects where construction
documentation was provided. (recommend 1 page per project) For each project include:
a. Convention center name and location
b. Project description
c. Convention center exhibit square feet, ballroom square feet, meeting square feet
d. Project hard cost
e. Architect of record (firm name)
f. lndicate whether project was a new build and/or renovation
g. Years project designed (or "Under Design")
h. The names of the key project architects, highlightlng any individuals who will also work on this project
i. Reference contact information
Qualifications of Proposing Firm. Describe experience and qualifications in providing construction
documentation for parks and large landscape areas.
1. Company Information: Provide background information, including company history, years in business, number
of employees, and any other information communicating capabilities and experience. (recommend I page)
2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience with
preparing construction documentation for parks and other significant landscape projects. Provide a table to
include the following information: park name, square feet of pro1ect, year design completed, and the hard cost
budget. (recommend 1 page)
3, Relevant Experience: Summarize five (5) of the company's most similar landscape prolects where construction
documentation was provided. (recommend 1 page per project) For each project include:
a. Project name and location
b. Project description
c. Park size (square feet)
d. Architect of record (firm name)
e. Years project designed (or "Under Design")
f. The names of the key project architects, highlighting any individuals who will also work on this project
g. Reference contact information
h. Project hard cost
Provide a list of any other key team members, For each team member provide a description of their role and a
summary of the relevant qualifications and experience (recommend 3 pages per team member).
Audited Financial Statement: Provide the Prime Respondent's most recent annual reviewed/audited financial
statement with the audito/s notes. Such statements should include, as a minimum, balance sheets (statements
of financial position) and statements of profit and loss (statement of net income).
2r I RFP 2014-294-ME
85
Bonding Capacity: Provide evidence that the Prime Respondent has adequate bonding capacity for
construction of the Project. Proposers shall provide proof of its bonding capacity by a statement from a Surety
firm rated by AM Best as to be no less than A- (Excellent). The statement of bonding capacity shall be directly
from the Surety firm on its official letterhead and signed by an authorized agent of the firm.
Dun & Bradstreet: The Prime Proposer shall pay D&B to send the Supplier Qualifier Report (SQR) to the City
through electronic means, emailing to MariaEstevez@miamibeachfl.gov. The cost of the preparation of the D&B
report shall be the responsibility of the Respondent, The proposer can request the reportfrom D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servleUsupplierPortal?storeld=11696
Provide Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and
executed. The Certification, Questionnaire & Requirements Affidavit (Appendix A) must be signed by the Prime
Respondent.
Other
Provide any other information the Prime Proposer believes will help the City understand the team's capabilities.
PHASE II RESPONSE FORMAT
Following City Commission selection of the short-listed proposers pursuant to Phase ll of the RFP, the short-listed
proposers will be required to prepare a detailed proposal for the Project. The Design Criteria Package is to be
completed in mid-Novemberand planned to be approved by City Commission on December 17,2014. The Design
Criteria Package, form of contract, and other requirements are planned to be issued to the Phase I short-listed
proposers on December 22,2014, and proposals are planned to be due on February 27,2015.
ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of
responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner
specified below. Hard copy submittals should be bound and tabbed as enumerated below and contain a table of
contents with page references. Electronic copies should also be tabbed and contain a table of contents with page
references. Proposers should prepare their submittal on 8.5 x 11 paper. Please feel free to include other materials,
such as covers, appendices, brochures, etc. at your discretion. The recommended number of pages the City desires
for each submittal item is indicated below. These are recommendations only and actual pages may exceed the
recommendation.
Due Diliqence and Site lnsoections: lt is the responsibility of each Proposer, before submitting the Phase ll proposal,
to:
. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or
furnishing of the Work;. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award;. Study and carefully correlate Proposer's observations with the RFP; and
The submission of a proposal shall constitute an incontrovertible representation by proposer that proposer has
complied with the above requirements and understands all terms and conditions for performance and furnishing of the
Work,
The City reserves the right to require additional information to determine financial capability. Proposer shall have ten
(10) calendar days respond to such a request.
22 | RFP 2014-294-ME
86
Prime Proposer shall submit an updated design-build team organizational structure that has a sufficient number of
professionals and other personnel to perform the work, including:
1. An organizational chart depicting the structure and lines of authority and communication. A narrative that
describes the intended structure regarding project management, accountability and compliance with the terms of
the RFP.
2. ldentify all key personnel who will be assigned to the Project and their intended functions and responsibilities.
Also indicate the percentage of time commitment of each key person on this Project.
3. Resumes of the team's key personnel who were not provided in the Phase I response to this RFP.
Qualifications of Proposing Firm(s). For each key construction subcontractor representing 10% or more of the hard
cost budget, describe experience and qualifications as detailed below.
1. Company lnformation: Provide background information, including company history, years in business, number
of employees, and any other information communicating capabilities and experience. (recommend 1-2 pages)
2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and
qualifications with the Services detailed herein. Provide a table to include the following information: project
name, type of project (convention center, airport, etc.), convention center square feet if applicable, the years
constructed, and subcontractor hard costs. (recommend 1 page)
3. Relevant Experience: Summarize 5 (five) of the company's most similar projects of comparable size and scope
where similar construction services have been provided. Please list similar convention center projects first
followed by other relevant project experience. (recommend 1 page per project) For each project include:
a. Project name and location
b. Project description
c. lf convention center, indicate gross square feet constructed, exhibit square feet, ballroom square feet,
meeting square feet
d. Years project constructed (or "Under Construction")
e. Reference contact information
f. Subcontractor hard cost
Describe the plan for designing, managing, monitoring, coordinating and constructing the Project,
Provide a Project schedule and describe the plan for adherence to the critical path schedule defined therein. Also
describe how the proposer will work with the MBCC manager and staff to ensure all schedule events are
accommodated, and that the entire facility is available for the Art Basel dates,
Describe plan on understanding the importance of the daily operation of the MBCC and address how construction
staging areas, pedestrian paths, vehicular traffic patterns, etc. will be handled in order to mitigate disruption.
Submit a Guaranteed Maximum Price (GMP) for delivering the completed Project consistent with the Design Criteria
Package, on a date certain, while accommodating Art Basel and other events under the Construction Booking Policy.
Submission of the GMP shall be included in a Pricino and Draw Schedule Form that will be
23 I RFP 2Ot4-294-ME
87
December 2014 as an addendum to this RFP. All GMP's shalltake into account that construction workers will not be
allowed to park on site and shall be bussed in from a remote location.
Any notice to proceed of the ultimate contract will be subject to City Commission budget appropriation.
Alternate
It is the goal of the City for the Prime Proposer to develop the Project consistent with the Design Criteria Package.
Nevertheless, Prime Respondent is also encouraged to submit suggested alternates or "Voluntary Alternate
Proposals" for the Prolect which may result in cost and/or time savings to the City. Voluntary Altemate Proposals
may only be submitted in relation to alternative materials, equipment or building systems, and must maintain the
design intent. The City reserves the right to utilize any Voluntary Altemate Proposal in the design and construction of
the Project even though it may be a Voluntary Altemate Proposal proposed by an unsuccessful proposer.
Notwithstanding the foregoing, the City will only utilize that portion of a Voluntary Alternate Proposal of an
unsuccessful proposer which is not subject to a copyright or other intellectual property right of such Proposer.
24 I RFP 2O14-2e4-ME
88
APPENDIX A
b
.:=?MIAMIBEACH
Proposo I Certificotion,
auestionnoire &
Req uirements Affid ovit
PROCUREMENT DEPARTMENT
1700 Conveniion Center Drive
Miomi Beoch, Florido 331 39
:s I nre 2014-294-ME
89
Solicitation No.
2014-294-l\AE
Solicitation Title:
Design-Builder Services for the Miami Beach Convention Center Renovation and
Expansion
Procurement Contact:
Maria Estevez
Tel:
305-673-7490
Email:
mestevez@miamibeachfl.qov
PROPOSAL CFRTIFICATION, QUESTIONNAIRE & REQUIRTMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of
certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of
responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal
Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and
executed.
1. General Proposer lnformation.
FIRM NAME:
No of Years in Business:No ofYears in Business Locally: I No. of Employees.
OTHER NAME(S) BIDDER HAS OPEMTED UNDER IN THE LAST 1O YEARS
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
IELEPHONE NO.:
TOLL FREE NO.:
FM NO.:
FIRM LOCAL ADDRESS
CITY:
STATE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO,:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:
any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial
information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in
accordance with contract requirements.
26 I RFP 2014-2e4-ME
90
2.
Veteran Owned Business. ls Proposer claiminq a veteran owned business status?f-l vis [-l *o
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 lnterest. All Proposers must disclose, in their proposal, the name(s) of any officer, director, agent, or
immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach.
Further, all proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest
of ten (10%) percent or more in the proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate
family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers
must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)
percent or more in the proposer entity or any of its affiliates
References & Past Performance. Proposer shall submit at least three (3) references for whom the proposer has
completed work similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2)
Contact lndividual 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 contract cancelled due to non-performance by any public sector agency?
[__l vrs T_l r'ro
SUBMITTAL REQUIREMENT: lf answer to above is "YES," proposer shall submit a statement detailing the reasons
that led to action(s).
Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign
Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely
responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,
and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their proposals, in the
event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a
controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest
indicate whether or not 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
Management Depa(ment with its response or within five (5) days upon receipt of request. The Code shall, at a
minimum, require the proposer, to comply with all applicable governmental rules and regulations including, among
others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. 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.
3.
4.
o.
2r I RFP 2014-294-ME
91
7.
'10. Have you ever failed to complete any work
[__l vrs
8
I
Prevailing Wage: City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction
contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe
benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor
on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or
cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami
Beach, Florida. The provisions of this Ordinance shall not apply to the following projects:a. water, except water treatment facilities and lift stations;b. sewer, except sewage treatment facilities and lift stations'c. storm drainage;d. road construction, except bridges or structures requiring pilings; ande. beautification prolects, which may include resurfacing new curbs, gutters, pavers, sidewalks,
landscaping, new lighting, bus shelters, bus benches and signage.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,
proposer agrees to the prevailing wage requirement.
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. lntentionally Omitted.
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 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, Proposals, or replies on leases of real property to a public
entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract
with any public entity; and may not transact business with any public entity in excess of the threshold amount provided
in section. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted
vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,
Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on
convicted vendor list.
awardedr to you? lf so, where and why?
NO
SUBMITTAL REQUIREMENT: lf yes, submit information on project, agency, agency contact and reason why
contractor failed to complete work.
11. Has a surety company ever intervened to assist a governmental agency or other client of the proposer in completing
work that the proposer failed to complete?
l--_l ves [__l rrro
SUBMITTAL REQUIREMENT: lf yes, submit owner names, addresses and telephone numbers, and surety and project
names, for all projects for which you have performed work, where your surety has intervened to assist in completion of
the project, whether or not a claim was made.
12. Bankruptcy. Has the proposer filed any 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.
f-_l vrs [__l ruo
?s I RFP 2O14-2e4-ME
92
'13.
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.f-l vgs ''[l
r.ro
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 Stockholders, 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 Government or_subdivision or agency thereof?l-_l vrs [__l r,ro
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 or indirectly, of 10% or more of the
outstanding capital stock in any corporation or a direct or indirect interest of 100/o or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural person.
Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the
solicitation which may provide additional information to proposers or alter solicitation requirements. The City will strive
to reach every proposer having received solicitation through the City's e-procurement system, PublicPurchase.com.
However, proposers are solely responsible for assuring they have received any and all addendum issued pursuant to
solicitation. This Acknowledgement of Addendum section certifies that the proposer has received all addendum
released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result
in proposal d isqualification.
lnitialto
Confirm
Receiot
lnitialto
Confirm
Receiot
lnitialto
Confirm
Receiot
Addendum 1 Addendum 6 Addendum
11
Addendum 2 Addendum 7 Addendum
12
Addendum 3 Addendum 8 Addendum
13
Addendum 4 Addendum 9 Addendum
14
Addendum 5 Addendum
10
Addendum
15
lf additional confirmation of addendum is required, submit under separate cover,
17. Art in Public Places (AIPP): By virtue of submitting a proposal to this RFP, Proposer affirms that is will comply with
the Art in Public Places (AIPP) requirements of the City pursuant to Sections 82-536 lo 82-612 of the City Code without
limitation and that any resulting project plans, designs and guaranteed maximum price (GMP) shall be fully compliant
with the AIPP requirements.
14.
15.
16
?e I RFP 2014-294-ME
93
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 rgect 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 qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permifted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. 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 Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Governmenlin{he-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final un-appealable
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 respectthereto, such liability shallbe 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.
30 | RFP 2014-294-ME
94
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 dlvulged,
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 Requirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative:Title of Proposer's Auhorized Representative:
Signafu re of Proposer's Auttronzed Representative:Date:
State of FLORIDA )
)
On this _day of _, 20_, personally
appeared before me whoCountyof_) 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:
of
3r I RFP 2ot4-294-ME
95
APPENDIX B
g MIAMIBEACH
MBCC
Schemotic Design
RFP 2014-2g4-ME
DESIGN-BUILDER SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION
PROCUREMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33139
sz I nre 2014-294-ME
96
'1..'
,1,
o
: $:09i&0'
:', 'l
rt
o
(I,
4
i
t;
,5
5;
U
(I,
I
o
(I,I
(I,I
J ir'7,i
I
'/.
:-
'/,
t:o J.
'- .-
r-l
(u
. ;.. (L,iJ
' ,,.' I
C3:(o,o-
bo
Cut)x
IJ.J
,, :.1
33 I RFP 2014-294-ME
97
t:
l'
z
I
JU
UJo2oouoozFt6'x,u-5i
t
i-
/.
v
r.
N
o
o
I
C(o
o-
oo
C.F
tn
x
LU
il
i:
lui! .1 ? ;'ri I
.. -, tr
5
si6tNii Y8;* s$
ig
6
u{utt
f;&
d
d ..i1-
t
7:
" .t:tt
':
"
-i
a, ."..
- :1 "
;-D
ir-r'I
:--j
-2 ..
E
6."
;
I
E'
3
n
..9,.
.p I
ti "
*
!..4
'-.5
"8
6 i,- :l
:l
l. li
h
-1d E.p -,
6
_1't
. .. .t,
8 -. :.i! i,:t ;:-t
t'
s
t(AEt ..
:F
l.
B.*?
;rp3
i,
3
a5
I
t
p
&
34 | RFP 2014-294-ME
98
17h Street
ts+,rtr I
:'l
{_!
a-
" iiF'
f ! I r
r,.r . -. :=:.
i
ra
!
ir
-szshL' o-
"l=(o :f
CL-*.tf-
t.-
Hi'
&
l-o
EEqrc
cL)o(J
II
i
I rl r
htfr
i-l
Ilr!i
[1tt
l'l i
0,
o
o
Eo
c... o
.O
rC o
,tr{
i a+;: - .;ti
lrr ! !ii:t t;t
EU!-|@ofi: _c
-s86
ho q')cuo,JM
Efi
(EIbo
UILb.gr(UEo):j
iIF
0/
=cob{co
'tro
E
@(I,
(tJo(JFOE.:O)
T2
C(l)E
L(c
an
(I,(J
Eg
CA
C(u
o-
o
.tsv,
s5 | RFP 2014-294-ME
99
r-{
o
UJ
I
(I'
o-
l-oo
II
o)I
EDc.g
fit
I
EI
u0
C
=o
o_
36 | RFP 2014-294-ME
100
r{
o
oJ
I
C
ro
o-
t-osII
37 | RFP 2Ot4-294-ME
101
cn
o
oJ
I
C(o
o-
l-oo
II
o
ss I RFP 2014-294-ME
102
@
sr
(u
o
I
C
(tr
E
l-oo
LL
3? | RFP 2Ot4-294-ME
103
lft
o
oJ
I
C
IE
o-
l-oo
LI
40 I RFP 2Ot4-2e4-ME
104
.t, I
't
t ,,
. '".1 |
bo
t-'a
fEr
CL
CoE(J
JL-Pvl-oU
ZZZ999tsFF
UOUlll!trtr
FFFooqtz22ooouoo
rNeduuoOtt)
ItIn0"o:t
4r I RFP 2014-294-ME
105
APPENDIX C
g MIAMIBEACH
MBCC
Schemotic Design
Norrotive
RFP 2014-294-ME
DESIGN.BUILDER SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION
PROCUREMENT DEPARTMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
ez I nre 2014-294-ME
106
lNTRODUCTION:
Owned by the City of Miami Beach, the Miami Beach Convention Center (MBCC or Convention Center) is a significant
economic generator for the City and the region. Originally built in 1 957, the MBCC encompassed 108,000 square feet.
ln 1968, an additional 130,500 square feet of exhibit space was added, with additional support facilities subsequently
constructed in 1974, ln 1986, as the demand for exhibition space increased, the facility undenivent a 992 million
renovation and doubled in size to its current footprint of approximately 1.2 million square feet, including approximately
502,000 square feet of exhibition space and 126,000 square feet of meeting space.
The expanded MBCC opened in 1989. Since that time, the facility has received over 950 million in continuing
upgrades. ln general, the renovation is to include all exhibit, meeting rooms, pre-function and support spaces such as
loading docks, kitchens, bathrooms, systems, and exterior areas.
SCOPE OF WORK:
Convention Center Facility: The MBCC is to be expanded to accommodate a new ballroom and meeting space as
follows:
1. New 80,000t square foot Ballroom divisible into meeting room spaces;
2. Breakout meeting space - renovated ballroom and meeting space totaling 200,0001 square feet;
3. New Rooftop Pavilion and Outdoor Function Space;
4. Parking on top of the building in two levels to accommodate at least 880 spaces;
5. Existing Building lmprovements as listed below:
The specific scope of the renovation and expansion will be finalized in the Design Criteria Document
Package.
A minimum of 500,000 sf of Exhibit Hall space will be renovated as follows:a. Halls will be reconfigured so they can be subdivided with moveable partitions into four halls from east to
west. The skywalk may be removed and a new bridge in the truss spaces above will be constructed;
b. The completed Exhibit Halls A and B will be subdivided east to west with moveable partitions to create a
125,000 square foot general assembly function (similar to Old Exhibit Hall D);
c. Each subdivided exhibit hall needs access to approximately nine (9) loading docks (36 in total);
d. Each subdivided exhibit hall shall include the appropriate freight doors as specified by the City's
operator;
e. Replace exhibit hall floor to provide for the 350 pounds per square foot live load;
f. Replace exhibit hall floor utility boxes and infrastructure under exhibit halls (plumbing, electrical and
data/telecomm) to Class A standards;
g. Replace exhibit hall air handlers and install new VFD's.
6. Existing Meeting Rooms/Pre-Function:
a. Provide a general renovation of existing meeting spaces and pre-function areas including all finishes
(carpet, wall coverings, ceiling, etc.) and fixtures, lighting and lighting controls, sound systems, rigging
points, etc.;
b. lnstallfloorpowerin C123-126 and D 128-131.
43 | RFP 2014-2e4-ME
107
7 . Existing Support Areas:
a. Replace carpet throughout facility;
b. Add new restrooms and expand existing to achieve the appropriate number of facilities;
c. Replace all existing finishes in toilet rooms to remain;
d. Construct new main kitchen facilities to meet Class A standards;
e. Provide for a business center with approximately 1,500 square feet;
f. Locate engineering shops and their offices in best location given hall reconfiguration;
8. lnteriorlnfrastructure lmprovements:
a. Replace existing escalators;
b. Replace existing elevators, including relocating/installing freight elevators driven by hall reconfiguration;
c. Replace buss duct on west side interior;
d. Replace exterior building envelope including exterior fagade. Provide new exterior doors and windows to
withstand hurricane wind loads and impacts;
e. Reroof entire convention center;
f. Replace all air handlers;
g. Replace roof drains to meet cunent codes;
h. Replace 4 existing 1200 ton chillers and add one 1200 ton chiller;
i. Refurbish existing cooling towers;
j. Replace chilled water piping;
k. Assess and replace/improve all life safety function's including fire sprinkler pump replacement, fire
sprinkler valve room replacement, and fire panel replacement to include strobe lighting;
l. Replace emergency generator;
m. Replace cooling tower piping;
n. Chilled water insulation replacement;
o. Chilled water valve replacement;
p. Upgrade compressed air system;
q. Reduce humidity and condensation problems within the building;
r. Replace exhaust fans,
s. Replace exterior sidewalk, stairs and handrails;
t. Replace all existing interior doors and hardware, including card swipe locking system;
u. Replace electrical gear.
9. Sustainability lmprovements - Attain LEED Silver certification per City code. Advise on and implement viable
sustainability measures within the facility.
44 | RFP 2014-294-ME
108
10. Technology:
a. Add a Distributed Antenna System (cell phones);
b. Add 800 HTZ first responder radio reinforcement system;
c. Expand Wi-Fi to entire facility;
d. Add digital read boards throughout facility for meeting rooms, exhibit halls;
e. Add exterior signage;
f. Ensure facility is compliant with all ADA requirements, including push button door openers.
1 1. Exterior lnfrastructure lmprovements:
a, Address storm water issues including the demolition of existing drainage utilities and re+outing building
connections and pipes toward proposed stormwater lift stations. New curb inlets and drainage
structures will be installed as needed along with new drainage pipes due to changes in road geometry.
Other utilities, particularly within the Preferred Parking lot site, will require relocation.
b. Seawall - The existing Collins Canal seawall will be restored and reconstructed.
c. Flood Control - Exhibit hall floor elevation to remain at current elevation. Relocate critical building
systems and equipment to be above proposed future FEMA flood elevation. Elevation - 10 to 1 1 NGVD.
12. Prefened Lot (P-Lot) Park:
The existing 6.5 acre parking lot directly west of the Convention Center will be converted to a public park
containing flexible green spaces, a plaza space, and a food pavilion. Ornamental landscape and shade trees
combined with seating, lighting, and custom shade structures will be included in the design.
13. Carl Fisher Open Space:
Directly to the north of the Convention Center is a historic structure and adjacent green spaces abutting the
Collins Canal. The open space will be renovated with open lawns for passive uses and resilient landscapes
and new walkways next to the Collins Canal.
14. The 21st Street Community Center:
The existing Community Center located on Washington Avenue and 21't street will be demolished as part of
Phase 1. The existing Banyan tree located within the courtyard of the Community Center must be preserved.
15. Convention Center Drive:
This street will be re-designed and converted to a "boulevard" type design with trees and a mosaic of paving
materials.
16. Art ln Public Places:
Areas within the building and on the site will be identified to comply with the City's Art in Public Places
program. These areas will be provided with infrastructure (structural support, power, lighting, lT/data)to
work with the selected art pieces. Detailed coordination for the installation of each art piece will be managed
with City staff.
45 J RFP 2014-294-ME
109
APPENDIX D
AAIAMIBEACH
I nsuro nce Requirements
RFP 2014-294-ME
DESIGN-BUILDER SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION
PROC UREMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33.l39
co I ere 20:r4-2s4-ME
110
b
:MIAMIBTACH
INSURANCE REQUIREMENTS
lnsurance Requirements will be provided under Phase ll.
*r I nre 2o14-294-ME
111