Loading...
C2A-Issue RFQ A-E Design Services For The Altos Del Mar ProjectCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF QUALIFICATIONS (RFO) NO. 2015-016-YG FOR ARCHITECTURAL DESTGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT. A REQUEST FOR AND ENGINEERING Revitalize Kev Neiqhborhoods, Starting With North Beach And Ocean Drive Supporting Data (Surveys, Environmental Scan, etc.): N/A iorQualifications(RFo)istoqualifyaProposerforArchitecturaland Engineering Design Services for the Altos del Mar Park Project ("the Project"). The Altos Del Mar paiX is located at 7701 Collins Avenue, Miami Beach, FL. The qualified Proposer will be responsible for providing Architectural, Structural Engineering, MEP Engineering, Civil Engineering, FDEP Coastal Permitting Consultant, Landscape Architecture, Construction Cost Estimating, Surveying and Geotechnical services for the Project. The work shall include, but not be limited to, conceptull drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration services for the Project. These contract documents, as a result of this RFQ, will include details for the construction of the Master Plan for the Altos Del Mar Park. Scope of Services is pursuant to Appendix C, Section C-2, of this RFQ. Proposed improvements will include a pedestrian entrance, enhancement to existing parking area, sand volleyball courts, pedestrian beach access, multi-use walkways, bocce courts, retaining/sitting walls, open sodded area, landscape and irrigation, ADA playground and restroom facility. The City seeks Proposals from professional consulting architectural/engineering firms which have proven experience in the preparation of construction contract documents for parks with facilities and amenities. RECOMMENDATION The Administration recommends that the Mayor and Commission authorize the issuance of RFQ 2015-016-YG for Architectural and Engineeri Services for the Altos del Mar N/A Financial lnformation: Financial lmpact Summary: N/A Alex Denis, Director Ext # 6641 ceAAGENDA ITEM DATT\ # MIAMIBTACH //-/a-/q31 MIAMIBEACH City of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of FROM: Jimmy L. Morales, City Manager DATE: November 19,2014 SUBJECT: REQUEST FOR APPROVAL TO APTHORIZE THE ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFO) NO. 2015-016-YG FOR ARCHTTECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT. ADM I NISTRATION RECOM M EN DATION Authorize the issuance of the RFQ. BACKGROUND A Master Plan for the Altos del Mar Park was developed by AECOM on August 2014. The park is located between 77th St. on the north, 76th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 2.5 acres. The key issues taken in consideration while developing the Master Plan included: . The development of an appropriate range of spaces and facilities for general and passive recreation, such as, open play areas (non-lighted and lighted), walking paths, landscape areas, etc.. Performance area with possible movable stage. Opportunities and constraints for the park presented by the adjacent Public Library and parking lot property . Accessibility for the surrounding neighborhood via street end connectivity to existing Beachwalk. Provide input for arts in public place initiatives (art works by others) Upon execution of the agreement, City officials and Parks and Recreation representatives determined that it would be prudent to delay the actual project start date until the end of calendar year 2013 such that all residents, both year-round and seasonal, would be available for participation in the stakeholder workshop approach to be deployed by the consultant team. Parks and Recreation leadership assembled the consultant team for an internal workshop on December 13, 2013 to provide overview guidance and the establishment of City Goals and Objectives. With this information and directives in-hand, the consultant team began their initial project due-diligence, site analysis and opportunities and constraints analysis of the subject property and its outlying areas. Several team meetings were conducted on-site with various city agencies including representatives from Law Enforcement, Planning and Zoning, Parks and Rec and a special meeting was held with the City Manager and Assistant Managers for their input 32 City Commission Memorandum - RFQ for Architectural and Engineering Design Services for the Attos det Mar Project. November 19,2014 Page 2 of 3 and guidance. The consultant team then began the process of organizing a series of interactive public workshops to gain input from the Stakeholders and concerned citizens and to develop the overall goals and objectives for the park from the neighbors and potential park users. Three interactive workshops were conducted as follows: 1. Stakeholder Goals and Objectives and park program elements, February 27,2014. a. This first session was held with approximately 40 citizens and was intended to familiarize the stakeholders with the inherent attributes of the park, its potential for development, discussions concerning 'active and passive' uses and the overall development of potential program elements that would be used in the next session of concerning development alternatives exploration. The overall consensus was that this park should be PASSIVE and should be designed as a NEIGHBORHOOD park (vs Community or Regional Park). lncreasing user safety was a primary consideration for the future park design. 2. Development Alternatives Exploration, May 1, 2014. a. The second workshop was attended by approximately 30 citizens and the consultant team presented three alternative plans; Alternative 1 was summarized as a more formal Beaus Art style layout with native plantings in a traditional Florida hammock style such as one might find at Fairchild Gardens. Alternative 2 was expressed as the "Great Lawn" solution and featured native plantings with a substantial lawn area tilted up towards the dune highpoint. Alternative 3 featured a more avant-garde approach with a sweeping wall that separated the park from the dune and featured a bridge element to connect the main park to a beach observation platform. The workshop ended in an interactive voting exercise with the Stakeholders voting unanimously for Alternative 1. 3. Preferred Alternative Presentation, June 10,2014. a. This workshop was attended by 35 citizens and was conducted in an open house style so that Stakeholders could spend a considerable amount of time reviewing the Preferred Plan in an extensive question and answer session. The consultant team stressed that it is critical that the Stakeholders clearly articulate their vision for the park, and that the park would be a phased over a period of time. A final interactive session was conducted to determine the Stakeholder priorities for 25 program elements. Priorities were categorized as 1st,2nd and 3rd and voting tallies were recorded. Primary Challenges encountered during the master plan development efforts focused on the inclusion of several "lighting rod" program elements including public restrooms, observation pavilion, interactive fountain and sand volleyball courts. These elements were debated, both pro and con, at virtually every workshop with citizens being fairly evenly split on all issues. The consultant team developed a final plan that included all these elements, however the team stressed that the master plan is not directing that each of these elements be included in the final design and construction plans, but if these elements are ultimately included in the park construction, the master plan has appropriately located each element in the best possible area. Solutions/Conclusions of the consultant team, stakeholders and City representatives can be generalized that this is the Vision that the stakeholders, City staff and consultant team have crafted together in a fair and democratic process. No one gets everything, everyone gets something. 33 City Commission Memorandum - RFQ for Architectural and Engineering Design Seryices for the Altos del Mar Project. November 19, 201 4 Page 3 of 3 The park features a safe and accessible public open space that is unique to this location, but is in harmony with the high standards of quality demanded by the stakeholders, citizens and city leadership of Miami Beach. The net result will offer a beautiful, safe and functional city park that serves the residents, the visitors, the local food, retail and hotel establishments and will provide people of all ages and abilities a new and exciting venue for enjoying the best that the City of Miami Beach has to offer. SCOPE OF SERVICES Please Reference RFQ 2015-016-YG for Architectural and Engineering Design Services for the Altos del Mar Project (attached). MINIMUM QUALIFICATIONS Please Reference RFQ 2015-016-YG for Architectural and Engineering Design Services for the Altos del Mar Project (attached). MI NIM UM DOCUMENTATION SUBMITTAL REQUIREM ENTS Please Reference RFQ 2015-016-YG for Architectural and Engineering Design Services for the Altos del Mar Project (attached). EVALUATION/SELEGTION PROCESS: CRITERIA FOR EVALUATION Please Reference RFQ 2015-016-YG for Architectural and Engineering Design Services for the Altos del Mar Project (attached). CONCLUSION The Administration RFQ 2015-016-YG Project. ATTACHMENTS RFQ 2015-016-YG Project JLM/MT/DM/AD recommends that the Mayor and Commission authorize the issuance of for Architectural and Engineering Design Services for the Altos del Mar for Architectural and Engineering Design Services for the Altos del Mar T:\AGENDA\2014\NovembeAProcurement\RFQ 2015-016-YG - Architectural and Engineering Design Services for the Altos del Mar Project - ISSUANCE MEMO.docx 34 REQUEST FOR QUAL|F|CAT|ONS (RFe) For Architecturol ond Engineering Design Services for the Altos del Mor Pork Proiect RFQ 20 r 5-01 6-YG RFQ ISSUANCE DATE: NOVEMBER 20, 2014 STATEMENTS OF QUALIFICATIONS DUE: DECEMBER 23, 2014 ISSUED BY: YUSBEL GONZALEZ, CPPB Alex Denis, Director DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Cenler Drive, Miomi Beoch, FL 33.l39 305 .67 3 .7 490 | oden is@miomibeochfl. gov www.miomibeochfl.gov 35 tullAM iBrACF{ TABLE OF CONTENTS SOLICITAT!ON SECTIONS:PAGE 0100 NoT uTtLtzED ......... .......... N/A O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ...........................3 O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10 0400 EVALUATTON PROCESS ........... ..........12 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ......,..14 APPENDIX B "NO BID'FORM ......20 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ..,.,.,..............23 APPENDTX D SPECTAL CONDTTTONS ........... .................29 APPENDIX E INSURANCE REQUIREMENTS ................31 APPENDIX F ALTOS DEL MAR PARK MASTER PLAN ...................33 APPENDTX G SAMPLE CONTRACT.............. ..................34 RFQ 20 r5-01 6-YG 36 sEcTloN 0200 i.,t, i...:,t.,t *=/z:* INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Requestfor Qualifications (RFO) 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 "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the "contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the 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 wilh PublicPurchase to assure it receives any addendum issued to this RFQ, Failure to receive an addendum may result in disqualification of proposalsubmifted. 2. PURPOSE. The Purpose of this Request for Qualifications (RFQ) is to qualify a Proposer for Architectural and Engineering Design Services for the Altos del Mar Park Prolect ("the Project"). The Altos Del Mar Park is located at7701Collins Avenue, Miami Beach, FL. The qualified Proposer will be responsible for providing Architectural, Structural Engineering, MEP Engineering, Civil Engineering, FDEP Coastal Permitting Consultant, Landscape Architecture, Construction Cost Estimating, Surveying and Geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration services for the Project. These contract documents, as a result of this RFQ, will include details for the construction of the Master Plan for the Altos Del Mar Park. Scope of Services is pursuant to Appendix C, Section C-2., ol this RFQ. Proposed improvements will include a Pedestrian Entrance, Enhancement to existing parking area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and lrrigation, ADA Playground and Restroom Facility, The City seeks Proposals from professional consulting architectural/engineering firms which have proven experience in the preparation of construction contract documents for Parks with Facilities and Amenities. The successful firm must have the financial resources and technical expertise to provide the services requested in this RFQ and prepare the associated construction contract documents that allow the City of Miami Beach to advertise, bid and award a contract for the construction services. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). RFA 2015-016-YG 37 ATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation lssued NOVEMBER 20,2014 Pre-Submittal Meeting DECEMBER 2,2014 AT 2:00 PM Deadline for Receipt of Questions DECEMBER,15,2014 AT 5:00 PM Responses Due DECEMBER 23,2014 AT 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval .:... 1. ..?z?- 2 V., ,a4l-:4- -.; *:*' -* 1 i 3. SOLICITATION 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 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: YusbelGonzalez, CPPB Telephone: 305-673-7000 ext. 6230 Email: vusbelqonzalez@miamibeachfl .qov 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). 0nly if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall- 4tt Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person 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 Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). Only questions answered by written addenda will be RI-O 20 I5.O I6-YG 38 ,,t ., ;:-..,' 1t,, *=A:* binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonruarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at: http.//librarv.municode.comiindex.aspx?clientlD= 1 3097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 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. miam i beachfl,qov/procu remenUscroll. aspx?id=235 1 0 r CONE 0F S|LENCE.... CITY CODE SECTION 2486 o PROTEST PROCEDURES CITY CODE SECTION 2-371 o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES.... CITY CODE SECTIONS 2481 THROUGH 2406. CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT ISSUES..,,....... CITYCODESECTION24SS o REQUIREMENT FOR CITY CONTRACTORS T0 PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS,..... CITY CODE SECTION 2-373 r LIVING WAGE REQUIREMENT.......,... CITY CODE SECTIONS 2407 THR0UGH2410. LOCAL PREFERENCE FOR lulAMl BEACH-BASED VENDORS...... .. CITY CODE SECTION 2-372 r PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE- DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2.374 o FALSE CLAIMS ORDINANCE.... CITY CODE SECTION 70-300 o ACCEPTANCE 0F GIFTS, FAVORS & SERVICES,... CITY CODE SECTION 2449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. MIAMI BEACH.BASED VENDORS PREFERENCE. NOT APPLICABLE 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. RFQ 201 5-01 6-YG 39 ; Z;C,- 13, DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, 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 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. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, rgect the City Manager's recommendation and select another Proposer (s) which it deems to be in the best interest of the City, or it may also relect all Statement of Qualifications. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including cost of services. 14. ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to relect 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 twenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of Statement of Qualifications opening. 15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the 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 Proposer'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. 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 RI-O 20 I5.O I6.YG 40 i..,' :.:,..l.;,, *=?.;"* 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 exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work, 22. MANNER 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 applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. Where consultant is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the consultant will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The consultant shall be liable for any damages or loss to the City occasioned by negligence of the proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 23, SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 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, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience), in making an award that is 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 Rr-Q 20 t5-0 t6-YG 41 ::';,,:'L.1,t:*=A{- of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or othenrvise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 27. LAWS. PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL 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. VOLUME OF WORK TO BE RECEIVED BY CONSULTANT. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the consultant, However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The consultant 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 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 consultant or its employees, agents, servants, partners, principals or subcontractors. The consultant 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 consultant expressly understands and agrees that any insurance protection required by this Agreement or othenrrrise provided by the consultant 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 Consultant 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 consultant. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art.1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier, RFQ 2U I5-O I6.YG 42 3r 5.:- Additionally, Consultant agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as 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 consultant upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 34. MODIFICATION/WITHDRAWALS 0F 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 contract 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 T0 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 relect 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 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 RFO). 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. RFQ 20]5 OI6 YG 9 43 sEcTloN 0300 ',* u l,* , " 1:?4tf= SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of Bids, Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or othenrrrise, 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 submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Cover Letter & Minimum Qualifications 1.1 Cover Lefter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed, 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum ifications requirements established in Appendix C, Minimum Requirements and Specifications. & Qualifications PROPOSERS MAY SUBMIT THE BELOW REQUESTED INFORMATION UTILIZING THE ENCLOSED STANDARD FORM 330 - ARCHTTECT.ENGTNEER QUALTFTCATTONS (ATTACHED). 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five (5) relevant projects, performed in the last five (5) years as evidence of 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 (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract, For each architect and engineer, include information for five (5) relevant projects, performed in the last five (5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification to the Procurement Contact named herein. No will be considered without receipt, by the RFA 20r5 0r6YG r0 44 i'. ;, /:..1.r'..', *7 ?,{* the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=1 1696 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 at 800-424-2495. h and For the scope of services outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology, how Proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. Also, provide information on Proposer's current workload and how the potential project(s) will fit into Proposer's workload, Describe available facilities, technological capabilities and other available resources you offer for the potential prolect(s). Lastly, submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade Coun Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFa 2015016YG il 45 )1),C. SECTION ()4OO STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Commiffee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be fonrrrarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2 (Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. 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 Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may: . review and score all Statement of Qualifications received, with or without conducting interview sessions; or. review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s) (using the same criteria). Experience and Qualifi cations Approach and Methodology 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Veterans Preference The volume of work previously awarded to each firm by the City within the last three See Section 4 below. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 - $2,000,000 3 Greater than $2,000.000 0 RFQ 20r5-016-YG 1) 46 =':-:a,*=A;?,5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. 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 10 5 5 Total 92 81 85 EFank 1 3 Step 1 Points 85 85 72 Step 2 Points 't0 5 5 Total 95 90 77 Rzt*,.:.a 2 g. &mrEittee lfiwp,ber2 Step 1 Points 80 74 66 Step 2 Points 10 5 5 Total 90 79 7',! ,1./1/z:la::. Rank 1 Z 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results, RI-C] 20 I5-O I6-YG r3 47 APPENDIX A **,,^?€\Z*T&C* Response Certificotion, auestionnoire & Req uirements Affid ovit RFQ No.20l 5-0 l6-YG Architecturol ond Engineering Design Services for the Altos del Mor Pork Project DEPARTMENT OF PROCUREMENT MANAGEMENT I200 Convention Center Drive Miomi Beoch, Florido 33,l39 48 Solicitation No: RFQ 2015-016-YG Solicitation Title: Architectural and Engineering Design Services for the Altos del Mar Park Proiect Pr0curement u0ntacl: YusbelGonzalez, CPPB lel: 305-673-7000 Ext. 6230 Email: vusbeloonzaleztOm iam ibeachfl . oov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to 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 REQUIRED FORM that must be submitted fully completed and executed. 1. General Proooser lnformation.General Proposer I nformation. FIRM NAME:No. of Employees: No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP UUUE: TELEPHONE NO.: TOLL FREE NO,: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO,: ACC0UNT REP EI\'lAlL: 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. AppendixA-Poge 1 RFA 20r5 0t6YG 49 2. Veteran Owned Business. ls proposer claiming a veteran owned business status?f--l ves f--l ruo 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 officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) 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 (1 0%) 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 vEs [--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. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Statement of Qualifications, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as deflned in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 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. 6. RFA 2015-016-YG AppendixA-Poge2 50 8. 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 covered employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: o Cunently, the hourly living wage rate is $11.28/hr with health benefits of at least $1.64 an hour, or a living wage of not less than $12.92 an hour without health benefits.o Commencing Januarv 1, 2015, the hourly living wage rate will be $11.62/hr with health benefits of at least $1.69 an hour, or a living wage of not less than $13.31/hr without health 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 (CPl-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics, Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, 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. For further information about Living Wage requirements, please contact the City's Contracts Compliance Administrator at 305-673-7490. 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 5'l or more fulltime 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 Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contracto/s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?[-l vrs [--l ruo 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 ves l__--] ruo c. Please check all benefits that apply to your answers above and list in the "other" 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 Benefit Health Sick Leave Familv Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash 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. RFA 20r5-016-YG AppendixA-Poge3 51 10. Public Entity Crimes. Section 287 .133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, 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. 287.0'17 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 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 addendum may result in proposal disqualification. lnitial to Confirm Rpmint lnitial to Conflrm Receiot 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 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. RFA 20t50t6YG AppendixA-Poge4 52 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which 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 Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. 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 with 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 wananty 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 to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals will 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 Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be conskued to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. Rl-Q 20 t5-016-YG AppendixA-Poge5 53 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 deflned 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 Requi Affidavit are true and accurate. Name of Proposer's Authorized Representative:Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative:Date: State of FLORIDA ) ) On this _day of _, 20_, personally appeared before me _ who of Countyof _) 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: RFa 201 5-01 6 YG AppendixA-Poge6 54 APPENDIX B *,^Afz,**A*14 "No Bid" Form RFQ No.20l 5-0 l6-YG Architecturol ond Engineering Design Services for the Altos del Mor Pork Project DEPARIMENT OF PROCU REMENT MANAGEMENT.l700 Convention Center Drive Miomi Beoch, Florido 33.l39 55 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHEGKED AND/OR TNDTCATED 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 product/service _OTHER. (Please specify) 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 DEPT. OF PROCUREMENT MANAGEMENT ATTN:Yusbel Gonzalez STATEMENTS OF QUALI FICATIONS #201 5.01 6.YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFG 2015-016-YG AppendixB-Poge I 56 APPENDIX C f\f\A*,h/\,**AC1n Minimum Requirements & Specificotions RFQ No.20l 5-0 l6-YG Architecturol ond Engineering Design Services for the Altos del Mor Pork Project DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive Miomi Beoch, Florido 33.l39 57 C1. M!NIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. 1, Proposer must have a minimum of five (5) years' experience and have completed at least five (5) projects similar in scope and volume demonstrating the Proposer's experience providing services for the design of park facilities. 2. Architects and Engineers must have a minimum of five (5) years' experience in their designated professional specialization in similar projects. 3, Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). C2. STATEMENT OF WORK REQUIRED. A Master Plan for the Altos del Mar Park was developed by AECOM on August 2014 (please refer to Appendix F). The park is located between 77th St. on the north, 76th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 2.5 acres. The key issues taken in consideration while developing the Master Plan included:. The development of an appropriate range of spaces and facilities for general and passive recreation, such as, open play areas (non-lighted and lighted), walking paths, landscape areas, etc.o Performance area with possible movable stage. Opportunities and constraints for the park presented by the adjacent Public Library and parking lot property. Accessibility for the surrounding neighborhood via street end connectivity to existing Beachwalko Provide input for arts in public place initiatives (art works by others) The proposed improvements will be based on the approved Master Plan and include at a minimum the following amenities:. ADA Playgroundo Pedestrian Entrance,o Restroom Facility,. Multi Purpose Entry Plaza,. Enhancement to existing parking area, including additional Handicap Parking Spaces.. Sand Volleyball Courts,. Pedestrian Beach Access,. Multi-use Walkways,. Bocce Courts, RFA 2015-0r6YG AppendixC-Poge 1 58 . Retaining/sittingWalls,. Open Sodded Area,. Landscape and lrrigation.o Lighting (as allowable by the regulatory agencies) The Proposer shall provide Architectural, Structural Engineering, MEP Engineering, Civil Engineering, FDEP Coastal Permitting Consultant, Landscape Architecture, Construction Cost Estimating, Surveying and Geotechnical services for the Pro;ect. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration services for the Prolect. Plans shall include all necessary drawings and technical specifications needed to construct the improvements and shall be defining documentation of what is authorized and approved, Documents may be developed in multiple packages based on project phasing schedule, Proposer shall: Prepare utility coordination, permits and advise of all fees associated with all site, utility etc, work. Prepare presentation materials to illustrate the final design and participate in public outreach and regulatory agency review meetings. Obtain all required building permits as well as any other permits necessary for the construction of the Park Facilities and attend public meetings as required by the City. The Proposer shall be required to provide design and construction documents for a minimum of two phases; Phase One (1): Park Elements as follows: Pedestrian Entrance, Enhancement to existing parking area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and lrrigation, ADA Playground and Restroom Facility (Originally in Phase 3, but now to be included in this Phase). Phase Two (2): Multi-Purpose Entry Plaza Multi Purpose Entry Plaza- lnteractive Fountain RFA 2015 016-YG AppendlxC-Poge2 59 PREF EE=EO ALTERNATII/= The Proposer shall be tasked with, but not limited to, the following duties and responsibilities: Task One (1)-Design Services: The purpose of this task is to establish requirements for the preparation of contract documents for the Prolect. The project will be phased accordingly: Phase One (1): Park Elements: Pedestrian Entrance, Enhancement to existing parking area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and lrrigation, ADA Playground and Restroom Facility. Phase Two (2): Multi-Purpose Entry Plaza: Multi-Purpose Entry Plaza,lnteractive Fountain The Consultant will be required to prepare construction and permit documents for the design and construction documents of the Park Elements as described in Phase One and Phase Two, as to possibly have the versatility to be bid and constructed at either separate times or together, The Consultant shall be required to perform a variety of forensic tasks to verify existing conditions and the accuracy of any available as-built drawings, surveys and maps to be used for development of the contract drawings. The Consultant shall: RFQ 2015 016-YG AppendixC-Poge3 60 Prepare contract documents, inclusive of drawings, specifications and front-end documents. Establish requirements with regard to constructability and value engineering reviews. Prepare Statements of Probable Construction Cost as defined by the American Association of Cost Engineers. Present to the Community Design Review Meeting (CDRM) lncorporate revisions to the contract document based upon the input received from the residents and approved by the City at the Community Design Review Meeting (CDRM) Specify requirements for review of contract documents with jurisdictional permitting agencies prior to finalization The Consultant shall establish and maintain an in-house Quality Assurance / Quality Control (OAJOC) program designed to verify and ensure the quality, clarity, completeness, and constructability of its contract documents. ln addition, the selected firm shall follow City standards for the preparation of contract documents, inclusive of drawings, specifications, front-end documents and cost estimates at every phase. Presentation formats for review submittals shall be prepared for submittal to the City's Design Review Board during the Conceptual Phase, and at 30% and 60% (Design Development Phase), 90% (Construction Documents Phase) completion stages. Contract documents shall be subject to Constructability and Value Engineering reviews by City and/or others. The Consultant will work with the City to revise/adjust project scope as may be deemed necessary to meet established budgets as design evolves through the design stages of completion. ln addition, the selected firm shall extend and participate in a community design review meeting and a pre-construction / kick off meeting with the residents to review the design. To facilitate the implementation of a Public lnformation Program, the selected firm will provide electronic files of all project documents, as directed by the City. The Consultant shall be responsible for securing all required regulatory approvals of its contract documents from all applicable jurisdictional agencies and boards prior to finalization, and will be responsible for initiating submittals and reviews in a timely manner, Task Two (2)-Bid and Award Services: The Consultant shall assist the City in the bidding and award for Phase One and Phase Two portions of the project scope. Such assistance shall include attending pre-bid conferences, assisting with the preparation of necessary contract addendum, attending bid openings where applicable, and assisting with bid evaluations. The intent is to have the versatility to bid as one package or in phases. The selected firm shall provide "As-Bid" documents for use during construction. RFA 2015016YG AppendixC-Poge4 61 Task Three (3)-Construction Administration Services: The Consultant shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at the pre-construction conferences, attendance at weekly construction meetings, responding to contractor Requests for lnformation (RFl), clarification, responding to and evaluating contractor requests for change orders, contract amendments, review of shop drawings, review of record drawings, review and recommendation of contractor applications for payment, specialty site visits, project closeout reviews, including substantial completion, final punch list development and project certification of final completion and acceptance, and warranty administration, Task Four (4)-Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance of the work, they will be requested by the City and negotiated in accordance with the Contract requirements. Task Five (S)-Reimbursable Services: The City may reimburse additional expenses, such as, but not limited to, reproduction costs, material testing as applicable. RFQ 2015-016-YG AppendixC-Poge5 62 APPENDIX D *4*,*Z**ACtl Speciol Conditions RFQ No.20l 5-0 l6-YG Architecturol on,C Engineering Design Services for the Altos del Mor Pork Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.l39 63 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRIGES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. lt is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. RFQ 2015 0r6-YG AppendixD-Poge 1 64 APPENDIX E t&,&*Z*TACH I nsuro nce Requirements RFQ No.20l 5-0 l6-YG Architecturol ond Engineering Design Services for the Altos del Mor Pork Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.l39 65 l',&,&?&Z**&** INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3d 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 on a comprehensive basis 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 shown 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. D. Professional Liability lnsurance in an amount not less than $2,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B+" 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. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All lnsurance 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 17()O CONVENTION CENTER DRIVE 3d 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. RFG 2015-016-YG AppendixE-Poge 1 66 APPENDIX F - ALTOS DEL MAR PARK MASTER PLAN APPENDIX G - SAMPLE CONTRACT (TO BE SUBMTTTED UNDER SEPARATE COVER) 67 THIS PAGE INTENTIONALLY LEFT BLANK 68