C2A-Issue RFP Elevator Inspection And Plan Review ServicesCOMMISSION ITEM SUMMARY
Condensed Title:
NEOUEST FOR AUTHORIZATION TO ISSUE REQUEST FOR PROPOSAL (RFP) NO.
2015-O95.MT FOR ELEVATOR INSPECTTON AND PLAN REVIEW SERVICES.
Item Summa
lntended Outcome Su
Streamline the Delivery of Services through All Departments.
Supporting Data (Surveys, Environmental Scan, etc.): N/A
On May 9, 2012, the City Commission approved the contract with Miami Elevator
lnspections, lnc, A-1 Elevator lnspection, lnc., and Up & Down Elevator lnspections
pursuant to ITB 33-11 112, for Elevator lnspection Services. The agreement with these firms
is currently effective through May 30, 2015 and no more options for renewal are available.
Given that these services are still needed by the Building Department, a new solicitation
needs to be issued to establish a new contract.
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of
RFP 2015-095-MT for Elevator ln ion and Plan Review Services.
Board Recommendation:
N/A
Financial lnformation:
Source of
Funds:
Financial lmpact Summary: N/A
Alex Denis, Director Ext # 6641
Clerk's Office islative Tracki
ebruary\PROCUREMENT\RF INSPECTION AND
AGENDA ITEfut
DATE
CAA
2-//- /Y* MTAMTBEACH 22
MIAMI BEACH
City of Miomi Beoch, l700 Convention Center Drive, Miomi Beoch, Florido 33.l 39, www.miomibeochfl.gov
COMMISSIO MEMORANDUM
ro: Mayor Philip Levine and Members of thp City Com
FROM: Jimmy L. Morales, City Manager
DATE: February 11,2015
SUBJECT: REQUEST FOR AUTHORIZATION TOUSSUE REQUEST FOR PROPOSALS (RFP}
NO. 2015-O95.MT FOR ELEVATOR INSPECTION AND PLAN REVIEW SERVICES.
ADM!NISTRATION RECOMMENDATION
Authorize the issuance of the RFP.
BACKGROUND
On May 9,2012, the City Commission approved the contract with Miami Elevator lnspections,
lnc, A-1 Elevator lnspection, lnc., and Up & Down Elevator lnspections pursuant to ITB 33-
11t12, for Elevator lnspection Services. The agreement with these firms is currently effective
through May 30, 2015 and no more options for renewal are available.
Given that these services are still needed by the Building Department, a new solicitation needs
to be issued to establish a new contract.
SCOPE OF SERVICES
Please Reference RFP 2015-095-MT for Elevator lnspection and Plan Review Services
(attached).
MINIMUM QUALIFICATIONS
Please Reference RFP 2015-095-MT Elevator lnspection and Plan Review Services
(attached).
MINIM UM DOCUM ENTATION SUBMITTAL REQUI REMENTS
Please Reference RFP 2015-095-MT Elevator lnspection and Plan Review Services
(attached).
EVALUATION/SELECTION PROCESS: GRITERIA FOR EVALUATION
Please Reference RFP 2015-095-MT for Elevator lnspection and Plan Review Services
(attached).
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of RFP
2015-095-MT for Elevator lnspection and Plan Review Services (attached).
ATTACHMENTS
RFP 2015-095-MT Elevator lnspection and Plan Review Services
(attached).
JLM/JJ/MT/MF/AD
T:\AGENDA\2015\February\PROCUREMENT\RFP No. 2015-095-MT FOR ELEVATOR INSPECTION AND PLAN REVIEW
SERVICES - lssuance Memo.docx
23
REQUEST FOR PROPOSALS (RFP)
FOR ELEVATOR INSPECTION AND PIAN REVIEW
SERVICES
RFP No. 2OI5'095'MT
RFP ISSUANCE DATE: FEBRUARY 12,2015
PROPOSALS DUE: MARCH 6,2015 @ 3:00 PM
ISSUED BY:
EA*A/\AIBTATH
Mqrtho L. Torres, Procuremenl Coordinqlor
PROCU REMENT DEPARTMENT
17OO Convention Center Drive, Miomi Beoch, FL 33.l39
305.67 3.7OOO x 6263 | Fox: 7 86.39 4.549 4 | morthotorres@miomibeochfl.gov
24
MIAMIBTACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
01oo NoT uTlLlzED ......... .......... N/A
o2oo TNSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ................................3
O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ..........1O
0400 PRoPoSAL EVALUATION ......... ..........12
APPENDICES:PAGE
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS .,......14
APPENDIX B 'NO PROPOSAL" FORM ...,.,..21
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ...,,,..,...,.,,,.,23
AppENDtX D SPECIAL CONDITIONS ........... .-.......-.-...26
APPENDIX E COST PROPOSAL FORM ......28
APPENDIX F INSURANCE REQUIREMENTS ..............30
RFP 2015-095MT
25
AAIAMISilACH
sEcTloN 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CIND]IIoNS
1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the
nneans tor prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the
"proposal") to the City for the City's consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all appendixes
and addenda, whether included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and obligations of the
Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if this RFP 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 RFP. Any prospective
Proposer who has received this RFP by any means other than through PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum
may result in disqualification of proposal submitted.
2. PURPOSE.
The City of Miami Beach is accepting Proposals from those qualified parties interested in providing the City with
Elevatoi lnspection and Plan review Services for the City of Miami Beach Building Department on an "as needed
basis" and an on-going basis from a successful proposer that will provide these services in a timely manner.
for solicitation i follows:LICITATION TIMETABLE. The tentative schedule tor thls sollcltaton ls as
RFP lssued February 12,2015
Pre-Proposal Meeting February 18, 20'15 @ 2:00 PM
Deadline for Receipt of Questions Wednesday, February 25,2015 @
5:00PM
Responses Due Thursday, March 6,2015 @ 3:00 PM
Evaluation Committee Review TBD
Proposer Presentations TBD
Tentative Commission Approval Authorizing
Negotiations
TBD
Contract Negotiations Following Commission Approval
RFP 2015-095 MT
26
AAIAAAIBTACH
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
procurement Contact n-r*O f,.r.in, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail:
RafaelGranado@miamibeachfl,qov; or tacsimite: Z8O-994-+189. The Bid title/number shall be referenced on all
questsforclarificationmustbereceivednolaterthanseven(7)calendardays
prior to the date proposals 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:
Martha L. Torres
Telephone:
305-673-7000 x6858
Email:
marthatorres@miam ibeachfl . gov
5. PRE.PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the city, a pre-proposal meeting or
site visit(s) may be scheduled.
A pre-pROpOSAL conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
CitY Hall '4tt' Floor
City Manager's Large Conference Room
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 pariicipating 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 4142489
proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
RFP expressing their intent to participate via telephone.
6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective
willbewithoutlegaleffect,includinganyinformationreceivedatpre-
submittal meeting or site'rirlt1.;. Onli questions answered bywritten addenda will be 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 untit anaward 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
ndex.D=1 3097 =9&s ida. Any communication or
nyC',employeeorCityofficialisstrictlyprohibitedwiththeofexcept|on
communications with the Procurement Direttor,-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'
27
i\\tAMISTACFI
g. SPECIAL NOTICES. you are hereby advised that this solicitation is subject to the following
ordina.ces/resolutions, which may be found on the City Of Miami Beach website:
. CONE OF S|LENCE.... CITY CODE SECTION 2486
o pROTEST pn0C80Unri..,.,...,......,.........,........ clTY coDE SECTION 2-371
. DEBARMENT PROCEEDINGS ctTy coDE SECT|ONS 2-397 THROUGH 2-485 3
o LOBBYIST REGISTMTION AND DISCLOSURE OF FEES ' CITY CODE SECTIONS 2481 THROUGH 2-406
. CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487
. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES . ... .... CITY CODE SECTION 2488
. REQUIREMENT FOR CITY CONTRACTORS T0 PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS. .... CITY CODE SECTION 2'373
o LIVING WAGE REQUIREMENT. . .... ., CITY CODE SECTIONS 2407 THROUGH 2-410
r PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2'374
. FALSE CLAIMS ORDINANCE. .. CITY CODE SECTION 70-300
r ACCEPTANCE OF GIFTS, FAVORS & SERVICES.,. CITY CODE SECTION 2449
9. posTpoNEMENT OF DUE DATE FOR RECEIPT OF PROPqSALS. The City reserves the right to postpone the
deadlineforsubmittalbleefforttogiveatleastthree(3)calendardayswritten
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 C6de 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. VETERAN BUSTNESS ENTERPRTSES PREFERENCE. Pursuant to city of Miami Beach ordinance No, 2011-
rencetoareSponSiVeandreSponSibleProposerwhichisaSmall
business concern owned and conirolled by a veteran(s) or which is a service-disabled veteran business enterprise.
12. DETERMINATION OF AWARD. The final ranking results of step '1 & 2 outlined in section 0400, Evaluation of
eCityManagerwhomayrecommendtotheCityCommissionthePropose(s)
s/he deems to be in the best interest of the City or may recommend rejection of all proposals. 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, reject the City Manager's recommendation and
28
A,{iA,\AIBTAC}-I
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,
The City may award up to three vendors (primary, secondary, tertiary), as available, by line item, by group or in its
entirety. fne City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in
the event that 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement;
2) it is in the best interest of the City to do so regardless of reason.
13. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all proposals
willbemadetoeitherawardtheContractorrejecta|lproposalswithinone-'hundred
twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals
unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening.
14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for
uations,andexaminations,asitdeemsneceSSary,toascertainallconditions
and re-quirements affecting tne tutt performance of the contract, lgnorance of such conditions and requirements,
and/or iailure to make suih 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
acc6pted as a basls for any iubsequent claim whatsoever for any monetary consideration on the part of the
Proposer,
15. COSTS INCURRED By pROposERS. All expenses involved with the preparation and submission of Proposals,
ctiontherewith,shallbethesoleresponsibility(andshallbeatthesolecostand
expense) of the Proposer, and shall not be reimbursed by the City.
16. RELATIONSHIP TO THE ClTy. lt is the intent of the city, and Proposers hereby acknowledge and agree, that
the@sideredtobeanindependentcontractor,andthatneithertheProposer,northe
proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City.
17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
1g. MISTAKES. proposers are expected to examine the terms, conditions, specifications, delivery schedules,
p.p.*d pn6rg, and all instructions pertaining 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 Proposal being non-responsive,
1g. PAYMENT. payment will be made by the City after the goods or services have been received, inspected, and
fornd to comply wiih contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be
consistent with Purchase Order format.
20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its
off.rce@s,and/oragents,fromliabilityofanynatureorkind,includingcostandexpensesfor,
or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the
performance of the iontijct, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design,
device or materials covered by letteri, 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.
29
I,{iAAA}BilACTi
21. MANNER OF PERFORMANCE. proposer agrees to perform its duties and obligations in a professional manner
and in accordance *ltn att appticaUte Local, Stat-e, Couniy, 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
1..rponr',bility. proposer agrees that the services provided shall be provided by employees that are educated, trained,
experienced, certified, an"d licensed in all areas encompassed within their designated duties, Proposer agrees to
fuinish to the City any and all documentation, certificaiion, authorization, license, permit, or registration currently
required by appliiabls laws, rules, and regulations. Proposer further certifies that it and its employees willleep all
licenses, p.rritr, registrations, authorizations, or certifications required by applicable laws or regulations in full force
and effeci during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resriting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary liienses, permits, and insurance, and assure all work complies with all
applicable laws. The cont-ractor shall be liable for any damages or loss to the City occasioned by negligence of the
iropor.r, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
22. SPECIAL CONDITIONS. Any and all special conditions that may vary from these General Terms and
Conditions shall have precedence.
23. ANTI.DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause
contained in Section-2g2;xecutive 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,
24. DEMONSTRATION OF COMPETENCY.
@theProposeisfacilitymaybemadepriortotheawardofcontract.
B. proposals wili only be considered from firms whlch are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
6. proposers 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 *itf, tne 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 (eiperience), 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
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.
25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenruise dispose of the
cortractj'rchJdilrfny 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.
26. LAWS. PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and
7
30
&AIAMIBtrATL{
inspection fees required to complete the work and shall comply with all applicable laws.
27. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is In agreement, other units of government
inpurchasespursuanttotheawardofthiscontractattheoptionoftheunitof
government or non-profit agencY.
28. VOLUME OF WORK TO BE RECETVED By CONTRACTOR. lt is the intent of the city to purchase the goods
fromthecontractor.However,theCityreSerVeStherightto
purchase any goods oi services awarded from state or other governmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
29. 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.
30. INDEMNIFICATION. The contractor shall indemnify and hold harmless the city and its officers, employees,
@tiesfromanyandallliability,iossesordamages,includingattorney,sfeesandcostsof
d6fense, which the City or its officeis, employees, agents or instrumentalities may incur as a result of claims,
demands, suits, causes of actions o, proceedings of any kind or nature arising out of, relating to or resulting from the
pedormance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors. The c6ntractor shill pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any liind 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 ,n'd ,gr..t that iny insurance protection required by this Agreement or othenrvise provided
by the contractor shall in no ui.y limit the responsibility to indemnify, keep and save harmless and defend the City or
iti officers, employees, agents and instrumentalities is herein provided. The above indemnification provisions shall
survive the expiration or termination of this Agreement.
31. CONTRACT EXTENSION. The City reserves the right to require the contractor to extend contract past the
stated termination Oate top period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additionalextensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any
a.d all
'r,formailon
and documentation submitted therewith, are exempt from public records requirements under
Section 11g.07(i), 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.
Additionally, Contractor agrees to be in full compliance with Florida Statute'119.0701 including, but not limited to,
,gr..r.ni to 1u; Keep a-"nO maintain public records that ordinarily and necessarlly would be required by the public
,[.n.y in order'to perform the services; (b) provide the public with access to public records on the same terms and
conditrons that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwije provided by law; (c) Ensure that public records that are exempt or confidential and
exempt irom public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all
requiiements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contraitor upon termination of the contract and destroy any duplicate public records that are
31
l,,1iA^Al BilAC$-l
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,
33. MODIFICATIONA'VITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all
theProposalduedateandtime.Modificationsreceived
after ihe proposal due date'and time will not be considered. Proposals shall b_e irrevocable until contract award
unless wlthdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening
of proposals without a coitract award. Letters of withdrawal received after the Proposal due date and before said
expiraiion date, and letters of withdrawal received after contract award will not be considered'
34. EXCEPTIONS TO RFp. proposers must clearly indicate any exceptions they wish to take to any of the terms in
ffiany,alternativeisbeingoffered.Allexceptionsandalternativesshallbeincludedand
clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any
or allLxceptions and alternitives. 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 RFP to which Proposer took exception to (as
said term and/or condition was originally set forth on the RFP).
35. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of
theCity,forthepurpoSeofinfluencingconsideratronofthis
proposai. pursuant to sec. 2-44g of ine city CLde, 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 lntentionallv Left Blank
9
32
,\AtAAAiSrACr"l
SECTION ()3()() 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. .ontr-i*r on or before the due date establ'shed 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 ti1e, proposer name, Proposer return address, Proposals received electronically, either through
email or facsimile, are not acceptable and will be rejected.
2. LATE BIDS. Bid proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid *ceired after the deadline established for receipt of proposals 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 otherwise.
3. pROposAL FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation
Committee in reviewJi proposals, it is strongly recommended that proposals 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. Proposals that do not include the required information will be deemed non-
responsive and will not be considered.
Cover Letter & Minimum Qualifications Requirements
-
1.1CoverLetteranorserandProposerPrimaryContactforthe
purposes of this solicitation.
1.2 proposal certification, euestionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
1.3 Minimum eualifications Requirements. Submit veriflable information documenting compliance with the minimum
lifications requirements established in Appendix C, Minimum Requirements and Specifications.
& Qualifications
2.1 eualifications of proposing Firm. Submit detailed information regarding the firm's history and relevant experience
and proven track record of providing the scope of services similar as idbntified in this solicitation, including exPerience in
providing similar scope of servicesio public sector agencies. This experience should include at least three (3) years in
proviOing services oulined in the RFP. For each project (at least three) that the proposer submits as evidence of similar
fxperierice, the following is required: project description, agency name, agency contact, contact telephone & email, and
yea(s) and term of engagement.
2.2 eualifications of proposing Firm's Team Members, Proposer shall include resumes, copies of licenses and
certifications for Elevator lnspectirs, Plan Reviewers, and all key personnel to be used for services under this contract'
Resumes of each individual team member shall include education, experience, and any other pertinent information that
will assist in determining the qualifications,
2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifrcation !eport
(SOR) direcly to ine piocurement Contact named hirein. No proposal will be considered without receipt, by the City, of
in. sOn direcly 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:
for the accuracv of the information contained in its sQR. lt is h
RFP 2015 095-MT t0
33
and
erequiredScopeofservices,includingdetailed
information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline,
phasing opiions, testing and risk mitigation options for assuring project is implemented on time and within budget.
Firms selected under this RFp will not be able to perform private elevator inspections and testing services for
private clients for the duration of the contract with the City of Miami Beach. Proposer must divest itself of all such
services at the time it is selected. Proposer shall include a statement indicating Proposer's understanding of this
preclusion and acceptance that provision and either does not provide such services in the City of Miami Beach or
will divest itself of all such services at the time it is selected.
tu\tAMlmffit*-{
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.
Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or
propor.r team'members or sub-consuitants) 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).
il
Cost
Submit a Cost Form
34
AAIAAAISTAC$-"{
SECTION O4()O PROPOSAL EVALUATION
1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
Proposal in accordance with the requirements setforth 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
Evaluation Committee. The evaluation of proposals 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 proposals only. The Evaluation
Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2
Evaluations will be fonrvarded 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 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 criteria established below for
Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may:
. review and score all proposals received, with or without conducting interview sessions; or
. review all proposals received and short-list one or more Proposers to be further considered during
subsequent interview session(s) (using the same criteria).
. Experience and Qualifications
. Approach and Methodology
3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive
additional quantitative criteria points to be added by the Department of Procurement Management to those points
earned in Step '1, as follows.
Cost Proposal
Veterans Preference
RFP 2015-095 MT 12
35
tu\iAMlBrAC$"i
4. Cost proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula:
Formula for Cost
Formula for Calculating Points
(lowest cost / cost of proposal being evaluated X
maximum allowable points = awarded points)
Round to
Example Maximum
Allowable Points
(Points noted are for illustrative
purposes only. Actual Points
100 / $100 x2o -- 20
$100/$150X20=13
$100, $200 X 20 = 10
S. 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 l and2 scores
will be converted to rankings in accordance with the example below:
i1 ..'-=-., ''::=
Cornmifiee
Membei'-1
Step 1
Points 82 76 80
Step 2
Points 22 15 12
Total 104 91 92
Rank 1 3 2
l: :::::::::=
Committee .
Membel 2=
Step 1
Points 79 85 72
Step 2
Points 22 15 12
Total 101 100 84
Rank 1 2 3
Comrnltte"e'.,
Member 2
Step 1
Points 80 74 66
Step 2
Points 22 '15 12
Total 102 89 78
Rank 1 2 3
anager 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.
t3
36
APPENDIX A
$dlAMl mffiAtr$d
Elevotor lnspection ond
Plon Review Services
RFP 2015-095-MT
PROCU REMENT DEPARTMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
14
37
Solicitation No:
RFP 2015-095-MT
Solicitation Title:
Elevator lnspection and Plan Review S lryl999
Procurement Contact;
Martha L. Torres
Tel:
305-673-7000 x6858
Email:
marthatorres@miam ibeachfl . gov
PROPOSAL CERTI FICATION, QUESTION NAIRE & REQU IREMENTS 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
irropor.r, in order that certain portions of responsiveness; responsibility ary other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REeUIRED FbRM that must be submitted fully completed and executed.
1. General Proposer lnformation.
No of Years in Business LocallY:No of Years in
HAS OPERATED UNDER IN THE LAST'10
ATIVE FOR THIS
TOLL FREE NO,:
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 io evaluate the capacity of the Proposer to perform in accordance with contract requirements.
t5
38
Veteran Owned Business. ls Proposer claiming a veteran owned business status?
f--l vrs NO
SUBMITTAL REQUIREMENT: proposers claiming veteran owned business status shall submit a documentation proving thqt firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
Conflict of lnterest. All proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City imployee w'ho 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)whoisalsoanemployeeoftheiiiyofMiimiBeach. Proposersmustalsodisclosethenameof
any City employee who owns, either directly or indirectly, an interest irf 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.
SUBMTTTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
lndividual Name & Tifle, 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 puPlic sector agency?f--lves I lruo
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 cooiheo in Sections 2-487 through 2-4g0 oi the city code. Proposers shall be solely responsible for ensuring that all
appltable 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 disquatiflcition of their Proposals, in the event of such non-compliance.
suBMITTAL REQUTREMENT: 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 regulaiions including, among others, the conflict of interest, lobbying and ethics
provision of the City of Miami Beach and Miami Dade County.
suBMtTTAL REQUIREMENT: proposer shail 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.
t6
6.
39
Living Wage. pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers
shall 5e reqiuired to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below:
. the hourly tiving rate wilt be $'11.62/Hour with health benefits of at least $'1.69/Hour, and $13.31/Hour without
benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation
using tnJconiumer 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 [articular 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 iis sole option, immediaiely deem said proposer as non-responsive, and may further subject Proposer to additional penalties
and fines, as provided in the bity's Living Wage ordinance, as amended. Further information on the Living Wage requirement is
available at www,miamibeachfl .gov/procuremenV.
suBMITTAL REQUIREMENT: No additional submittat 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 or.i $tbO,OOO whoie contractors maintiin 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 pritn.rr, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of tn. City of Miami Beach, Florida; and the Contractor's employees locatedin 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 benejlg tojmployees with spouses or to spouses of employees?
[---lves I lruo
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 vrs [-_-] 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 0r
domestic partner, iuch as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
lf proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g-', there are no insurance
provid'ers 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 equivileni and submit a completed Reasonable Measures Application
(attached) with all necessary docum-entation. Vbur Reasonable Measures Application will be reviewed for consideration by the City
Mrnug.r,'or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal
Benefits requirement is available at www.miamibeachfl.gov/procuremenU.
l7
40
o public Entity crimes. Section 2g7.133(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 serrices to a public entity; may not submit a proposal,
proposal, or reply on a contiact with a public entity for the consiruction 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 *itn uny public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 287.017 ror'iRtgcoRY 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 ceilfies 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 ano ail addendum isiued pursuant to solicitation. This Acknowledgement of
Addendum section certifies tniat tn'e proposer has reieived all addendum released by the City pursuant to this solicitation. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
10.
lnitial to Conflrm
Receiot
lnitial to Conflrm
Receiot
lnitial to Confirm
Receiot
Addendum 1 Addendum 6 Addendum 1 1
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum B Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
tt aOOltionat connrmation of addendum is required, submit under separate cover.
41
-
Thesolicitationref.,en..dBeach(the''City,.)fortherecipient,sconVenience.
Any action taken by the City in response-to Proposals made pursuanito tnit solicitation, or in making ,.1::11-:j"'tjfllnJ'#:11%:?Ally dul,lull (dNsllvy trrv v
make any award pursuant io 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 llability 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 deviite from the soticitaiion, as it deems appropriate and in it! best interest' ln its sole dtscretion, 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 disctosure daia, relating to the proposat and ine 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 u..u*t. and complete. The Citydoes 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. Thb 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 warianty or representation is made by the city
or its agents that any proposal confoiming to these requirements wlll 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 whb responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the city pursuant to this
soticitition 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 partiei, and then o.nly pursuant to the terms of the definitive
agreements executed among the parties Any response to this solicitation may be accepted or reiected by the city for any reason, or for no
reason, without any resultant liability to the City.
The city is governed by the Governmentin-the-sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All proposals shall be ,uo*itt.o in sealed proposal form and ihall 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 inquiiy or investigation it deems appropriate to substantiate or supplement
information contained in the proposal, and authorizes the release to thebity of any-and all information sought in such inquiry.or investigation'
Each proposer certifies that the information contained in the Proposal'is true, accurate and complete, to the best of its knowledge'
information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable ludgment
by a court of competent jurisdiction which imposes on the city any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the city with respectthereto, such liabitity'shaitue tirlteo to $lo,ooo.oo as agreed-upon and liquidated damages The
previous sentence, howevei, shall not be construed to circumvent any of the other provisions
-ot
tnis 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 andbisilaimer shallalways govern. The solicitation and any disputes arising from the solicitation shallbe
governed by and construed in accordance with the laws of the state of Florida.
l9
42
er,amSubmittingthefollowinginformationasmyfirm'S
propo.il; profoser 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 reiult in disqualification of proposal submitted, Proposer has not divulged,
discussed, or compared the proposat with other Proposers and has not colluded with any other Proposer or party to any
other proposal; proposer acinowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and puflic Records Laws; all responses, data and information contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Affidavit are true and accurate.
Name of Proposeis Authorized Representative:Title of Proposeis Authorized Representative:
Signature of Propose/s Authorized Representative:Date:
State of FLORIDA )
)
On this
-day
of
-,
20-, PersonallY
appeared before me
county of
--)
stated that (s)he is the
-.-.-of , a corporation, and that the instrument was signed in behalf ol
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
43
APPENDIX B
$s|&&&x mffiAtrffi
"No Bid" Form
RFP 2015-095-MT
Elevotor lnspection ond Plon Review
Services
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
21
44
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED 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 ProducUservice
-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
PROCUREMENT DEPARTM ENT
ATTN: Martha L. Torres
PROPOSAL #2015.095.MT
1700 Convention Center Drive
MIAMI BEACH, FL 33139
22
45
APPENDIX C
,&l\i&f\A|ffiffiAffiN
inimum Requirements
& Specificotions
RFP 2015-095-MT
Elevotor inspection ond Plon Review
Services
PROCUREMENT DEPARTMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
23
46
C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below' Proposer
shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement.
that fail to complv with minimrrn lequirements will be
considered.
1. proposer shall have a minimum of three (3) years' experience providing the services outlined in the RFP
and must provide at least three (3) refeiehces. References shall include the name of organization;
organization contact name, telephone number and email address; and, a brief description of the work
provided.
2. The inspectors and plan reviewers shall meet the definition of "Elevator Personnel" in ASME A17.1 Section
1.3 and have documented training and at least one (1) year of experience performing inspections and
performing witnessing of tests as specified in ASME A'17.1 and A18.1.
3. The inspectors and flan reviewers must be in possession of current ASME QEI certification issued by a
certifying organization and a valid State of Florida, Department of Business and Professional Regulations
CEI (Certified Elevator lnspector) License.
4. eualification and duties oi the inspector shall meet or exceed the requirements of ASME QEI-1-2004, Part
2.
C2. Statement of Work Required.
The proposer, hereinafter referred to as Contractor, will be required to provide elevator inspectors and
elevator plan reviewers to the Building Department on an "as-needed basis" and an "on-going basis".
Contractor shall supply certified elevitor rnspectors and certified elevator plan reviewers to conduct
inspections and plan ieviews for new construction and alteration/remodeling of existing buildings. ln
addition, Contractor shall supply certified elevator inspectors to perform annual certification inspections and
witnessing tests for City of Miami Beach facilities.
C2.1. ELEVATOR INSPECTIONS
The proposer shall perform inspections of elevators pursuant to ANSI/ASME A17.1 and A18.1a as
appropriate.
Conduct technical field inspections of elevators during various phases of new construction and
alteration/remodeling, if found in compliance with applicable codes and regulations, and provide written
comments, if found not in compliance with applicable codes and regulations.
C2.2.PLAN REVIEW
Review elevator plans, specifications and materials listed for residential and commercial projects, if found in
compliance with applicable codes and regulations, and provide written comments, if found not in compliance
with applicable codes and regulations'
Evaluate alternate methods, procedures, materials and products for compliance with the Florida Building
Code requirements, whichevei is applicable, depending on the date of the application or construction.
Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory
requirements and discuss disapproved items with architects, engineers, contractors and/or owner builders to
obtain plan changes necessary for approval.
Render information concerning the applicable Code and make interpretations of its contents. Make
decisions as to the feasibility of deviations from the Codes under various conditions'
Perform related work as required by the Building Department.
24
47
APPENDIX D
f\AiAAAI ffiffi&ffih{
Speciol Conditions
RFP 2015-095-MT
Elevotor lnspection ond Plon Review
Services
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
25
48
1. TERM OF CONTRACT. The term of the contract shall be for THREE (3) years
2. OPT|ONS TO RENEW. Two (2) one (1) year options to renew upon written mutual
agreement.
3. pRtcES. All prices shall be negotiated with the selected PRoPOSER(s).
4 EXAMINATION OF FACILITIES. lntentionally omitted.
5. INDEMNtFICATION. lntentionally omitted'
6. PERFORMANCE BOND. lntentionally omitted.
7. REQUIRED CERTIFICATIONS. lntentionally omitted.
8. SHIPPING TERMS. lntentionally omitted.
9. DELIVERY REQUIREMENTS. lntentionally omitted.
10. WARRANTY REQUIREMENTS. lntentionally omitted'
1 1. BACKGROUND CHEGKS. lntentionally omitted.
12. PRECLUSIONS. PRIVATE INSPECTION AND TESTING SERVICES IN THE CITY
OF MIAMI BEACH TO PRIVATE CLIENTS: Firms selected under this RFP will not be able to
perform private elevator inspections and testing seruices for private clients for the duration of the contract
with the City of Miami Beach. Proposer must divest itself of all such services at the time it is selected.
26
49
APPENDIX E
eAlA/Wl mffi&#N
Cost Proposol Form
RFP 2015-095-MT
Elevotor lnspection ond Plon Review
Services
PROCUREMENT DEPARTMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
27
50
APPENDIX A
PROPOSAL TENDER FORM
-rriEllrr-5
Bidderaffirmstnattnentstheentirecostoftheitemsin
full accordance with the requirements of this iTB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless-, 9o-tt escalation provision
is allowed herein and has been exercised by the city Manager in advance. The Bid Price Form (section 5)
shall be completed mechanically or, if manually, in ink. B_id Price Forms (Section 5) completed in pencil
shall be deemed non-responsive. All corrections on the Bid Price Form (Section 5) shall be initialed'
Authorized Representative's Signature:
51
APPENDIX F
/ulA&,elffiffi&ffN
lnsuronce Requirements
RFP 2015-095-MT
Elevotor lnspection ond Plon Review
Services
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
29
52
&slAtu4imm&ffH
INSURANCE REQUIREMENTS
INSURANCE
The vendor shall furnish to the Procurement Department, 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 Statute
440.
B. Commercial General Liability lnsurance on a comprehensive basis, to include Contractual Liability,
and Products/Completed Oferations, 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 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.
0r
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
17O() CONVENTION CENTER DRIVE
3'd FLOoR
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this
section or under any other section of this agreement.
The City of Miami Beach is self.insured. Any and all claim payments made.from self insurance are subject to
the lim]ts and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
53