Loading...
20140730 SM2MIAMI BEACH Gity Commission Meeting SUPPLEMENTAL MATERIAL 2 City Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive July 30, 2014 Mayor Philip Levine Vice-Mayor Michael Grieco Commissioner Joy Malakoff Commissioner Micky Steinberg Commissioner Edward L. Tobin Commissioner Deede Weithorn Commissioner Jonah Wolfson City Manager Jimmy L. Morales City Attorney Raul Aguila City Clerk Rafael E. Granado Visif us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings. ATTENTION ALL LOBBYISTS Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the registration of all lobbyists with the City Clerk prior to engaging in any lobbying activity with the City Commission, any City Board or Committee, or any personnel as defined in the subject Code sections. Copies of the Gity Code sections on lobbyists laws are available in the City Clerk's office. Questions regarding the provisions of the Ordinance should be directed to the Office of the City Attorney. SUPPLEMENTAL AGENDA C2 - Gompetitive Bid Reports C2A Request For Approval To Authorize The lssuance Of A Request For Qualifications (RFQ) No. 2014-316-JR For General Building Contractor Rehabilitation Services And Request For Proposals (RFP) No.2014-325-JR For Program Management Services Relating To General Building Contractor Rehabilitation Services Program. (Community DevelopmenUProcurement) (Memorandum) C2B Request For Approval To lssue An lnvitation To Negotiate (lTN) For Concession Agreement For The Use Of Miami Beach Rights-Of-Way For Docking And Passenger Loading/Unloading By Public Waterborne Transportation Operators. (Tra n s po rtatio n/P rocu re me nt) (Memorandum) 1 THIS PAGE INTENTIONALLY LEFT BLANK 2 COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Authorize The lssuance Of A Request For Qualifications (RFQ) No. 2014- 316-JR for General Building Contractor Rehabilitation Services and A Request for Proposal (RFP) No. 2014-325-JR for Program Management Services relating to General Building Rehabilitation Services ram. Intended Outcome Su Item Su mmary/Recommendation : The State Housing lnitiatives Partnership program (SHIP), administered through the Florida Housing Finance Corporation (FHFC), was established in 1992 by the William E. SadowskiAffordable Housing Act to stimulate the production of affordable housing statewide. Annually, FHFC allocates SHIP program funds among participating jurisdictions on a formula basis. Currently, the City has $44,933 in FY 09/10 funds available for immediate use. Once these funds are drawn, the City can access an additional $451,459 in combined funds from subsequent fiscal years. SHIP program funds serve to increase access to and preserve affordable housing for income-eligible participants whose income does not exceed 120o/o of the Area Median lncome. Communities that receive SHIP funds are required to produce and file with the State, a Local Housing Assistance Plan (LHAP) which governs each community's use of SHIP funds. A new LHAP must be filed every three years. The LHAP delineates the strategies that will be employed to increase the availability of affordable housing for income-eligible residents within the jurisdiction. One of the City's affordable housing strategies is the repair and rehabilitation of owner-occupied homes including condominium units. These repairs may include: energy efficiency modifications, ADA modifications to enable aging in place, remediation of Code Compliance violations, and general repairs that preserve housing. ln order to accomplish these goals, the City has determined that the best course of action is to issue a Request for Proposals (RFP) and a Request For Qualifications (RFO). The intent of the RFQ is to establish a pool of General Contractors (GC) that can be contracted directly by residents approved for SHIP funds to provide repairs and rehabilitation work needed at funded residential properties. The intent of the RFP is to contract a Project Manager to provide the City with Program Management Services relating to the General Building Contractor Rehabilitation Services program. These two contracts will be awarded for a term of three (3) years with two (2) one (1) year options to renew at the discretion of the City. RECOMMENDATION The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ for General Building Contractor Rehabilitation Services. Authorize the issuance of the RFQ and RFP. Financial lnformation : Source of Funds: Financial I 1 52-8000-331 580$ 44,933 Clerk's Office slative Tr Agenda ltem CA A Date -7_3cj lg Alex Denis ext. 6641 AMIBTACH 3 MIAMIBEACH City of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members of City Cq mission FRoM: Jimmy L. Morales, City Manager DATE: July 30, 2014 SUBIECT: REQUEST FOR APPROVAL TO FOR QUALTFTCATTONS (RFO) THE ISSUANCE OF A REQUEST. 2014.316-JR FOR GENERAL BUILDING CONTRACTOR REHABILITATION SERVICES AND REQUEST FOR PROPOSAL (RFp) NO. 2014-325-JR FOR PROGRAM MANAGEMENT SERVTCES RELATTNG TO GENERAL BUILDING CONTRAGTOR REHAB!LITATION SERVICES PROGRAM. ADMI NISTRATION RECOMM EN DATION Authorize the issuance of the RFQ and RFP. FUNDING Funding for this program derives from the State Housing lnitiative Partnership (SHIP) program, sponsored by the State of Florida and the William E. Sadowski Affordable Housing Act. Currently, the City has $44,933 in FY 09/10 funds (account code 152-8000-331580) available for immediate use. Once the FY09/10 funds are drawn, the City can access an additional $451,459 in combined funds from subsequent fiscal years. These funds are for the development and retention of affordable housing. BAGKGROUND The State Housing lnitiatives Partnership program (SHIP), administered through the Florida Housing Finance Corporation (FHFC), was established in 1992 by the William E. Sadowski Affordable Housing Act to stimulate the production of affordable housing statewide. SHIP program funds are derived from documentary stamp levies on real estate transactions, and held in the SHIP Program Trust Fund. Annually, FHFC allocates SHIP program funds among participating jurisdictions on a formula basis. SHIP program funds serve to increase access to affordable housing for income-eligible participants whose income does not exceed 120o/o of the Area Median lncome (AMl). Communities that receive SHIP funds, including the City, are required to produce and file with the State of Florida a Local Housing Assistance Plan (LHAP) which governs each community's use of SHIP funds. A new LHAP must be filed every three years. The LHAP delineates the strategies that will be employed to increase the availability of affordable housing for income- eligible residents within the jurisdiction. One of the City's affordable housing strategies is the repair and rehabilitation of owner-occupied homes including condominium units. These repairs may include: energy efficiency 4 City Commission Memorandum - RFQ For General Building Contractor Rehabilitation Services. July 30,2014 Page 2 of 3 modifications, ADA modifications to enable aging in place, remediation of Code Compliance violations, and general repairs that preserve housing. Eligible homeowners must be income- eligible (with income not exceeding 120% AMI) and agree to maintain the improved property as their primary residence for fifteen (15) years. ln the event that an assisted property is sold before the expiration of the affordability period, the assisted homeowner must repay the City for funds received. ln essence, the City awards SHIP funds as forgivable loans upon expiration of the affordability period. The City safeguards awarded funds by placing a restrictive covenant on the assisted property that is released upon either repayment of provided funds or the expiration of the affordability period, whichever comes flrst. Up until recently, the homeowner rehabilitation strategy was managed by Miami Beach Community Development Corporation (MBCDC). When it was determined that MBCDC was no longer able to effectively administer the program, the City assumed this role. ln order to effectuate the homeowner-occupied rehabilitation strategy, the City must identify a third party verifier or Project Manager/Consultant to inspect properties, draft the specifications of funded work scope, and conduct progress and final inspections of approved work. ln addition, the City must identify a pool of qualified general contractors who can be contracted by homeowners to complete the repairs and rehabilitation work approved by the City within specified timeframes. ln order to accomplish these goals, the City has determined that the best course of action is to issue a Request for Proposals (RFP) and a Request for Qualifications (RFO). The intent of the RFQ is to establish a pool of General Contractors (GC) that can be contracted directly by residents approved for SHIP funds to provide repairs and rehabilitation work needed at funded residential properties. The intent of the RFP is to contract a Project Manager to provide the City with Program Management Services relating to the General Building Contractor Rehabilitation Services program. These two contracts will be awarded for a term of three (3) years with two (2) one (1) year options to renew at the discretion of the City. SCOPE OF SERVICES Please Reference RFQ 2014-316-JR for General Building Contractor Rehabilitation Services, included in Attachment A and RFP 2014-325-JR for Program Management Services relating to General Building Contractor Rehabilitation Services Program, included in Attachment B. MINIMUM QUALIFICATIONS Please Reference RFQ 2014-316-JR for General Building Contractor Rehabilitation Services, included in Attachment A and RFP 2014-325-JR for Program Management Services relating to General Building Contractor Rehabilitation Services Program, included in Attachment B. MINIM UM DOCUMENTATION SUBM ITTAL REQUI REM ENTS Please Reference RFQ 2014-316-JR for General Building Contractor Rehabilitation Services, included in Attachment A and RFP 2014-325-JR for Program Management Services relating to General Building Contractor Rehabilitation Services Program, included in Attachment B. EVALUATION/SELEGTION PROCESS: CRITERIA FOR EVALUATION Please Reference RFQ 2014-316-JR for General Building Contractor Rehabilitation Services, included in Attachment A and RFP 2014-325-JR for Program Management Services relating to General Building Contractor Rehabilitation Services Program, included in Attachment B. 5 City Commission Memorandum - RFQ For General Building Contractor Rehabilitation Services. July 30, 2014 Page 3 of 3 CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2014-316-JR for General Building Contractor Rehabilitation Services and RFP 2014-325- JR for Program Management Services relating to General Building Contractor Rehabilitation Services Program. ATTACHMENTS o Attachment A: RFQ 2014-316-JR for General Building Contractor Rehabilitation Services. . Attachment B: RFP 2014-325-JR for Program Management Services relating to General Building Rehabilitation Services Program. MR/AD/MT/JLM/MLR 6 REQUEST FOR eUALTFTCATTONS (RFe) FOR GENERAT BUILDING CONTRACTOR REHABITITATION SERVICES ON AN "AS.NEEDED BASIS" AND ON AN "ON.GOING BASIS" FOR THE HOUSING DEPARTMENT RFGI ISSUANCE trATEla=-.11|:u,,,s-ft--k*fl a ,::gs:j STATEI,IENTS OF GlUAtlF,il$ATIONS DUE: AUGUST 21, 2Ol4 rssuED ef;= =1i1l,*' AAIAMIBEACH Joe V. Rodriguez, CPPB, FCCrVl, Procuremenl Coordinqtor PROCU REMENT DEPARTMENT 17OO Convention Center Drive, Miomi Beoch, FL 33139 305.673.7000 x 6263 | Fox: 786.394.54941 ioerodriguez@miomibeochfl.gov www.miomibeochfl.gov 7 irrri,{\{i SIACl-J TABLE OF CONTENTS SOLICITATION SEGTIONS: PAGE 0100 NoT uTtLtzED ......... ..........N/A O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ...........................3 O30O SUBMITrAL INSTRUCTIONS & FORMAT ....*i::.,.... .............12 .,,,,- 0400 EVALUATTON PROCESS ........... -,.,,,.,. _.................."14 APPENDIGES: = '-\' pAGE "@,* APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAV] s ........16 APPENDTX B "NO BtD" FORM ................:...:............. .....23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS .,,.,..,..,..,......25 APPENDIX D SPECIAL CONDITIONS ........... ....it11r,. ...............31 APPENDIX F INSURANCE REQUIREMENTS ,................. ..............33 iM ;i/n RFQ 20 r4-3 r 6-JR 8 ,\\iA,\1tsrAC$-{ SECTION O2()O INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualiflcations (RFa) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "response") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise tne soticitaiion, and are complementary to one anoiher and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful propose(s) (the "contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notificatiori'1-f'4rnpetitive solicitation opportunities and document fulfillment, including the issuance of any addendum-to-this RFQ, Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it recbives any addendum issued to this RFQ, Failure to receive an addendum may result in disqualification of q,,, hBe submitted. ..,,,::::::::.:: 2, PURPOSE. The City of Miami Beach is accepting Statement of Qu'-llfications to establish a pool of General Contractors that can be contracted by approved residents to proVid-1he repairs and work needed at funded residential properties through the State Housing lnitiative PartnerShip (SHIP) program. .:,.,. 3. SOLICITATION TIMETABLE. The tentative schedule for' solicitation is as follows: 4. PROCUREMENI 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@miamibeachfl.qov ; or facsimile: 786-394-4188. The Response title/number shall be referenced on all correspondence, All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Joe V. Rodriguez, CPPB, FCCM Telephone: 305.673.7000 x 6263 Email: ioerodriquez@miamibeachfl .qov Solicitation lssued Juty 31 ,2414 Pre-Submittal Meeting Wednesday, August 6,2014 @ 10:00 AM Deadline for $eodiffi Questions Tuesday, August 12,2014 @ 5:00 PM lfrmr, Rt.$HH-Ts Du.9=Wednesday, August 20,2014 @ 3:00 PM TBD Prooosei Presentations TBD Tentative Commission Approvalluthorizing = Negotiations TBD Contract Negotiations Following Commission Approval RFA 2014-3r6-lR 9 iv\iA\,11 BEACT-l 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall- 4th Floor Gity Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of infoFition, but is not mandatory. Proposers interested in participating in the.. Pre-Proposal Submission Meeting via telephone must follow these steps: , *'tffl lr$r'" (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free Norlltffimprica) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via teleohone should ,.nO ln e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone, 6. PRE-STATEMENTS OF QUALIFICATIONS INTERPRETATIONS. Oral information or responses to questions received by prospective Proposer are not binding on the City and will be without legal effect, including any information receive.,Q,..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, 7. coNE oF slLENcE, e;fltq l'il'seition 2-486 of the city code, al procurement soticitations once advertised and until an award recommendation has been fonruarded to the City Commission by the City Manager are un-q,:9,,,,:. e "Cone of Sitf@e." The Cone of Silence ordinance is available at: http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any C6@unication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibit6o, with the of exception communications with the Procurement Director, or his/her administrative staff respohsible for administering the procurement process for this solicitation providing said communication is{mited to matters of process or procedure regarding the solicitation. Communications regarding this soficitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl.oov. 4Rt-Q 20 I4 3 l6:lR 10 t.\lAidi mil&il1--l 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City 0f Miami Beach website: htto ://web. miamibeachfl.qov/procuremenUscroll. aspx?id=2351 0 CONE OF SILENCE......... PROTEST PROCEDURES . LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES..,. DOMESTIC PARTNERS.,... . LIVING WAGE REOUIREMENT =..,. LOCAL PREFERENCE FOR MIAMI BEACH-BASED VEND0RS........... .,.,.. .....,*,,...., ... PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE-DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2486 CITY CODE SECTION 2.371 CITY CODE SECTIONS 2-397 THROUGH 2485.3 ./.ir,t t CITY CODESECTIONS 2481 THROUGH 2406 o CAMPAIGN CONTRIBUTIONS BY VENDORS...cIT#rCoDE SECT.|0N 248i . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT ISSUES CtTy;ODE SECTIbB?*'B.. REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR "''W a a CITY CODE SECTION 2.373 CITY CODE SECTIONS 2407 THROUGH 2-410 CITY CODE SECTION 2-372 CITY CODE SECTION 2-374 CITY CODE SECTION 7O.3OOo FALSE CLAIMS ORDINANCE.... .. .....,,... o ACCEPTANCE0FGIFTS,FAVORS&SERV|CES........,..,........,....,.,-....,."....,,-*rr:............ CITYCODESECTION2449 9. POSTPONEMENT OF DUE DATE FOR RECEIPf:9F QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar day's written notice of any such postponement to all prospective Proposers through PublicPurchase, 10. PROTESTS. Protests concerning tfia'specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section2-371, which establishes procedures for protested proposals an$ipfoposed awards. Protebts not submitted in a timely manner pursuant to the requirements of City Code $tction 2;u371rshall be barred, 11.,,MlAilll BEACH-BA$ED VENDORS PREFERENCE, Pursuant to City of Miami Beach Ordinance No, 2011-3747,a five (5) point preference will be given to a responsive and responsible Miami Beach-basedprOpOser. .".i, Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section V, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission the propose(s) s/he deems to be in the best interest of the City or may recommend RFQ 2014-3 r6-lR 11 ,\\iAAAlSilee F-t rejection of all Statement of Qualifications. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2- 369, including the following considerations: (1) The ability, capacity and skill of the proposer to perform the contract. (2) Whether the proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the proposer. (4) The quality of performance of previous contracts, (5) The previous and existing compliance by the proposer with laws and ordinances relating to the contract. I i't!',. The City Commission shall consider the City Manager's recommendation and may -pErove such recommendation. The City Commission may also, at its option, reject thd City Manager's recommendation and select another Proposer (s) which it deems to be in the bestinterest of the City, or it may also re1ect all Statement of Qualifications. Upon approval of selection by the Ciff CommiSsion, negotiations between the City and the selected Proposer (s) will take place to arrive at a mii{@fv acceptable Agreement, including cost of services. 14. ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to reject any or all Statement of Qualifications prior to award. Reasonable efforts will be made to either award the Contract or reject all Statement of Qualifications within one-hundred firenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of Statement of Qualifications opening. Before submitting a Statement of Qualifications, each Proposer shall be solely respons@ ,f.Br malii'ng:ny ani all investigations, evaluations, and examinations, as it deems necessary, to asceitain alf'itU*ditions and requirements affecting the full performance of the contract. lgnorance of suchl'qCIn$itions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and reqUirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. :::: 16. COSTS INCURRED'BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer , and shall not be reimbursed by the City. 17. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Propose/s employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 18. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 6RFQ 20r43t6-lR 12 t{tAtultsrAtH 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ, Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non- responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced, lnvoices must be consistent with Purchase Order format. 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exceptio-q, that the proposal prices shall include all royalties or cost arising from the use of such design, device, o6,rnateri3ls in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform itr'ffi]filr and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications.,r,,€i{luired by applicable [aws or regulations in full force and effect during the term of this contract. Failure of ptuposer to comply with this paragraph shall constitute a material breach of this contract == . 'l**,.: Where contractor is require"l U..!;i;ffi' on to City of Miami Beach property to deliver materiats or perform work or services as a r .of any contract resulting from this solicitation, the contractor will assume the IUJl y- obligation and'-expense of obtaining all necessary licenses, permits, and insurance, and assure all woft ddrnplies with all applicable laws. The contractor shall be liable for any damages or loss to thetOity occasioned by negligence of the proposer, or its officers, employees, contractors, andlor agents, for {'biltir$ mply with''bpplicable laws. 23. SPECIAE N-BffIONS. Any and all Special Conditions that may vary from these General Terms and Conditions sha['ilaVe precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non- discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or nationalorigin. 7Rr-Q 20 r4-3 rOJR 13 ,\tl,{^,.\l s[AcL-l 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry,, anO as'determined by the City of Miami Beach.N E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience), in making an award that ls in"the best interest of the City. F. The City may require proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source e,.fsupply. ln these instances, the City may also require material information from the source of suppty regaiding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, lonu.y, sublet or othenruise dispose of the contract, including any or all of its right, titlercr interest therein, or his/her or its power to execute such contract, to any person, company or corporation,'w.ltti hfi,,d,r:o, written consent of the City, 27. LAWS, PERMITS AND REGULATIONS. fne propci{ellillfi oUt.in and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE. When the ,r.#iitrt proposer (s) is in agreement, other units of government or non-profit aqencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO Bi RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor, However, the City reserves the right to putohai}:'Arry goods or services awarded from state or other governmental contract, or on an as- neede$basis througfift City's spot market purchase provisions. 30."DlSF.:El.TfS. ln the:Bvent of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contr{pp3$reement resulting from the award of this solicitation; then B. Addendum isbued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The proposer's proposal in response to the solicitation, 31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur RFQ 20r4-3 r6-JR 14 &{1Afr,,\l *f -qilht as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded, Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby. notifi&=hat all Responses including, without limitation, any and all information and documentation submi$gd therewith, are exempt from public records requirements under Section 119,07(1), Florida Statutes,'arid s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended deci$ion or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to",agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by thdrifiublic 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 publiCr ds and transfer, at no cost, to the public agency all public records in possession of the contractor upon tb,tmination of the contract and destroy any duplicate public records that are exempt or confidential and exempt,[qm public records disclosure requirements. All records stored electronically must be provided to the publib agency in a format that is compatible with the information technology systems of the public Egency, 34. MODIFICATIONI\IVITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until conkact award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives" ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular RrQ 2L) l4-3 IOJR I 15 ,\,{iA,\,11 *rAil}-.{ term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 36. ACCEPTANCE OF GIFTS, FAVORS. SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. BALANCE OF PAGE INTENTIONALLY LEFT BLANK l K'u,*u Rro 20 t4-3 t6JR t0 16 ,,'\,\ i A,,\'1 I m ilAC f"'l SECTION O3()() SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer nam.er. proposer return address, Statement of Qualifications received electronically, either through email_qi'fdbsimile, are not acceptable and will be rejected.."<(. :i:::::..::::::.:::.::::: 2. LATE RESPONSES. Statements of Qualifications are to be received Gh or be'f =the due date established herein for the receipt of Responses, Any Responses received afteEhe .deadline established for receipt of Statement of Qualifications will be considered late and not be acbepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ,:,: . 3. STATEMENTS OF QUALIFICATIONS FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in.accordance with the sections and manner specified below. Hard copy submittalshould be tabbed as enumerated below and contain a table of contents with page references. Electrofiid&piesshould also be tabbed and contain a table of contents with page references. Statement of Qua[ifrcationsth'at&not include the required information will bedeemednon-reSponSiveandwillnotbeconsidered. II Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter and Tab{e of Contents. The cover letter must indicate Proposer and Proposer Primary Co ntact fo r th e p u rposes.of$i..ro I i.itrtb.n==.,, 1.2 Response Certification, Qu'estiohhaiidt Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed ,,::j 1.3 Minimum$alifications Requirements. Submit verifiable information documenting compliance with the minimum qualfuation5rcquirements established in Appendix C, Minimum Requirements and Specifications. { Experience & Qualifications 2.1 Qualificiffis of,,, oposing Contractor. Submit detailed information regarding the contractor's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. This experience should include at least three (3) years with government agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. 2.2 Qualifications of Proposer Team. Submit detailed and verifiable information regarding the Prolect Manager which demonstrates at least three (3) years' experience acting in said capacity, RFA 20r4 3 r6JR tl 17 Ai{A,\4lmr.qe $d 2.3 Qualifications of Proposer's Employees/Sub-Contractor. Submit verifiable evidence, which shall include resumes, copies of licenses and certifications, for the Proposer's employees/sub-contractor under the Areas of Specialization/Build ing Trades. 1, Provide an organizational chart of all personnel and sub-contractors to be used on this project, their qualifications, and their relationship to the proposer. A resume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project. 2. Respondent must provide documentation which demonstrates their ability to satisfy all of the minimum q ualifications requirements. 3. The Contractor and Sub-Contractor shall be licensed by the State of Florida Department of Professional Regulation to provide the services required under this RFQ, ii== 2.4 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier 0ualification Report (SOR) directly to the Procurement Contact named hereiry,, No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet Tffist of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: Proposals are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each proposer review the information contained in'its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet ai8A0.424-2495. Approach and Methodology Submit detailed information.oh.hU Sl'oposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, prolect timeline, phasing optiotlsr.l tingr risk mitigation options for assuring project is implemented on time and within ..fo", Note: After proposa! submittal, the'City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited., annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Rr-o 20 r4-3 r6jR 12 18 sEcTloN 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Quallfications in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee, The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager, The results of Step 1 & Step 2 Evaluations will be fonrarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation, The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria establishedrbelow to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement ofQualifications in accordance with the qualifications criteria established below for Step 1, Qualita{ive Criteria. ln doing so, the Evaluation Committee may: W. review and score all Statement of Qualifications received, with or without conducting interview sessions; or . review all Statement of Qualifications rW.Ei,Vpd and short-list one or more Proposer to be further considered during subsequent interview SQSsio[{q. qging the same criteria). o Qualifications of Proposer and Key Personnel & fiinancial Capability r Understanding of theFrojecUProject Approach _l. Prior Work History as a Team o Willingness to meet time 5nd budget requirements as demonstrated by past performance . Certified disadvantag6,business enterprise (DBE) . Recent, current, and projected workload of the Firm r;Hhe V, me of work previously awarded to each Firm by the City 100 Maximum Total for all Factors ie 3. Step 2 Etaluations, Following the results of Step 'l Evaluation of qualitative criteria, the Proposer may receive additidn*qUantitative criteria points to be added by the Procurement Department to those points earned in Step 1;'as follows. Miami Beach-Based Vendor Preference Veterans Preference RFa 20r4-3r6-lR l3 19 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Step 1 Points 82 76 80 Step 2 Points 22 15 12 Total 104 91 92 Rank 1 3 :llit =,11Comfiitt€e :Member 2 Step 1 Points 79 85 72 Step 2 Points 22 15 t)ll,,a Total 101 100 84rri RAEK 1 2 3 iilil I , i, Cor*r*ittee r,' M6mber 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Total 102 89 78 Rant( l z 3 * Final Ranking is presented to the iity MflUger for further due diligence and recommendation to the City Commission;==Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commissioni-which may be different than final ranking results. .,!t Rr-Q 20 r4-3 r6JR 14 20 APPENDIX A &A$Affi$ ffiffi&ilN Respo nse Certifibp tio n, j*r= auestionnoire & Req u ire m enfs Affid ovit I ::::::::::Uti rir=:::.-,,: R'FQ 2014-31 6-JR Generol Building Controctor Rehobilitotion'- Services PROCU REMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 RFQ 20t4 3 t6JR t5 21 Solicitation No: RFO 2014-316-JR Solicitation Title: General Buildinq Contractor Rehabilitation Services Procurement Contact: Joe V. Rodriquez, CPPB, FCCM Tel: 305.673.7000 x 6263 Email: ioerodriquez@miamibeachfl.qov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQU]REMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a ReQUlngD FORM that must be submitted fully completed and executed. -....... 1. General Proposer lnformation, : = FIRM NAME:No of Employees No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPEMTED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): STATE:,'*=,,q11,..-.1#i I uili,, TELEPHONE NO,: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS:t, CITY: STATE:ZIP CODE: ACCOUNII..PEP TEIEFH6F}E NO. : \i,i,:ijtil ACCQ]NT REP TOLL FREE.NO,: .,' ': ,li.l= Eriri ACCOUfift.REPTMATL: FEDERAL TAFIDENTIFIGATION 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. Miami Beach RFQ 2014-316-JR AppendixA-Pagel Rr-Q 20 r4-3 r6JR t6 22 Miami Beach Based (Local)Vendor. ls proposer claiming Miami Beach based firm status?f--l ves [--l r,ro SUBMITTAL REQUIREMENT: Proposals claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, to demonstrate that the Proposer is a Miami Beach Based Vendor. business status? NO veteran ownedVeteran Owned Business. ls proposer claiming a l__-l ves SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748, .,,,, Conflict Of lnterest. All Proposals must disclose, in their Statement of Qualifications, the name(s) of any otn"cer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns, either directly or indirectly, an interest of teh,{f 0'U.) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals 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. Proposals 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 Litigation History. Respondent shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. lf an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the appliCab_te case or file number, and the status or disposition for such reported action. lf no litigation or regulatory action has been filed dgainst your..$ (s), provide a statement to that effect. lf "No" litigation or regulatory action has been filed against your fiqmffiplease piovide a statement to that effect. Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful, misleading or false answers to this question shall result in the disqualification of the firm 5. for this project. SUBMITTAL REQUIREMENT: Prfme ReS@hdent shall submit history of litigation or regulatory action filed against respondent, or any respondent team member firm, in the past ten (10) years. lf Respondent has no litigation history or regulatory action in the past 10 years, submit a statement accordingly. References & Past Performance. ero[oser 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. s{ffi lri[i.q.l!i'*$sii]fl$.{ ;,, ::, SUBMlTTAU"fieOfiiR-fUfHr: 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. Suspensiott&barment of,Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had a contriffincelled due to non-p9rfollance by any public sqctor agency?., f--_l ves [--_l rrro= SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Statement of Qualiflcations, in the event of such non- 7 Miami Beach RFQ 2014-316-JR AppendixA-Page2 compliance. l7 23 B. 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 Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl . gov/procuremenU. Living Wage. Pursuant to Section 2-408 ofthe Miami Beach City Code, as same may be amended from time to time, Proposer shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living fiqge rates listed below:. Commencing with City fiscal year 2012-13 (October 1,2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CP|-U) Miami/Ft. La$ddidale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual indei shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it'i16te-r,,r;rihes it would not be fiscally sound to implement same (in a particular year). Proposals' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl .gov/procuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement, I =10. Equal Benefits for Emplo.y*S with Sfiouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,00S whose conEabtors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami E 60h, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestie pbrtners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contra0tor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located inlhe United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the Cit@ Miami Beach. A, DodStuur company provide or offer 0 any benefits to employees with spouses or to spouses of employees?YES [__--] ruo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic pa(ners* or to domestic partners of employees? l___] yrs l---l r,ro C. Please check all benefits that apply to your answers above and list in the "othed' section any additional benefits not already specified, Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance, Miami Beach RFQ 2014-316-JR AppendixA-Page3 access to RFA 20r4-3r6JR t8 24 11 lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance" To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonablgl Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee, Approval is not guaranteed and the City Manage/s decision is finat. F.urther information on the Equal Benefits requirement is available at www.miamibeachfl.qov/procuremenU B i Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time ttjr , itates that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity Crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Statement of Qualifications, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal rs r,.q uired. By virtue ot execOiing 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. \'+ Acknowledgement of Addendum. After issuance of solicita$on, thdtil/ina$'ielease one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this soliCitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. BENEFIT Firm Provides for Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Familv Medical Leave Bereavement Leave lnitial to Conflrm Re.eiol lnitiatto Confirm Receinl lnitial to 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 ilddendum 5 Addendum 10 Addendum 15 l:#O ,.., confirmation of addendum is required, submit under separate cover. 12. Miami Beach RFQ 2014-316-JR AppendixA-Page4 Rr-ci 20 r4 3 t6JR t9 25 The solicitatiort referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which deviates from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further" -details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications andJ[ig applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and emplOiees, as requested by the City in its discretion. $L The information contained herein is provided solely for the convenience of prospective Proposals. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications wrth City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect t$lliJs,,solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who redponds hpfeto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and DiscQimer, and agrees to be bound by the terms hereof. Any Statement of Qualifications submitted to the City pursuant to this solicithlion are submitted at the sole risk and responsibility of the party This solicitation is made subject to conection of errors, omissionS;'or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, 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-the-Sunshine Law, and all Statement of Qualifications and supporting documents shallbe subjec!!odisdosure as required by iuch law. Allstatementof Qualifications shallbe submitted in sealed proposalform and shall...,",qmain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the respon$ At that time, alldocuments received by the City shall become public records. eroposffie expected to m-it e all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualificafions, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to $$hg$ntiatebr supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any anif-'hlti rmation sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statementof ftalifications is true, accurate and complete, to the bestof its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 20 Miami Beach RFO 2014-316-JR AppendixA-Page5 26 I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement, Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative:rite of Proposer$Hthorized Representative: -tiiri' ':tli' .,.:::::: )6 Signature of Proposer's Auhorized Representative:Date: -=::::::= ,iS,,:.''"' "= ...!i1!: State of On this _day of _, 20_, personally appeared before me who Countyof _) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: Miami Beach RFQ 2014-316-JR AppendixA-Page6 RFA 2014 316JR 21 27 APPENDIX B ffi$&Mtffim&cN. Sk '..:aaaaaaaa:4 .,:a,a::a:;1 t'No Bid" For'm 1i, r!ii.i=,.::.:::::i RFQ Generol Building ,. 201 rl-31 6-J R Controctor Reh o bilitotion l^)ervrces PROCU REMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch. Florido 33,l39 Rr-Q 20 r4 3 t6lR 28 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHEGKED AND/OR IND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this producVservice _OTHER. (Please specify) N$#',.::s :=:. ,::::::i::A = tt::;iit? We do - do not - want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCU REMENT DEPARTMENT ATTN: JOE V. RODRIGUEZ, CPPB, FCCM STATEMENTS OF QUALI FICATIONS #201 4.31 6.JR 1700 Convention Center Drive MIAMI BEACH, FL 33139 Miami Beach RFQ 2014-316-JR AppendixB-Pagel Rr-Q 20 r4-3 t6JR 29 APPENDIX C $,-&$Affilmffi&ffiht Minimum Requir-€menti & Specificoti@fls RFQ 2014-31 6-JR Generol Buildlng Controctor Rehobilitotion ...:' "t:.!/ti:il1l -.+''L*,.,.,,,,,,,!srvices JY PROCUREMENT DEPARTMENI 1700 Convention Center Drive Miomi Beoch, Florido 33,l39 Rr-Q 20 r4-3 r6-lR 24 30 The City of Miami Beach is soliciting qualifications from certified General and Building Contractors (GC) in good standing in the local community that possess strong references, experience, equipment, and manpower, for City consideration for placement on the Miami Beach's "Pre-Qualified General Trade Contractor's List". The City will create a list of General Trade Contractors who are qualified and can be contracted directly by assisted homeowners to complete repairs and rehabilitation work at funded residential properties. Those Contractors placed on the List of General Trades Contractors will be eligible to quote on residential propertv rehabilitation work identified by the Office of Housing and Community Seruices,,==..== The City currently receives funds from various grants funding agencies to admini#iite rehab programs, such as "State Housing lnitiative Partnership" (SHIP), under specific program guidelines. The Office of Housing and Community Services identifies eligible properties within Miadi Beaeh for construction rehab/repair work. Contractor may submit the required documentation listed herein for consideration to be placed on one of the City's Pre-Qualified General Contractor's Lists for this rehab work. .*, , This solicitation alonq with RFP 2014-325-JR "General Buildinq Contractor Rehabilitation Services Consultant" will be providinq rehabilitation services to the selected homeowners through the SHIP program. therefore the Contractor participatinq in the RFQ process to be placed in the pool of "Pre. Qualified General Trade Contractor's List" will not be able to participate in the RFP process to serve as a Proiect Manaqer/Consultant. C1. MINIMUM REeUIREMENTS: o=.,.=_,.,:1,,?..,,,?.:u,,,,,,. ._ All bidders must hold and submit with their respori_se (6nd m-aintaiqthroughout the duration of the contract) a current valid Certificate of General Building Contraotjng issuffiY; a. The State of Florida Construction lndustry Lihensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes; or ::1r:l b. The Miami-Dade{ounty Cgnstruction Trades Qualifying Board, pursuant to the provisions of Section 10-3(a)aitne Cod.e=bJ amoade County. Holders of County Certificates of Competency must also hold Certificafes of Regisfration issued by the State of Florida Construction lndustry Licensing Board, pursuant tolhe provisions of Section 489.115 or 489.117 Florida Statutes, Pr-o-gJ'6f holding such Certificate shall be submitted with this the bidder's response. Failure to$rit su-h priof shall result in rejection of the response to this Bid. " ders must have been-h business for a minimum of three (3) years and must submit with their res$0n.s-e, or ryithin five (5) calendar days upon receipt of a request from the Procurement Office, a minimtEhlfffree (3) references of private or public sector clients (including, without limitation, governfi-ntal organizations) for which the bidder is currently furnishing, or has furnished, similar type, siZe and complexity of work as specified herein. RrQ 2U t4-3 IOJR a(LJ 31 The work required under this contract is skilled work in, but not limited to, the following areas, I rrigation/Sprin kler System Locksmith Mechanical PaintingAffaterproofing Plumbing Pump Repairs Roofing lTile *$' Water lntruslofi:] C2. GENERAL CONTRACTORS "'UF' SCOPE OF SERVICES/WORK REQUIREMENTS: a, The City's SHIP Coordinator will provide SHIP-assisted homeowners with a list of eligible Contractors, as selected through this RFQ, who have been screened and deemed eligible to perform the work typically funded by SHIP. The homeowners will then contact a minimum of three parties appearing on the List of General Contractors to obtain a bid for the scope of work to be performed with SHIP funds. The scope of work will typically not exceed $15,000 per property, b. Quote Forms will indicate the rehab address, {ue date, and time the priced quote is to be returned. All Contractor "priced" quotes must be reiQivet'in an sealed envelope at the Office of Housing and f. Community Services, 1700 Convention CHnterDrive, Miami Beach, FL 33139, on or before the due date and time. Late arriving quotes shaltnot be accepted, Contractor awarded threer (3) concurrent rehab projects under this program, may not be eligible to secure additional a.glArds until at least one (t) of the three (3) projects are completed. The City reserves the right$ waive tEiis provision to the procedure as may be in the best interest in the City. This wiil be monitored by SELP=.1Go=9;fflor City will evaluate the submitted quotes to determine the lowest responsive / responsible quote for award, Any variance from the low bidde/s quote must not prejudice the other submitted quotations and such'acceptable variations as homeowner may require, must be approved by the SHIP Coordinatoi.with the assistance of the Project Manager/Consultant. The City reserves the right to accept or reject any or all quotes, or any part of any quote, to waive any informalities, to award plolect as a whole or separate independent elements and to award in the best interest of the City. The quote process will culminate with a contract between the PROPERTY OWNER and the Awarded Contractor. A pre-construction meeting may be held for the purpose of reaching ffiPropertyOwner,ContractorandSHlPCoordinator,iegardingthespecifii detail of work, establishment of work commencement, work hours, and for signing necessary documentation. The SHIP Coordinator will issue the Notice to Proceed. Bidder shall be deemed to represent that it has, or will have upon the award of the Contract, all necessary personnel required to perform all services and/or Work arising from the award of the contract. Personnel assigned to perform services must hold licenses, as required in this solicitation, All the Air Conditioning/HVAC Asphalt Sealing (excluding Roadway Pavements) Audio Visual Awning/Shutters CarpentryMoodwork Carpeting Electrical Flooring GeneralBuilding (GC) Glass/Glazing k. t. m. n. 0. p. q, r. S. d. e. 26KrQ 2U r4 3 rO-JR 32 g. h, services and/or Work required herein shall be performed by the successful bidder, and all personnel engaged in performing the services shall be fully qualified to perform such services. All personnel of the successful bidder must be covered by Workmen's Compensation, unemployment compensation and liability insurance, a copy of which is to be provided to the City. Bidder shall be deemed to represent that it has, or will have upon the award of the contract, all necessary qualified personnel required to perform all services arising from the award of the Contract. Labor, Supervision, Materials and Equipment shall be furnished by the Contractor at his/her expense, all labor, supervision, equipment, materials, supplies, paper products, and other equipment necessary for satisfactory completion of all the services as specified in the Scope. Rehabilitation of properties will not exceed the City's and/or Grantor's current dollar threshold for repair/rehabilitation under the SHIP program. The City reserves the right to increase or decrease the threshold amount at a future time. Quotes that exceed the established threshold may need to be re-quoted with a reduced scope of work. u, , At no time during the contract period will the GC devntd$pm thesope of work assigned during the award process. Contractor must not perform additio#al.wfl for the Property Owner unless authorized in writing by the SHIP Coordinator. Any addition'5furk asked to be performed by the Property Owner must be reported to SHIP Coordinator, as this may invalidate the contract. Contractor will correspond in a timely manner with the SHIP Coordinator regarding periodic project update requests, payment requests, and items-that may need to be resolved with the Property OWner. ,=:,r1, Payment requests shall be submitted to the Office of Housing and Community Services, according to the following payment schedule: 40% when permits issued, 40% when the actual project construction is 50% underway and20o/o retention atfinalapproved inspection along with all release of liens. Exceptions may he made for payment of backordered materials provided that sufficient documentation is-$vided* the event all work is not completed in the stipulated time plus any approved extenS'@;=the 2$o/u retention will still apply until all work is completed and satisfactory final inspection received. For a period of one (1) year, except as provided below, from the date of Completion, the Contractor guarantees that the Work conforms to the Contract requirements and is free of any patent and/or latent defect of the material workmanship. Exceptions to the above one (1) year warranty: 'rii Where the manufacturer of material provides a warrant in excess of one (1) year the Contractor shall provide the homeowner with the Manufacturer's warranty. Contractor shall be obligated to provide to the homeowner copies of all Manufacturer's warranties and guarantees. Where the City specifies in a Request for Quotes, a warranty greater than one (1) year shall apply. Such warranty will only be for the specific Request for Quotes, The warranty hereunder shall be in addition to whatever rights the homeowner may have under the law. The Contracto/s obligation under this warranty shall be at its own cost and expense, to promptly to repair or replace (including cost of removal and installation), that item (or part or component thereof) which proves defective or fails to comply with the Contract. Within the t. RFQ 20r4-3 r6-lR 27 33 m, warranty period such that it complies with the Contract. ln case the Contractor shall fail to repair or replace defective work in accordance with the terms of this warranty or if immediate repair or replacement of defective work is necessary, the homeowner shall have the right to cause such repairs or replacement to be at the expense of the Contractor, The warranty covering any defective Work shall be reinstated for a period of one (1) year effective as of the date when the defect is remedied. lf the defect is found to have a significant effect on any other part, component or item, the reinstatement of the wa.tr=q.$y shall then be extended to cover the part, component, or interrelated parts and items to ensuie they function properly. The warranty reinstatement provided for in this Paragraph shall apply only to the first replacement or repair on any such item, part and component, and in the case of failure which has a significant effect on another part, component or item, to the first ext6ii.Ei n of the said warranty to such effect items, parts and components :.: =,N All guarantees and warranties under this Contract are fully enforrcable by the homeowner acting in its own name. Property Owner complaints against Contractor, received by City any time after issuance of the Notice to Proceed, shall be reviewed by City or designee as having reasonable merit. lf City deems the complaint has merit, the City or designee, will issue a Correction Notice to Contractor regarding the problem area(s) to be addressed. Contractor shall be required to begin correction as expeditiously as reasonable however, tftg,,,,,,q9rrective action to remedy, must commence within (5) calendar days or sooner from issuance offiificalion. _ Payment will not be authorized until Contracto.r sp=64-dd to the compliant and it is approved by SHIP Coordinator to have been satisfied. A Contractor Performance Evaluation will be.conducted by the SHIP Coordinator with the assistance of the Project Manager upon compldlion of each project. Based on documented validity, the City reserves the right to remove any Contractor from the Pre-Qualified List for project delay, d ef i ci e n t wo rkm a nsh ip, o r u-nrrofgss io n a I co n d u ct. n. Rto 2u l4-3 to:JR 2B 34 APPENDIX D ffit,qffi$wffi&cM* Speciol Condit=lons .,,,.--.. FQ 2014:.,31 6'JR Generol Build@g Controctor Rehobilitotion'! *r ' ,.$6rvices ru.1111,,16., PROCUREMENT DEPARTMENT,l700 Convention Center Drive Miomi Beoch, Florido 33139 RFA 2014-3 r 6-JR 29 35 1. TERM OF CONTRAGT. The term of the contract shall be for THREE (3) years 2. OPTIONS TO RENEW. Two (2) one (1) year options to renew upon written mutual agreement. 3. PRICES. All prices shall be negotiated with the selected PROPOSER(s). 4 EXAMINATION OF FACILITIES. lntentionally omitted, 5. INDEMNIFICATION. lntentionally omitted. r.. 6. PERFORMANCE BOND. lntentionally omitted. 7. REQUIRED CERTIFICATIONS. lntentionally omitted. ': l,= 8. SHtpptNG TERMS. lntentionally omitted. ==.t' 9. DELIVERY REQUIREMENTS. lntentionally omitted. -. ===, 10.WARRANTYREQUlREMENTS,lntentionallyomitted. 11. BAcKGRouND cHEcKS. tntentionaily omitted. ' liii$i= rt: i Miami Beach RFQ 2014-237-YG AppendixD-Pagel RrQ 20 t4-3 tOJR 30 36 APPENDIX E I nsuro nce Bequirements -B,li I:n','.,,,,,..... i1 :. RfQ Generol Build;flg, il 2014131 6-J R Q..o ntro ctor R e h o bilitotio n Services PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.l39 Rr-Q 20 r4-3 r6JR 3l 37 &At&tue$wffi&il$-$ INSURANCE REQUIREMENTS INSURANCE The vendor shallfurnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive,3rd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required-by Florida B. Commercial General Liability lnsurance on a comprehensive basis, to incldde Contractual Liability, and Products/Completed Operations, in an amount not less than $,,,1 00,000 combined single limit per occurrence for bodily injury and property damage. Cit, of Miami Beach must be included as an additional insured with respect to this coverage. ;, C. Automobile Liability lnsurance covering all owned, non-owned"bnd hired vehicles used in connection with the work, in an amount not less than $ffi00,000 combined single limit per occurrence for bodily injury and property damage. & lnsurance required above must include a Waiver of Subrogation in favrirof the City. All insurance policies required above shall be issued by companies authorized to do busims under the laws of the State of Florida, with the following qualifications: : '' The company must be rated no less than "8" as to management, and no less than "Class V" as to financial strength, by the latest'edition of Best's lnsurance Guide, published by A.M, Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. The company mus-[,fi6ida*tio Florida ;:n;rr* of Authority as shown in the tatest "List of All lnsurancq$paniButhorized or Approved to Do Business in Florida" issued by the State of Ftorida Deparknent of lnsurance and are members of the Florida GuarantyFund '4ii., Certificates will indicate no modifida$an'or change in insurance shall be made without thirty (30) days in advance notice to the certificate hold i. iil =CERfF]CATE HOLDER=M UST READ : CITY OF MIAMI BEACH 17O() CONVENTION CENTER DRIVE 3ra FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Statute 440.,l,l, ni The City of Miami Beach is self-insured. Any and a!! claim payments made from self.insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any Miami Beach RFQ 2014-316-JR AppendixE-Pagel other applicable Statutes. 38 REQUEST FOR PROPOSALS (RFP) FOR PROGRAM MANAGEMENT SERVICES RELATING TO GENERAT BUITDING CONTRACTOR REHABITITATION SERVICES PROGRAM RFP No. 2O[4-325-JR . RFP rssUANcE DArHi.h,r.{Y-.! $$4914 'j=:l:::::::: PROPOSALS DUE: AUG I-$:TJ]), 2014 @ 3:00 PM ISSUED BYE; = MIAMIBHACH Joe V. Rodriguez, QPPB, FCCrvl, Procuremenl Coordinotor PROCU REMENT DEPARTMENT 17OO Convention Center Drive, Miomi Beoch, FL 33,l39 305.673.7000 x 6263 | Fox: 786.39 4.549 4 | Loerodriguez@miomibeochfl.gov www.miomibeochfl.gov 39 \AtA Aitp.tArL""lJ Y llr'1/ v \l tjLfa\-l I TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NoT uTtLtzED ......... .......... N/A"""""1""""""""::':"'1" 0200 '' tNSTRUCTToNS To pRoposERS & crNEnar- colroitioNS"...1:...'...........'].:l:":...:.:.3 o3oo pRoposAl suBMlrrAL tNsi*EeTloN$ c,,F6nnrAr.;,;.,.".....,...... .......... 1o APPEND!CES:PAGE APPENDIX A:,r PROP-O=SAL OERTIFICATON, QUESTIONNAIRE ANDAFFIDAVITS ....,...14 APPENDIX B NNO APPENDIX F r.'l 'ir ilri N+ . . ...: ::::::: I I I RFP 2014 325:lR 40 sEcTloN 0200 ,\1lAt-{}silAil$i INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ,tedeti3. SO EICITATION f M ETAB LE. The tehlatiye, schedH Si4fiGitation is.e6' follows : riiiffi.fr,frllL$#kfl:L Pre-Prof'ffiff!-.M. 9 Tugsday, Augusl,S#f4 @,1 0 AM Deadline for Receipt of QueStiohs :Tuesday, August 12,'2014'@ f10 PM Responses Due Wednesday, August'!,.Q,120J4 ( :2:00 PM E$bluation Committee::Rdview TBD P ro p-0., i'E r P re seEtatloh's' "=TBD Tentative Comm ission Appioval Authoriziry$ NegotiatlonS iT8D Contract Negotiations Following Commission Approval RFP 20r4325JR 41 Ml,i\,\Al milACl-.1 4. 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@miamibeachfl.qov;or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3, All responses to questions/clarifications will be seL!.!9..all Rrgglgctive Proposers in the form oJ an addendum, Procurement Contact: Joe V. Rodriguez, CPPB, FCCM Telephone: 3 0 5 - 6 (*-3_;7 00 0 xO 2 63 ,S:,JJi: , ':: r,rj"iil:l ij ii.i',. irl,::i<.rE,,;i; Email: joerodriguez@miamibeachfl .gov 5. PRE-PROPOSAL MEETIN9OR SITE VISIT(S). Oni, if deemed necessary by the City, a pre-proposal meeting or A Pre-PROPOSAE conferenc@ill be held as scheduled in Solicitation Timeline abovd'a-lt!1Q followiag address: Proposeis are not btnding on the Ci$ .0ral illit i,i1tl itltk inctuding any information received at pre- q sponS-eE questions received by prospective submittal meeting oa' visit(s). OnlyTi Sirr[ii n addenda.will be binding and may supersede , i:il il*;Tiiii;. conrerence Room' r::::: , il[,00 Conve*tion CddtGi Drive,":: ' ], . r,,,, = illl iBeach,FloridAfi3139*;;i,o: ..,...:_; 1- . Atten ind fiF+'erson or via te-]€a,hone) is courd$HHl an$ilWd$mmended as a source of informat[.dffiut ris not mandatory. : F..,roposers interestF theSe steps;#,;lh-&:rticfeatin$ iil th Pr#PropUsal.,$= rion Meetino via teleRhoptfbllow ( 1 ), S-iql,tire TELE P H 0 N E N U M B ER: t -"888-270i"...!36 (Tol t.free (2)Eiiielthe M-EETING NUMBERa 11ii2644 l - l 7. CONE OF SILENCE, Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonruarded to the City Commissffiy the.Q, .Mana$er are under the "Cone of Silence." The Cone of Silencq,;,1,.,r:, '61niUnnr* Eli available at http://librarv.municode.c indeX.a,$p*?qliqr]tlQ* 92&*f.aEtD=9&shtename=Elgfida Ani communication or inquiry in reference to this solicitation with any Ciiy employee or City official is strictly prohibited with the of exception communications with the Procurem*nt Directop hishe@ministralive staff'=ie'sponsible for administering the procurement process for this solicitatioh providin$ said communication is limited to matters of process or procedure regarding the solicitation. Communications regaiding'thr-Slolicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. ,,;:: Propo$is Who are interested in particip--elingviatef$.jpfune should send an''e-mail to the contact person tisted in this RFP expressing their intent to participatgvia telephone. 'ffist RFP 20 r4-325-lR 42 MIA,\1ISilAEH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http ://web. miamibeachfl.oov/procuremenUscroll.aspx?id=2351 0 . CONE 0F SILENCE.. . CITY CODE SECTION 2486 o PROTEST PROCEDURES CITY CODE SECTION 2-371. DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2485.3 . cAMpAtcN coNTRIBUTtoNS By vENDoRS.............:.:........,.......,., ctry CoDE sEcTtoN 2-487 i' : : . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT. BENEFITS FOR DOMESTIGflRTNERS,",,..;.,:iL.*..;.:.................,.-.," = ' .'.,, '. I=,, ,i .'.'=' .L|VlNGWAGEREQUlREMENT....'',..',....,...,'..,'::.'.... LOCAL PREFERENOH FOR MIAMI BEACH.BASED VENDORS....,... o pREFERENCE@ rrcnrpA SntRttrg=UsrNessEs owNED AND CONTROT l,rED BYVEIERANS ANDI.,tg,6TATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES 0filMiGODE SECTION 24881,,,, i ii"; 'l ,,,,n,, c[frYIeoDH l.. N r.6?s=: ctry coDE sEcnoNs 2+ff THRotJG-tf,2i410 ctTY coDE sEctfo$I?"$a=: ' o FALSE CtAtMS ORDINANCE..... ACCEPTANCE OF GF[S, FAV.ORS & $ERVICES;,., 11. MIAMI B 12. VETERAN B Pursuant to City of'Mibmi Beach Ordinance No. 201 1-3747 , fl,,4,.11-snonsibleMiamiBeach-baseonronl.,l,,1e,,rr Pursuant to of Miami Beach dailirn& No. zol t- CITY CITY CITY SECTION 2-374 isECTt0N 70-300 I SECTION 2449 lif Ttt$lipity reserves deadline for $ubmittal of proposals ahdr;wiil,rfi:ake a f,f0rt to giVe'at least three noticeof any,Suclr #l#lllerospe e ProPosffi h Pabli$urchase, 10. PROTESTS Protests the specifications, requirementa,"andior terms; or protests after thb proposal le Section 2-371, which establishes procedures;for protested proposals anddue date, in acbordance with City'.Co!.e Section 2-.371, which estqblishes iYfor protested pid&salS=.and proposed awards. Protests not 371 shall be barred, "' lL ,i:i' .;::tl r the.right te postpone the (3) caleffir days,written 3748, the City shall give a five (5) point preference to a respbnsive and responsible Proposer which is a small business concern owned and controlled pV a veteran(s) or which is'a servicidisabled veteran business enterprise. ,,. 13. DETERMINATION OF'AWARD. The fihal rankia=9,'@1t$iiCf Step 1 & 2.outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to ifre City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposats, The City Manager's recommendation need not be consistent with the scoring results identified herein anO'takls into consiOeiation Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capad d ski@f the Froposer,,to perform the contract (2) Whether the Propos€r can pqrform the contra@ithln,lhd time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (a) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the Rr-P 20 r4-3251R 43 MIAMIM$AC$-{ contract. The City Commission shall consider the City Manager's recommendation and may apBrove such recommendation, The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Upon approval of selection by the City Commission, negotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptable Agreement. 14. ACCEPTANCE OR REJECTION.QE PROPOSAL-S. The Ci$ rdd$*es the right to reject any or all proposals prior to award, Reasonable effoqts will be,madH to'eithei aWe?d the Contract or reject all proposals within one- hundred twenty (120) calendar,: ys afte-proposals opening date. A Proposei mal nlt withdraw its proposals unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening. ::::: 15. PROPOSER'$, SPON€IBILIJY. Before submitting a Proposal, eacn Fropo d tlrall be solely responsible for making any and all*vestigations, evaluations, and examinations, as it deems necessaryft ascedHln all conditions and requiremelts@ctin$"thd fulfi[erformance of th..e;;gp,.ptract. lg*orance of such conditions aa quirements, and/or iril$i,!1,t6 m'atqe suihevalualionq,,,investigatiffi'and exanrri#tions, will not relieve the Pr,opcser from any obligation to comply with every detail and with all [i&isionr dnd requirements of the contract, inO *itt not be accepted as a basis for any subsequent claim whatsoever-foriany monetary consideration on the part of the Proposer. it' ;:'i' ,l 16. COSTS INCURRED BY PROPOSERS. Allexpensei invotveO witn ,r *yrlv.rk p.rf**d with, shall be the solb res and submission ef Froposals, or any work@rformed in connection':therewith, shall be the'Sffi responsibility (and shall be at the$lb coit and expense) of the Proposer, and shall not be reimbursed by the City. : 19. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertainlng to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposaibeing non-responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and foun! |o comply with'contpcj, speci cations,&e of damage or defecl and are propg,ll invoiced. lnvoices must be consistent with Purchase Order format. :::= .::'j:':::::':::::- . 'r: 21. PATENTS & ROYALTIES. fropOi-r gnatt inOemnifu and save haimless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented inventlon, process, or article manufactured or used in the pedormance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work, ' ' :j, *-' 17. RELATIONSHIP TO THE ClTy.tii is tne intent of the City, and Propose,r l,BieOy acknowledge and agree, that the successful Proposer is considered to be a[independent contractor, and that neither the Propoier, nor the Proposeds employees, agents, and/oi ciihtraetors, shall, under any circumstances, be considered emptoyees or agents of tne City. .::. ro 18. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 6Rr-P 2O r 4-325-JR 44 Where contractor is required'to.entei0r goon to City 0f Miaml BeaCh prop"efiy---,, to deliyei,materials or perform work or services as a result'df'hhy conhct resulting from this solicitation, the contlddtorrwil!,aGiume the full duty, obligation and expense of obfaining all necessary licenses, permits, and insurance, and assure all wor6 -complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or ts off cers, employees, contractors, and/or agents, "lffi$flr to comply with ipplicable laws, 23. SPEGECONDITIONS. A*y=and al!.;,$p.eci7l 0ondition"F-:ttrdt may -v,gy from these General Terms and Conditions shall have precedence. r.: "-"x z+. AiltllUiSemmlruartoru. The Proposer =Efu 1fili nffilili in co*ptiince with the non-discriryringtion dlrrr. contained in Section 202, Exgcutive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all pEisons without regard to race, color, religion, sex or natfonal origin. ,VlAiu\l $ilAC$-"{ 22. MANNER 0F PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by appticable laws, rules, and regulations. Proposer further certifies that it and its employees witl ke"ep all licenses, permits, registrations, authorizations, or certlfications required,,llapplicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer,to,Cofiply With this paragraph shall constitute a material breach of this contraet. goods andlor services as Oescribe si$dl record of performance for a reasonable period of time, and ion to ensure that they can satisfaebrily perform the serviees if awarded a contract under nns of this'soliCitation. D. The'terms'-eQuipment and orEanhti ,i ilHf$ilil1$,..1!ll, be c6nstrued to mean a fully,eQuipped and well established company in line with the beit Uusiness practices in the industry, and as determined by the City of Miami Beach.'.,. =.: 'r :, i E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award thatis in the best interest of the City. F. The City may require Proposer s to show proof tha.t ![qy have beefl desi$n'ated as authorized representatives of a manufacturer or supplier, whictr is the actual source of supply, ln these instances, the City may also require material information foT t|t. sourCe of supply regarding the quality, packaging, and characteristics of the 26. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenruise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City, 27. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. C. ProposerS'must be able to defi a h avd'S uf{i c ie n t- f i n a n c i a I c a p a c i ty j=ery:-i$rfr'6 25. DEMONSTRATION OF COMPETENCY. *i'ff ' i Bi'-p posals will only be con$ldd,Iffi'=f fi which aie regularlyj,} g}BbO in the business of providing the RFP 20 r4-325-lR 45 MiA&AtSrAil$-{ 28. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency, 29. V-QLUME OF WORK TO BE RE9EIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from st or other governmental contract, or on an as-needed basis 30. DISPUTES. ln the event of a conflict between the documentl thJ order of priority of the documents shall be as A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum'f5*d fof'thi$licitation, with the latest Addendum taking precedenffihen- ,:, D. The Proposer's proposal in response to the sotrcitation. 31. INDEMNIFICATIdN. The conlractor shall indemnify and hold harmless the City and its officers, employees, agents and ilrstturcntahties from any and alt liability, 'lorr.t or drrr.g.., inctuOing attorney's tees anJ 'costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its emptoyegs, agents, servants, partners, principals or subcontractors, The contractor'Ishall pay all claims and losses in conneetion therewith, and shall investigate and defend allclaims, suits or actions of any kind or nature in the name of the City, where applicable, including ippellate proCdEdings, and shall pay all costi, judgment d attorney's fees wliiich may beffirred thereon, Thd*ntractor expressly understands and agree.$ i!ftffiny ins=0'idnce protection required p,,y. ti1ig,Agreement or othenryise provided by the contractor shall in no way limit the responsibitity to indemnify, keep and save harmless and defend the City or its officers, employees, agents and initrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination o.f 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend conhact past the stated termination date for a period of up to 120 da$B in the event that a subsequent contract has not yet been awarded, Additional extensions past the 120 days may occur as needed by the City and as mutually igreed'upon by 33. FLORIDA PUBLIC RECORDS LAW. Proposers are"fiereny notified tf.lrt rii aid inctuOing, without limitation, any and all information and documentation submitted therewith, are exempt from public recoids requirements under Section 119.07(1), Ftorida Statutes, and s.24(a), Art, 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with 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 pubtic With aCCess to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenruise provided by law; (c) Ensure that public 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 Rr-P 2O r4 325JR 46 ,,"'v'1iA,\,\I Sf&thi must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 34. MODIFICATIONfl/VITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, br after expiration of fiA calendar days from the opening of Proposals without a contract award. ..lgtters of withdiawal received. r the Proposal due date and before said expiration date, and letters of wltn$J@idbelved qft4 contH awardfiifiot be con.lidered 35. ExcEPTIoNS To RFP. ptlU lil;uit i..r.r11 indicateeny.*aptiaiii"t*Uiffiid,trr. to any of the terms in tlr. RFPind o,,thre whatif any, altemative is being offered. All exceptions ind alternatives shall'be incluJed and clearly delineated, ih w 9, in the PropoSal. 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 Cily-., shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as I RFP). ,&ir,, ,'i -aa', so.lcceP- UE dr clrrs, ilvons. sE,,E:vrcg lffif5por.r,8 lt not o,ffsrany gratuities, riror#inythins of:: ul monetary value to any official, employee, or agent of'the City6[qr the purpose of influencing consideration of this Propo5al;,:,FUrsuant to Sec. 2-449 of the City-,,.,i00de= ,6fficel 6l the City shall accept €ny, $iif'hifavor or service thaimirqht reasonably te-nEmpioperl| tdlNldinCe nidi i{iffi oi rgli of his officiat duties; r'.i;= : ;?:-.1 ., ,;.::a| : jl ?liitti',. Eiiiti,,,-Ealance of ),li said term and/or condition was originally set forth on the RFP). Rr-P 2U t 4-3'257R 9 47 ,\,\lA,\{i srAil$-{ SECTION ()3OO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should pe clearly marked on the facelf the envelope 0r..c.0..,4,!4iner in which tlle pronosal is submitted;solicitation number, solicitation title, Proposer name, Proposer ieturn aOdiess. Proposals received electronically, eiiher through emailorfacsimile,arenotacceptablea!....il[beted. 2. LATE BIDS. Bid Proposals aie ib beifuiveO on or mfore figdue Oate estanfshed herein for the receipt of Bids. Any Bid received after the deadline estiilisfreO for receipt of proposals will be Considered late and not be accepted or will be returned to Proposer unopened. The City does not accept iesponsibility for any delays, natural or othenruise. ' , 3. PROPOSAL FORMAI. In oid'ei.to maintain comparability, facilitate the review processand assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be oiganirad and tabbed in accordance with the sections and manner specified below Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page refeiences. Elec!fuic copies should also be tabbed and contain a table of conients with page references, Proposals thri do not inCiude the required information will be deemed non- responsive$d will not be consideidd. Attach Appendix n fllly Ex & Qualifications Proposing Coniiactor. Submit detailed information regarding the contractor's history and2.1 Qualification5,. of relevant experience and proven t[ck record of provi{pg the scopd of services r"iritur"ur identified in this soliciiation, including experience in providing similar scope of qervic'es to public sector agenCies, This experience should include at least three (3) years with government agenCies.'" For each project that the pro[oser submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term ofengagement. 2.2 Qualifications of ProposerTeam. Submit detailed and verifiable information regardilg.the,Project Manager which 2.3 Qualifications of Piopose/s Employees/Sub-Contractor. Submit verifiable evidence, which shall include resumes, copies of licenses and certjflcations, for the Proposels employees/suh,-contractor under the Areas of Specialization/Building Trades. 1. Provide an organizational chart of alt''fi-rsonnel ariUiSub-Contractors to be used on this project, their qualifications, and their relationship to the proposer. A resume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project. 2. Respondent must provide documentation which demonstrates their ability to satisfy all of the minimum q ualifi cations requirements. RFP 20 r 4-325-lR t0 48 ,\,\lA,\r\i SLqt$-$ 3.The Contractor and Sub-Contractor shall be licensed by Regulation to provide the services required under this RFQ. State Florida Department of Professional Proposals are responsible for the3Gdyracy of the ihfirmation contained [n its SQR. lt is highly recommended that each proposer review the infoimation contained in its SQR for accuiacy priol to submittal to the City and as early as possible in the.solicitation pi C. For assigtanee with any portio_n of the SQR submittal process, contact Dun & Bradsticet at 800.424-2495..', lSfI Scope of Services Proposed Submit detailed informati0n ddreg$ihg how Proposer "will achieve _each portion of the scope of services and technical requirements outlined in Appendix C, Minimum Requirements and Specifications. Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation'eommittee to complete a fully review andSqoie the p&jtbsed scopelof services. Approach and Methodoloqv Submit detailed information on tiffiPi.oposer ptans to accomplish the i nformationt'-ii';'boo I icable. wh ii6. addresses. buttheed not be''li m ii scope of services, includlng detailed i nformation;:':ABrbpp I icable,, but',need not be'.Jimi implementation plan, proii$,timeline,--- --rr"- phasinO bptie testing and risk mitigation options for-assurinq proie-ct is dii time and within hudqet' i Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine:,qualifications (including, but not limited to, litigation history, regulatory action, or additional referencei); and findhcial capability (including, but not limited to, annual reviewdaudited financial statementn,r'ff ff/fl$ry eacn ot their lait hnro complete fiscal years) 49 r\"4lAt$i SUAilf-{ SECTION O4O() PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the to note that the Evaluation Committee will score the qualitative portions of the proposals only" The Evaluation Committee does not make an award reCommen@ion to thq City l\rlanager, The results of Step 1 & Step 2 Evaluations will be fonrvarded to the City Manager who will utili2e the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications Ciiieria eitabtished below for Qualifications of fqgpgser and Key Personnel & Financial Capability Understanding of $eiprojecvProl€,....=T,...'9!roach . Prior Work Historybs a Team Willingness to meet ti#6.,.? budget irements as demonstrated bv past performance i Certifi ed disadvan tage business enterpriie (DBE) 75 lilaximum Total for all Factors Recent, current, and proiqqted w The Volume of work earned in Step 1, as follows, Cost Proposal ffi.the Firm:. , . to- *acil FiiH*y the City ,. 3. Step 2 Evaluation. Following the results of Step 1 Evatuation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of ProCurement Management to those points Miami Beach-Based Vendor Preference Veterans Preference RFP 2014 325JR 12 50 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to eadFgaluatioh.cornmittee member's scores by the Procui6ment 0epartment. Step 1 and 2 scores will be converted to#ngs i Or:dance with the example below: .. L. sAtA,\\ *rAc$-"{ 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Obiective Formula for Cost Vendor Vendor Cost , Proposal Example Maximum Allowable Points (Points noted are for illustrative purposes only. Achral points are noted above.) Formula for Calculating Points (lowest cost / cost of proposal being evaluated X mginqm affoy4b|e points = arya1-d d polnts), Round to TotalPoints AwaI,..{,$$, Vendor A $100.00 20,.,${001$100X20=20 20 Vendor B $150.00 ,?0,5100 I $tsS X 20 = 'l 3 13 Vendor C $200.00 *8,,'$1001$20S,X20 = 10 10 Cor*mittee Mefiber 1 Step 1 Foints 82 76 80 Step 2, ii iri Points::72 :::#14 d 12 Totat 1A4.,91 92 Rank 1 3 2 Committee Member 2 Step 1 * Points 85 72-' Step 2 Points 22 15 12 Total 101 100 84 Rank 1 2 3 Committee Member 2 Step 1 Points 80 74 66 S-tep.2 Boihts 22 . !, tJ 12 fiotaf .r02 89 78 Rank I 2 3 * Final Ranking ispre..s.,q,r.,j#fr t0 th ,ffi;i$ MHHager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation untitsuch time as the City Manager has made his recommendation to the City Commission, which may be different than final r3 51 APPENDIX A M lA&$' *Wm&ffiNir Genero l B$il'diag' ContioCtor Rehd@totion Services Con*lto nt PROCU REMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33]39 RFP 20 r4 325-lR 14 52 Solicitation No: RFP 2014-325-JR Solicitation Title: General Buildinq Contractor Rehabilitation Services Consultant Procurement Contact: Joe V. Rodriquez, CPPB, FCCM Tel: 305-673-7000 x6263 Email: ioerodriq uez@miamibeachfl .qov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer lnformation. FIRM NAME:No of Employees No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CIW: STATE:ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: -;il STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP El\ilAlL: 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. Miami Beach RFP 2014-325-JR AppendixA-Pagel RFP 20 r 4-325-JR t5 53 4 Miami Beach Based (Loca!|!g1dor. ls Proposer clai{ning Miami Beach based firm status?f--l ves [---l r'ro SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, to demonstrate that the Proposer is a Miami Beach Based Vendor. Veteran Owned Business. ls Proposer claiming a veteran owned business status? [_--l ves l---l uo 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 Interest. 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,andchild)whoisalsoanemployeeoftheCityofMiamiBeach. Proposersmustalsodisclosethenameof 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 [--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 shallbe subjectto any and allsanctions, 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 Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 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 Miami Beach RFP 2014-325-JR AppendixA-Page2 Ethics, available at www.miamibeachfl .gov/procuremenU. t6 54 Living Wage, Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below:o Commencing with City fiscal year 2012-13 (October 1,2012), the hourly living rate will be $1 1"28/hr with health benefits, and $12.92/hr without beneflts. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CPl-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl . gov/procuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Conkactor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?[-_l ves f--l r,ro B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? l-_-l vrs [l r.ro c. Please check all benefits that apply to your answers above and list in the "othe/' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefil Health Sick Leave Familv Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefi ts requirement is available at www.miamibeachfl .gov/procuremenU. Public Entity Crimes, Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a t7 55 11 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com" However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. lnitial to Confirm Receiot lnitial to Confirm Receint lnitial to Confirm Receiot Addendum 1 Addendum 6 Addendum 1 1 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. Miami Beach RFP 2014-325-JR AppendixA-Page4 Rr-P 2O t4-325-lR t8 56 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or" in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the 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. fhe City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges allthe provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any 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-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed 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 sueh inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. Miami Beach RFP 2014-325-JR AppendixA-Page5 Rr-P 20 r4-325-jR t9 57 I hereby ceftify that. l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted, Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Certification, Questionnaire and Requi Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Proposefs Authorized Representative: Signature of Propose/s Authorized Representative:Date: State of FLORIDA ) ) On this _day of --, 20_, personally appeared before me who of County of _) stated that (s)he is the a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: Miami Beach RFP 2014-32s-JR AppendixA-Page6 RFP 2014-325-jR 20 58 APPENDIX B AA$AAA$Wffi&ffiM ..NG GffiM- P R OC UR.EMENI D EPARTMENT I 200 CohVenf:ion Cent€i:.Drive Miomi Beoch, Florido 33139 21 59 WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR tNDICATED BELOW: _ Workload does not allow us t. -lnsufficient time to respond to proposal - Specificalions unclear o-r too- restricffiH _, un3bJeltp. meel!, itiuati fts'= ,r,- , ;U'hane tdi meet service req uirements + $ill r::ll tatt;, future proposals ltle: Lesal Company *"fi$i Note Faif*p td respond, either by submitting a proposalgf- :this compi"teO form, may result in your company being removed from our vendois list. : PLEASE RETURN :tO: tli .,,,., , ,:.:::.L.. : PROCUREMENTDEPARTMENT -ATTN: Joe V. Rodriguez, CPPB;''FCGM PROPOSAL#2014.27s.JR 1700 Convention Center Drive MIAMI BEACH, FL 33139 Miami Beach RFP 2014-325-JR AppendixB-Page1 RFP 20 r4-325JR 22 60 APPENDIX C M , ,0:. =-' ilAM*ffiffi&ffiM ,, .I..P Q i{EMENT DEPARTMENT ,, 1f, C'Oi*Vdntion Center Drive f,ii '"' Miomi Beoch, Florido 33.l39 Rr-P 2U r4-325-JR IJ 61 The City of Miami Beach is accepting Statement of Qualifications from those qualified parties interested in providing the City with program management services relating to the general building contractor rehabilitation services program. The general building contractor rehabilitee program provides income-eligible households with a forgivable loan to make necessary and appropriate repairs to their primary residence, Recipients must live in the assisted home and agree to use the assisted home as their primary residence for a period of 15 years. Repairs may include those necessary to age in place, create energy efficiency or address code violations, among others. The required scope of services includes devetopment of work specifications, and conducting progress and final inspection ieports$.pre-selected homeowners by the Housing Department through the State Hoffig lniti live FartnershiffiH!fl]Jrogram." Pq-ojg.-!9 are not anticipated to exceedFifteenthcusand!'I,.ffiiu,.0'i00:00li,',,i,,],-,,.i+ : The Citydnedil$*bei6'fuhds from various grants funding ?bencld$iito.,ad-mini5trale rehab programs, such as "state Housing lnitiative Partnership" (SHIP), under specific pro,giim guidelines. The- OffiglQf HouSing'and.Community Services jQentifies eljlg le properties within'Mffii Beach for co.n$etrciii rehab/repair work. Contractor q1a$ilbubmit ffiquired documentaiion tisted herein for consideration to be placed on one of the Cit/s Pre-Qualified General Contractoi's Listi for this rsuant to 201 Serv homeownBts iou tfits surp Cl..MINIMUM REQUIREHIENTS: SCOPE OF SERVICE/WORK REQUIREMENTS: a. The City's SHIP Coordinator will send Proyect Notifications to the Project Manage/Consultant on All proposers must hold and strbmit with tn.i, response (and maintain througnout the duration of thecontract)acurrentvalidCertrficateofGeneralBuildingContractingissuedby; . a. The State of Florida Construction lndustry Licensing Board, pursuant to the provisionJ of Section 489.1 'l 5 of the Florida Statutes; or , ",'",.1b. The Miami-Dade County eonsinjction Trades Qualifying Board, pursuant to the provisions :::,.::= 'oi Section 10-3(a) Oi',ihti;1 .d.e='@lmirm#$s.,,tBunti."Holdeii of County Certif,rcates of Competency must also hold Certificates.qf Registration issued by the State of Florida Construction lndustry Licensing Board, pursuant to the provisions of Section 489.115 or 489.117 Florida Statutes. , , {i, ,,t Proof of holding such Certificate shall be submitted with this the bidde/s response. Failure to submit such proof shall result in rejection of the response to thia Bid. Rropolers m*=it frav effi business for a minimum oJ three (3) y.rrc inO must submit with their response, oi within five (5) [atend#Oays'upon ie_ceipt of a request from the Procurement Offlce,'rI'minimum of three (3)_referencesof piiiate or public sector clients (including, without limitation, govemmintatO izatiri'ni) for which the bidder is currently furnishing, or has furnished, similar type, size and complexity of work as specified herein. C2. PROJECT MANAGER/CONSULTANT "t6 Miami Beach RFP 2014-325-JR AppendixC-Pagel 24 62 behalf of the City. The Project Manage/Consultant will conduct a site inspection and draft the scope of work inclusive of pqects specifications that will form the basis for the bid documents that will be submitted to the List of General Contractors, Project Manager/Consultant's duties includes, but not limited to: . Make recommendations of work to be perfoimeO within the availabie'fundin$ limits;. Once work is decided, prepare writ+up to be used for bidding.. The selected Contractor wilt participate with staff in pr+bid walk-thru;o Evaluate witn stat the bids submitted by the General Coniractors (GC);. Do site visits during construCtion (1-3 times depending on work performed);. Assisi staff with problems/issues encountered during construction; .EvaIuateworkperformedagainstContractorspaymentrequest;and *rii,iffi du*e finiffi Ploject b- : ll,ri c. Miami Beach RFP 20'14-325-JR AppendixC-Page2 RFP 2O 14-325JR la 63 APPENDIX D I'.i t .orTtons &,&$&Nt WffiAcN* spdffil *,, flilil,. : 'rlij:Ei -,iffi[fl '',' ',.. FP ffiC 14=325'-Jfi;;iiriirrlr :+' i;,Generd Building Controctor Pah nr t-ririrqtign Services consu lto ntl\\-, I l\,lL-/!lll ',,1.4 . - ,'{'.* ' ..ri,'.,,, - P R O C U REIffi NFiDEFA RTM E NT IZ.OO Cor+.tentioh 6:6s1.r Drive-MiomiBeoch, Fforido 33,I 39 ,.;rl.iii iililiii' ' .' '. Rr-P 20 r4-325-JR 26 64 1. TERM OF CONTRACT. The term of the contract shall be for THREE (3) years 2. OPTIONS TO RENEW. Two (2) one (1) year options to renew upon written mutual agreement. 3. PRICES. All prices shall be negotiated with the selected PROPOSER(s), 4 EXAMINATION OF FACILITIES. lntentionally omitted 5. tNDEMNtFtcAJloN. fntentionailyomitt$ ,-- . .. i,#, 7. REQUIREtr+ERTIFICATIONS. I ntentionally omitted. Miami Beach RFP 2014-325-JR AppendixD-Pagel Rr-P 2O r4-325-lR a1Z/ 65 APPENDIX E s l G$\&l&$AImffi&ffN .,r r:ijill !:i*li\:]iL J R O.C..EI M E NI Dr P A RTM E NT i-^^ ^1700 ConVention Center Drive:::::::::: Miomi Beoch, Florido 33139 r::::::::. ;:ii1::i:tr"' RFP 20r4325-JR 2B 66 APPENDIX A PROPOSAL TENDER FORM Proposer affirms that the prices stated on the proposal price form below represents the entire cost of the items in full aseordancewith the requiremetrts of this RFP;,,inclugive of its rms, conditions, specifications a*d.other, iequldmeht5 Stated herein, and that no claim will be made on -aicoljht of any inOidase'in rlriagO Sffis, material prices, delivery delays, ta1gs,-illsUtande; co dexes or anybth..e,qgnless a cost escalation provision is allowed herein and has beeae=N=p, ed bythe'eig nager,in adva .llhe Bid Price Form (Section 5) shall be completed mechaniCatly,diffmanually, in ink;'Proposatr Tehd.ef.ftims (Section 5) completed in pencil shall be deemed non-responsive. All conections on the Proposai Tender Form (Section 5) shall be Miami Beach RFP 2014-325-JR AppendixE-Pagel 67 APPENDIX F I&,ffiI wffi-&ffiN, lhsurfl,ir -. -..: j . :: ;:t::::l:j4.1ti.t;tt -----.i..,..=' =?lRFP2}l 4.32ffiUR. Generol Building Controctor Rehobili lr',,rices ConsuIton=t ,&'"-il ,; , . -.=@- .ir,,,i ".. , , ,.,;-" quirements :.11!:.;:,"'-==,,,,,$ CIJR. ENT DEPARTMENT' I700 Convention Center Drive Miomi Beoch, Florido 33139 Rr-P 2U r4-325JR 30 68 ffi|,&&,&l mffi&ffiil-$ INSURANCE REQUIREMENTS INSURANCE The vendor shall furnish to the Procurement Department, City of Miami Beach, 1700 Convention Center Drive, 3'd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability lnsurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability lnsurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. lnsurance required above must include a Waiver of Subrogation in favor of the City. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifi cations: The company must be rated no less than "8" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's lnsurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. 0r The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of lnsurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 17OO CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 69 THIS PAGE INTENTIONALLY LEFT BLANK 70 Ensure All Modes Throuohout Supporting Data (Surveys, Environmental Scan, etc: As recently indicated in the 2014 City of Miami Beach Community Satisfaction Final Report, 28oh of lhe City of Miami Beach residents would be willing to use rapid transit to mainland. COMMISSION ITEM SUMMARY Condensed Title: Request ForApproval To lssue An lnvitation To Negotiate (lTN) NO. 2014-326-YG ForConcession Agreement ForThe Use Of Miami Beach Rights-Of-Way For Docking And Passenger Loading/Unloading By Public Waterbome Item Summarv/Recommendation : At the December 1 1,2013 City Commission meeting, the Commission accepted the recommendation of the Neighborhood/Community Affairs Committee (NCAC) directing the Administration to further explore public waterborne transportation services as an alternative form of transportation and gather more details regarding the service, such as possible pick-up and drop-off locations, hours of operation, etc., and to bring the item back to the NCAC for further discussion and refinement of the concept. At the April 30, 2014 meeting of the NCAC, City staff provided feedback regarding the feasibility of the locations proffered by the Marine Authority Board and recommended conducting public meetings in order to educate the community and obtain input regarding potential passenger ferry dock locations. The NCAC recommended that prior to conducting any public meetings staff conduct a survey of City employees to determine if public waterborne transportation services would provide a suitable alternative to commute to work. The Committee passed a motion directing the Administration to conduct a survey and gather data in order to properly evaluate the need for public waterborne transportation services as an alternative mode of public transportation in the City. Atthe July23,2O14 CityCommission meeting, the Commission rejected the recommendation of the NCAC directing the Administration to conduct a survey. lnstead, the Commission directed the Administration to prepare an lnvitation to Negotiate (lTN) seeking proposals from qualified firms interested in providing the City with water taxi services. Therefore, the Administration recommends that the City Commission approve the issuance of ITN No. 2014- 326-YG for concession agreement(s) for use of Miami Beach rights-of-way for docking and passenger loading/unloading by waterborne transportation operators. The minimum qualifications, scope of services and evaluation criteria to be included in the ITN are attached. Due to the time sensitivity of this issue, the Administration is recommending that the City Commission approve these most pertinent elements of the ITN prior to development of the lTN. Prior to issuance, a final draft of the ITN will be provided to the City Commission via LTC. lt is anticipated that the ITN draft can be completed by August 5,2014. RECOMMENDATION Approve the issuance of the ITN based on the attached minimum qualifications, scope of services and evaluation criteria. Advisorv Board Recommendation : Financial lnformation : Source of Funds: Amount Account 1 NA NA 2 OBPI Total Financial lmpact Summary: T:\AGENDA\2014 3O\Water Taxi ITN - Agenda ltem C9B oate-t:FTQ MIAMIBTACH 71 C MIAMIBEACH City of Miomi Beoch, I700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members Jimmy L. Morales, City Manager the City DATE: July 30, 2014 SUBJECT: REQUEST FOR APPROVAL TO AN TNVTTATTON TO NEGOTTATE (rTN) FOR CONCESSIONAGREEMENT F E USE OF MIAMI BEACH RIGHTS.OF.WAY FOR DOCKING AND PASSEN LOADING/UN LOADING BY PUBLIC WATERBORNE TRANSPORTATION OPERATORS. BACKGROUND A passenger ferry is a watercraft used to provide public transportation, usually, but not always in an urban environment. Service may be scheduled with multiple stops, operating in a similar manner to a bus, or on-demand to multiple locations, operating in a similar manner to a taxi. Aside from being a memorable experience to tourists, waterborne transportation services also have the ability to provide an alternative mode of transportation for residents who commute daily to and from Downtown Miami/Brickell area, and to connect various destinations in the City of Miami Beach and on the Mainland. The potential for waterborne transportation is being further studied in the City's Transportation Master Plan, which will review the City's transportation network, analyze existing conditions and make recommendations for the projected future conditions. However, the City's 2025 Comprehensive Plan already includes a multi-modal transportation system as a stated goal. The Miami-Dade County Metropolitan Planning Organization (MPO) conducted a study with updates as recent as 2007. The study, entitled "Development of a Service Plan for Waterborne Transportation Service in Miami-Dade County", supported the implementation of waterborne transportation for commuting on a regional basis and proposed to use a countywide network of waterways, including the Biscayne Bay. Unfortunately, this plan failed to advance when the Florida Fish and Wildlife Conservation Commission highlighted the various countywide restrictions and constraints related to the use of the waterways for transit purposes and its impact on the regional fauna. Further, the MPO study recognized that the navigable stretch between Downtown Miami and City of Miami Beach is one of the waterways with the least amount of challenges and thus recommended the use of this stretch as a potential pilot route. !t is important to note that the MPO study focused on waterborne transportation as an alternative for longer commutes, thereby requiring high speeds. PREVIOUS COMMITTEE AND COMMISSION ACTIONS ln January of 2012, the City's Marine Authority Board discussed public waterborne transportation services and passed a Resolution recommending that the City implement water transportation services within the City and connecting to the City of Miami. The recommendation included development of a pier or dock at the Lincoln Road street-end with potential for additional sites at Sth Street, 1Oth Street, 14th Street, and the Purdy Boat Ramp. TO: 72 lnvitation To Negotiate For Concession Agreement For The Use Of Miami Beach Rights-of-Way For Docking And Passenger Loading/Unloading By Public Waterborne Transportation Operators July 30, 2014 Page 2 of 3 At the December 11, 2013 City Commission meeting, the Commission accepted the recommendation of the Neighborhood/Community Affairs Committee (NCAC) directing the Administration to further explore public waterborne transportation services as an alternative form of transportation and gather more details regarding the service, such as possible pick-up and drop-off locations, hours of operation, etc., and to bring the item back to the NCAC for further discussion and refinement of the concept. At the April 30, 2014 meeting of the NCAC, City staff provided feedback regarding the feasibility of the locations proffered by the Marine Authority Board and recommended conducting public meetings in order to educate the community and obtain input regarding potential passenger ferry dock locations. The NCAC recommended that prior to conducting any public meetings staff conduct a survey of City employees to determine if public waterborne transportation services would provide a suitable alternative to commute to work. The Committee passed a motion directing the Administration to conduct a survey and gather data in order to properly evaluate the need for public waterborne transportation services as an alternative mode of public transportation in the City. At the July 23,2014 City Commission meeting, the Commission rejected the recommendation of the NCAC directing the Administration to conduct a survey. lnstead, the Commission directed the Administration to prepare an lnvitation to Negotiate (lTN) and to present it at its meeting on July 30, 2014 prior to issuance. ANALYSIS ln order to accomplish an effective transportation network, the Administration is considering waterborne transportation services as a potential alternative to surface transportation along the MacArthur Causeway. This thoroughfare currently operates at "F" level of service conditions (forced flow operation at low speed) during peak hours. The Administration believes waterborne transportation could provide an alternative to residents and tourists traveling between Downtown Miami and the City of Miami Beach. After close analysis of the appropriate method of solicitation for the public waterborne transportation services, the Administration felt that an lnvitation to Negotiate (lTN) would be more advantageous for the City than a Request for Proposals (RFP). As opposed to an RFP, an ITN allows the City to enter into dialogue with the various entities responding to the ITN and choose one or more proposers based on the negotiations. Given that company experience and stable operations are very important to the City, an ITN allows the Administration to vet the proposers based on an established set of standards and choose the suitable operation for the available locations. ln addition to the negotiation benefits, the issuance of an ITN may result in time savings. As part of the ITN document, the Administration is recommending to include minimum eligibility and operational requirements that correspond to the community's vision of the service. To qualify for the proposed lTN, proposers must have provided waterborne transportation services maintaining headways comparable to land transit for a minimum of one (1) year, and additionally meet Dun and Bradstreet Supplier Qualifier Report (SOR) Supplier Evaluation Risk (SER) rating of six (6) or less. As an incentive, the City will grant the successful proposer, the right, during the Term of the Concession Agreement, to manage and operate, at no cost to the City, docking facilities at locations to be recommended by the successful proposer and to exclusively perform loading and unloading of passengers from the public rights-of-way. Locations are to be approved at the City's sole discretion. All necessary infrastructures for the safe operation of the passenger ferry service, including, but not limited to, docking facilities shall be provided by the successful 73 lnvitation To Negotiate For Concession Agreement For The Use Of Miami Beach Rights-of-Way For Docking And Passenger Loading/Unloading By Public Waterborne Transportation Operators July 30, 2014 Page 3 of 3 proposer operating from the structure. The successful proposer shall be acquainted with the challenges associated with the construction of facilities on the City's watenivays, including the permitting and approval from regulatory agencies, required for constructing a docking facilities on state sovereign submerged lands. ln addition, safety and security elements must be provided for any docking facility developed by successful proposer. ln addition to the minimum requirements, the City is also including the following operational requirements to ensure that passenger ferry operations provide a comparable alternative to public transit and do not hinder quality-of-life for visitors and residents: . Facilities would be allowed to operate during hours of operation proposed by successful proposer and approved by the City at its sole discretion.. Operations on the facilities must follow the laws set forth in Chapter 46, Article lV of the City of Miami Beach Code of Ordinances related to noise.. All prices shall be clearly/visibly displayed at ticket sales locations.o lnterior and exterior conditions of vessels must be kept in pristine condition.o Vesselfrequency shall be comparable to existing public transit service. Vessels must be equipped with Air-Conditioning. The lTN document establishes the term of the agreement as a single period of five (5) years at the sole option and discretion of the City to renew for two (2) additional five (5) year terms. Since the purpose of this ITN would be to provide an alternative mode of transportation that complements the existing transit network, the successful proposer must provide a plan in which connections and transfers to other modes of public transportation is considered. CONCLUSTON The Administration believes that it is in the best interest of the City to issue an ITN for the concession of passenger ferry facilities and public waterborne transportation within the City's rights-of-way. An ITN allows the City to negotiate with more than one company willing to enter into a concession agreement, thus potentially increasing the benefit to the City. There are also time savings advantages with an lTN. The time savings will allow the City to expedite the execution of the contract with the selected bidde(s). The contract will include terms and conditions to protect the interests of the City and the quality-of-life of its residents. The Administration recommends that the City Commission approve the issuance of lTN No. 2014-326-YG for concession agreement(s) for use of Miami Beach rights-of-way for docking and passenger loading/unloading by waterborne transportation operators. The minimum qualifications, scope of services and evaluation criteria to be included in the lTN are attached. Due to the time sensitivity of this issue, the Administration is recommending that the City Commission approve these most pertinent elements of the lTN. Prior to issuance, a final draft of the ITN will be provided to the City Commission via LTC. RECOMMENDATION Approve the issuance of the ITN based on the attached minimum qualifications, scope of services and evaluation criteria. fu"*^,ilk T:\AGENDA\2O 1 4\July 30\Passenger Ferry I nvitation to Negotiate MEMO.doc 74 AI !:AAIAAAIBTACH PROCUREMENT DIVISION Solicitotion No.: 2014-326-YG Solicilotion Title: lnvitotion to Negotiote for Public Woterborne Tronsportotion Services Concession in the Citv of Miomi Beoch Requesting Deportment: Tronsoortotion Deoortment Deportment Contoct: Jose R. Gonzolez, P.E. o The Proposing Firm must have provided public waterborne transportation/passenger ferry services for a minimum of one (1) year prior to the issuance of the lTN, and its Owne(s) and/or Principal(s), must have a minimum of three (3) years similar experience. . The individual proposed as the Project Manager/Business Manager must have a minimum of three (3) A passenger ferry is a watercraft used to provide public transportation, usually, but not always in an urban environment. Service may be scheduled with multiple stops, operating in a similar manner to a bus, or on-demand to multiple locations, operating in a similar manner to a taxi. Aside from being a memorable experience to tourists, waterborne transportation services also have the ability to provide an alternative mode of transportation for residents who commute daily to and from Downtown Miami/Brickell area, and to connect various destinations in the City of Miami Beach and on the Mainland. The potential for waterborne transportation is being further studied in the City's Transportation Master Plan, which will review the City's transportation network, analyze existing conditions and make recommendations for the projected future conditions. However, the City's 2025 Comprehensive Plan already includes a multi-modal transportation system as a stated goal. The Miami-Dade County Metropolitan Planning Organization (MPO) conducted a study with updates as recent as 2007. The study, entitled "Development of a Service Plan for Waterborne Transportation Service in Miami-Dade County", supported the implementation of waterborne transportation for commuting on a regional basis and proposed to use a countywide network of waterways, including the Biscayne Bay. Unfortunately, this plan failed to advance when the Florida Fish and Wildlife Conservation Commission highlighted the various countywide restrictions and constraints related to the use of the waterways for transit purposes and its impact on the regional fauna. Further, the MPO study recognized that the navigable stretch between Downtown Miami and City of Miami Beach is one of the waterways with the least amount of challenges and thus recommended the use of this stretch as a potential pilot route. lt is important to note that the MPO study focused on waterborne transportation as an alternative for longer commutes, thereby requiring high speeds. PREVIOUS COMMITTEE AND COMMISSION ACTIONS ln January of 2012, the City's Marine Authority Board discussed public waterborne transportation services and passed a Resolution recommending that the City implement water transportation services within the City and connecting to the City of Miami. The recommendation included development of a pier or dock at the Lincoln Road street-end with potentialfor additionalsites at Sth Street, 1Oth Street, 14th Street, and the Purdy Boat Ramp. At the December 11,2013 City Commission meeting, the Commission accepted the recommendation of the Neighborhood/Community Affairs Committee (NCAC) directing the Administration to further explore public waterborne transportation services as an alternative form of transportation and gather more details regarding the service, such as possible pick-up and drop-off locations, hours of operation, etc., and to bring the item back to the NCAC for further discussion and refinement of the concept. 75 At the April 30, 2014 meeting of the NCAC, City staff provided feedback regarding the feasibility of the locations proffered by the Marine Authority Board and recommended conducting public meetings in order to educate the community and obtain input regarding potential passenger ferry dock locations. The NCAC recommended that prior to conducting any public meetings staff conduct a survey of City employees to determine if public waterborne transportation services would provide a suitable alternative to commute to work. The Committee passed a motion directing the Administration to conduct a survey and gather data in order to properly evaluate the need for public waterborne transportation services as an alternative mode of public transportation in the City. At the July 23, 2014 Cily Commission meeting, the Commission rejected the recommendation of the NCAC directing the Administration to conduct a survey. lnstead, the Commission directed the Administration to prepare an lnvitation to ITN) and to it at its on July 30,2014 prior to issuance. The City of Miami Beach is seeking competitive proposals for a concession agreement for the operation of waterborne transportation services between Downtown Miami and destinations in the City of Miami Beach. The City will grant the successful proposer, the right, during the Term of the Concession Agreement, to manage and operate a docking facility at locations to be recommended by the successful proposer, to exclusively perform loading and unloading of passengers from the public rights of way. Locations are to be approved at the City's sole discretion. All necessary infrastructures for the safe operation of the passenger ferry service including but not limited to, docking facilities and gangways shall be provided by the successful proposer operating the structure. The successful proposer shall be acquainted with the challenges associated with the construction of facilities on the City's waterways, including the permitting and approval from environmental agencies required for constructing a docking facility on state sovereign submerged lands. ln addition, safety and security elements will have to be provided for any docking facility developed. Since the purpose of this ITN would be to provide an alternative mode of transportation that complement the existing transit network, the successful proposer must provide a service plan in which connection and transfer to other modes of public transportation is considered. Concession Location/Facil itvo As part of the Concession Agreement, the successful proposers will be expected to propose/recommend locations where the development and construction of docking facilities by the proposer would be feasible. These locations shall be approved at the City's sole discretion. o A description of the service and facilities shall include the following, as applicable: a) Ticket Sales b) Waste and Recycling Containers c) Lighting d) Amenities o The City will grant to the successful proposers, the right, during the Term of the Concession Agreement, to manage and operate the docking facilities. The successful proposer must agree to manage and operate the docking terminal and will be authorized to conduct the following kinds of business(es) within the same, as provided below, all at its sole cost and expense: o Permitted Uses: 1. Operate and manage a passenger ferry terminal, which shall sell and/or provide the following: o One way ticketo Round trip ticket 2. Schedule of Ooeration: Successful proposer's operations shall be open seven (7) days a week, 365 days a yeat, weather or events of force maieure oermittino. Dailv hours of ooeration shall be 76 recommended by the successful proposer and approved at the City's sole discretion. Vessel Tvpe: The vessels to be used by the successful proposer for public waterborne transportation service, shall at minimum meet the following criteria: a) Provide protection from inclement weather b) Provide Air Conditioned in passenger area c) Meet allADA requirements Securitv Deoosit: Upon execution of the Agreement, the successful proposer shall furnish the City with a Security Deposit, as agreed to by the City. Said Security Deposit shall serve to secure successful proposer's performance in accordance with the provisions of the Agreement. ln the event the successful proposer fails to perform in accordance with said provisions, the City may retain said Security Deposit, as well as pursue any and all other legal remedies as may be provided by applicable law. ln lieu of security deposit, the City may consider a bond. Schedule of Pricinq The Proposer must have a set pricing schedule, a copy of which must be on file with the City of Miami Beach. Business Plan The Proposer shall present a transportation service business plan that shall include the following:. Proposed Route. Fare Structure. Frequency of Service. Type ofVessel. Docking Facilities ' Advertisement Plan Concession Fee Each proposer shall provide a Proposal regarding any compensation to be paid to the City for use of rights- of-way. o Term The Term of this Agreement will be for a period of five (5) years with the sole option and discretion of the City, to renew for an additional two (2), five (5) year periods. Caoital lmorovements and Maintenance The City shall provide in an "as is" condition, the site(s) to the successful Proposer. The successful Proposer shall be responsible for the design, construction, and permitting (including permit fees), and full maintenance in a satisfactory manner as determined by the City for proposed docking facilities. The successful Proposer shall be required to design, provide and install all furnishings, fixtures, equipment, finishes, and signage necessary to manage and operate the site(s). o OperatorRequirements Every person or entity that will be operating passenger ferries vessels must provide the required operating license with appropriate endorsements as applicable under Florida law and Federal Law. 77 Finonciol Prooosol (Volue to the Cit proposals, the Procurement Division will add for local and veteran's preference in accordance with the applicable ordinance. Evoluotion Committee 78