Loading...
HomeMy WebLinkAboutRFQCity of Miami Request for Qualifications Purchasing Department Glenn Marcos, CPPB, Director Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.ci.miami.fl.us RFQ Number: 02-03-163 RFQ Title: ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR SPECIFIC CAPITAL PROJECTS AND FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS Type of Purchase: TERM OF SPECIFIC PROJECTS AND FOR TWO (2) YEARS WITH OPTION TO RENEW (OTR) FOR AN ADDITIONAL ONE (1) YEAR PERIOD FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS. M/WBE Set -Aside: N/A Purchasing Contact: Michael Rath, CPPD, CPPB, Assistant Purchasing Director Purchasing Contact Fax: 305-400-5153 E -Mail Address: mrath@ci.miami.fl.us Issue Date: Wednesday, May 21, 2003 Deadline For Request Of Additional Information / Clarification: Friday June 13, 2003 Proposal Submission Deadline Day/Date: Monday, June 23, 2003 Time: 2:00 PM Location/Mail Address: Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 Directions: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO SW 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: USI NORTH TO SW 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. RFQ TABLE OF CONTENTS 1.0 Introduction to Request For Qualifications (RFQ) Process 2.0 RFQ Scope of Services 3.0 RFQ General Conditions 4.0 Special Conditions Of The Proposed Contract(S) 5.0 Instructions for Submitting a Response 6.0 RFQ Response Forms Including Checklist Sealed written Responses must be received by the City of Miami, City Clerk's Office, no later than the date, time and at the location indicated above for receipt. Submittal of Response by fax is not acceptable. One original and nine (9) copies of your response and sets of response forms must be returned to the City or your response may be disqualified. City of Miami, Florida RFQ #02-03-163 ''Op ..4 -� CITY OF MIAMI " PUBLIC NOTICE Sealed Responses will be received by the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, Fla. 33133 until Monday, June 23, 2003 at 2:00 PM for the following: RFQ No: 02-03-163 ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR SPECIFIC CAPITAL PROJECTS AND FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS 1. ORANGE BOWL STADIUM Structural Remediation 2. VIRRICK PARK COMMUNITY CENTER Library and Classroom Addition 3. DINNER KEY MARINA Repairs and Improvements 4. PROTOTYPE FIRE STATION FOR NEW FIRE STATION No. 11 5. STORM WATER/ROAD IMPROVEMENT/ DREDGING PROJECTS 6. WATSON ISLAND DEVELOPMENT — INFRASTRUCTURE DESIGN & COORDINATION 7. ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS FOR CONSTRUCTION PROJECTS UNDER $1,000,000 AND STUDY ACTIVITIES UNDER $50,000 (2003-2005) ADA Compliance Consulting, Construction Cost Estimate Consultant, Mechanical Engineering, Roofing Consultant, Architecture, Landscape Architectural, Electrical Engineering, Environmental/Coastal Engineering, Structural Engineering, Civil Engineering, Surveying, Specifications Consultant, Transportation Planning and Planning/Urban Design RFQ documents may be obtained via the internet using the City's website ai http://ci.miami.fl.us/Procurement/bid.asp. If you do not have internet access, you may obtain the documents upon request at the City of Miami Purchasing Department, 444 S.W. 2nd Avenue, 6th Floor, Miami, Florida 33130. Any Proposals received after the above stated date and time will not be considered and will be returned to the bidder unopened. The City of Miami reserves the right to waive any informalities or minor irregularities; reject any and all Proposals which are incomplete, conditional, obscure, or which contain additions not allowed for; accept or reject any proposal in whole or in part with or without cause; and accept the proposal(s) which best serves the City. City of Miami, Florida SECTION I 1.0. INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1. Invitation RFQ #02-03-163 Thank you for your interest in this Request for Qualifications ("RFQ") process. The City of Miami ("City"), through its Purchasing Department invites responses ("Proposals" or "Responses") which offer to provide the services described in greater detail in Section 2.0: "Scope of Services." 1.2. Term of Contract The proposer(s) qualified to provide the service(s) requested herein (the "Successful Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: A. The term of the Contract for specific projects listed herein shall be for the duration of the project. B. The term of the Contract(s) for Miscellaneous Projects (basic construction costs under $1 million each or study activities under $50,000) shall be for 2 years with an option to renew (OTR) for an additional one (1) year period. C. The City shall have the option to extend or terminate the Contract. 1.3 Not Used 1.4. Deadline for Receipt of Request for Additional Information / Clarification Pursuant to the Cone of Silence, any request for additional information or clarification must be received in writing no later than 5:00 p.m. Friday , June 13, 2003. Proposers may fax or mail their requests to the attention of Michael A. Rath, CPPO, CPPB, Assistant Purchasing Director at the City's Department of Purchasing, 444 S.W. 2"d Avenue, 6th Floor, Miami, Florida 33130. The facsimile number is (305) 416-1925 or email: mrath(@,ci.miami.fl.us. This RFQ is subject to the City's "Cone of Silence" in accordance with Section 18-74 of the City's Ordinance No. 12271. 1.5. Cone of Silence Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or lFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and for public works or city improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLIs or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, or their respective staffs; City of Miami, Florida RFQ #02-03-163 • potential vendors, service providers, bidders, lobbyist or consultants, any member of the City's professional staff, City Department Directors or their respective staffs and any member of the respective selection/evaluation committee The provision does not apply to, among other communications: • oral communications with the City purchasing staff regarding Minority/Women Business Enterprise (M/WBE) and local vendor outreach programs, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; • the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre-bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or • communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ or bid documents. • communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at JCerrato(a)ci.miami.fl.us In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, Lobbyist or Consultant shall subject same to potential debarment pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Ordinance No. 12271 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.6. Additional Information or Clarification Requests for additional information or clarifications must be made in writing and received by the Senior Buyer specified on the cover sheet of this RFQ, in accordance with the deadline for receipt of questions specified in the RFQ (see Section 1.4) and the Cone of 4 City of Miami, Florida RFQ #02-03-163 Silence (see Section 1.5). The request must contain the RFQ number and title, Proposer's name, name of Proposer's contact person, address, phone number, and facsimile number. Electronic facsimile requesting additional information will be received by the Sr, Buyer for this RFQ at the fax number specified on the cover sheet of this RFQ. Facsimiles must have a cover sheet which includes, at a minimum, the Proposer's name, name of Proposer's contact person, address, number of pages transmitted, phone number, facsimile number, and RFQ number and title. The City will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the Proposal Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFQ or in any written addendum to this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. 1.7. Award of Contract A Contract (the "Contract" or Agreement") will be awarded to the pre -qualified Proposer(s) by the City Commission based upon the minimum qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, a Contract with the pre -qualified Proposer(s) that is determined to be in the City's best interests. Such contracts will be furnished by the City, will contain certain terms as are in the City's best interests, and may be executed on a project by project basis. 1.8. Contract Execution Contract will be negotiated and executed between the Successful Proposer(s) and the City. 1.9. Unauthorized Work The Successful Proposer(s) shall not begin work until a City Purchase Order is received. The Purchase Order(s) shall specify the price and period of time allotted for the completion of the work. 1.10. Instructions Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Responses in accordance with the requirements of this RFQ. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entry in all blanks provided for the responses. The entire set of documents constitutes the RFQ. The Proposer must return these documents with all information necessary for the City to properly analyze Proposer's response in total and in the same order in which it was issued. Proposer's notes, exceptions, and comments may be rendered on an attachment, provided the same format of this RFQ text is followed. All Responses shall be returned in a sealed envelope or package with the RFQ number and opening date clearly noted on the outside of the envelope. City of Miami, Florida RFQ #02-03-163 Proposers must provide a response to each requirement of the RFQ. Responses should be prepared in a concise manner with an emphasis on completeness and clarity. 1.11. Changes /Alterations Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 1.12. Sub -Contractors) or Sub-Consultant(s) A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this RFQ. A Sub -Contractor shall be paid through Proposer or Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this RFQ. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer(s) or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Successful Proposer(s) and insurance for each Sub -Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither Successful Proposer(s) nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this RFQ. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer(s), the Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer(s) intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this RFQ, any applicable licenses, references, ownership, and other information required of Proposer. 1.13. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be necessary, a written addendum will be incorporated to the RFQ. The City will NOT be responsible for any oral instructions, clarifications, or other communications. 1.14. Disqualification The City reserves the right to disqualify Responses before or after the submission date, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. It also reserves the right to waive any immaterial defect or informality in any Responses; to reject any or all Responses in whole or in part, or to reissue a Request for Responses. City of Miami, Florida RFQ #02-03-163 1.15. Responses/Proposal Receipt Sealed Responses will be accepted in accordance with the instructions detailed on the cover of this RFQ. After that date and time, Responses will not be accepted. The Proposer shall filo all documents necessary to support its Proposal and shall include them with its Proposal. Proposers shall be responsible for the actual delivery of Responses during business hours to the exact address indicated on the cover and in the RFQ. Responses that are not received by the CITY CLERK'S OFFICE by the deadline established in the RFQ shall not be accepted or considered by the City. 1.16. Capital Expenditures The Successful Proposer(s) understands that any capital expenditures that the Successful Proposer(s) makes, in order to perform the services required by the City in this RFQ, is a business risk which the Successful Proposer(s) may include in its proposed price. The City, however, is not and shall not pay or reimburse any capital expenditures or any other expenses, incurred by any Proposer in anticipation of a Contract award nor to maintain the approved status of the Successful Proposer(s) if a Contract is awarded. City of Miami, Florida SECTION II 2.0 RFQ SCOPE OF SERVICES RFQ #02-03-163 2.1 Background The City is seeking the services of Architectural, Engineering, Landscape Architectural, etc. firms to provide professional services that may include planning, programming, production of plans, specifications, bidding/construction documents, estimates, and construction administration/ management services for the specific projects identified herein. Interested firms and consultants for related services may also apply to provide professional services over a two (2) year period for miscellaneous projects under $1 million in construction cost and under $50,000 in study activities. 2.2 Scope of Work The selected firm(s) will be responsible for reviewing existing Miami -Dade County, City of Miami pertinent Codes, Resolutions and Ordinances and State of Florida Building Codes and for incorporating the above data into complete construction documents including final construction plans (working drawings), technical specifications, construction estimates, and related bid documents necessary for the bidding and construction of the projects. The selected firm(s) will be responsible for obtaining all Federal, State and local permits or approvals (including Miami -Dade Water and Sewer, DERM, Environmental, HRS approvals) and all Building permits necessary for the construction of the projects, and firms may also be required to provide consulting services to the City on various matters which do not result in drawings, specifications or construction documents. 2.3 PROCESS OF CONCEPTUAL DESIGNS AND CONTRACT ADMINISTRATION Required designs will be developed with the input of City of Miami staff, the various City Boards and Committees, as well as area residents and other interested individuals and groups. The time for these activities shall be included in the selected firms proposals to the City. 2.4 Separate Proposals Each Project All Projects will be administered through the Department of Capital Improvements. Respondents shall submit and clearly indicate individual proposals for one or more projects as outlined in this Section and any award shall not be limited to one (1) project. Each project will be evaluated independently. Firms applying to provide professional services for miscellaneous projects will be evaluated independently in their area of professional expertise based on the quality of the staff and the experience of the firm on related projects. City of Miami, Florida PROJECT NO.1 ORANGE BOWL STADIUM — STRUCTURAL REMEDIATION RFQ #02-03-163 TYPE OF TEAM DESIRED: The design team should be headed by a structural engineering firm with structural steel stadium experience. The design team should have experience with the inspection, remediation and the prevention of corrosion of steel structures in a subtropical coastal environment. The structural design team should also have experience in joining an architectural team with mechanical and electrical engineers in providing renovations, alterations and related improvements for upgrading an existing stadium. PROJECT DESCRIPTION: The City of Miami Orange Bowl stadium (1501 NW 3rd Street) is an older structural steel framed stadium subject to the corrosive effects of salt from wind and rain. It needs constant inspection and remedial repairs in order to maintain its structural integrity. In recent years the City has been spending approximately $1.5 to $2.0 million annually in structural and related repairs to the stadium and to make improvements. In the Homeland Defense Neighborhood Bonds approved by the voters, the City has budgeted $16.0 million for Orange Bowl Stadium Improvements. The work to be performed under a contract with the City for structural remediation includes annual structural inspection of the stadium, a report of stadium condition, program for repairs and remedial work, construction documents (drawing & specifications) and field supervision of the contractors work. Currently underway is a feasibility study for proposed Stadium improvements to be funded by above reference Bond funds. This work will require a complete architecture/engineering design team. The structural engineering firm may be part of this team. The work to be performed, under a separate contract with the City for future Stadium renovations and Improvements, will be to provide conceptual designs, prepare construction documents for bidding and award, to provide construction estimates, to assist with bidding of the project, and to inspect and administer the construction contract, working closely with the CIP staff. 0 City of Miami, Florida PROJECT NO.2 RFQ #02-03-163 VIRRICK PARK COMMUNITY CENTER — LIBRARY AND CLASSROOM ADDITION TYPE OF TEAM DESIRED The design team should be headed by an architectural firm with considerable parks and public facilities and library experience, The team shall include a structural engineer, mechanical (plumbing, HVAC, fire protection) engineers and an electrical engineer. PROJECT DESCRIPTION The Virrick Park Community Center (3580 Day Avenue) is a multipurpose park building which consists of a gymnasium with a stage at one end and a teen room at the other end. The building was designed to have a second phase addition of classrooms and a small public library. The architecture of the building is unique. One project requirement is to have the new addition of a compatible design to match the existing architecture. The proposed program consists of a public library, a computer classroom, a classroom/crafts room, a music practice room, and additional restrooms. The project has a construction budget of $1.3 million. The work to be performed under a contract with the City consists of conceptual design, construction documents (plans and specifications) for the approved design, assist with the bidding of the project, inspect the construction, and administer the construction contract. The construction documents are to be coordinated with the existing site, building and utilities. City of Miami, Florida PROJECT NO. 3 DINNER KEY MARINA — REPAIRS AND IMPROVEMENTS RFQ #02-03-163 TYPE OF TEAM DESIRED: The design team should be headed by a professional civil engineer with considerable marina and environmental permitting experience. The team shall include an expert consultant in the operation and economics of marina facilities. The civil engineer shall join with architects, mechanical and electrical engineers to provide improvements to the marina facilities as the City's program requires. PROJECT DESCRIPTION: In 1988, the original Dinner Key Marina (3400 Pan American Drive) was re -opened after being totally reconstructed and the number of boat slips had been increased to 580. The Marina had to be repaired after Hurricane Andrew and this work was completed in 1993. The main piers are of a pre -stressed concrete construction. The finger piers and piles (mooring, fender and fingers) are of a wood construction 10 to 15 years old. The work to be performed under a contract with the City consists of a complete inspection of the Marina and replacement of deteriorated existing wood piles and repairs of concrete piers and finger piers where necessary. The inspection shall include bathymetric investigating of the Marina bay bottom and where the bay bottom is silted upward, the Marina shall be dredged to proper water depths for the boats. A report of the Marina condition shall be prepared with a program for repairs and remedial work. The scope of work for this project includes construction documents (drawings and specifications), required environmental permits, bidding the project and field inspections and administration of the contractors' work. The inspection and report on the existing Marina shall include recommendations for upgrading the facility. Some of the desired improvements are new pier gates with electronic key locks, security camera system, improved and expanded restrooms, showers and laundry facilities. Other improvements include a second floor for the dock master's office and a marina clubhouse including restrooms, showers, lockers, exercise room and lounge, possibly in the City Hall basement area. There is a marina fueling facility under design and the new work and improvements shall be coordinated with this fueling facility. City of Miami, Florida PROJECT NO. 4 FIRE STATION No. 11 RFQ #02-03-963 TYPE OF TEAM DESIRED: The design team should be headed by an architectural firm with experience in the design of Fire and Rescue Stations or similar facilities. The team should include but is not limited to, a civil engineer, structural engineer, mechanical (plumbing, HVAC, fire protection) engineers and electrical engineers. PROJECT DESCRIPTION: Fire Station No. 11 (5920 W. Flagler Street) is an older existing building that has had several renovations and additions in the past. The Fire and Rescue Department wants to replace the existing fire station with a new state-of-the-art facility that will also be a prototype for several other fire stations they are planning to build. The project has a budget of approximately $2.0 million for design and construction under the City's Homeland Defense/Neighborhood Improvement Bond (HD/NIB) program. The work to be performed under a contract with the City consists of conceptual design, construction documents (plans and specifications), bidding of the project (through the City), inspection of the construction, and administering of the construction contract. The design of this fire station is intended to be a prototype for several other fire stations planned to be built under the HD/NIB Program. Future fire stations will be built by using the prototype building construction plans with a new site plan for each location. The architect selected for the project shall be prepared to negotiate a fee for the prototype design and construction plans as well as a fee for the re -use of these plans with a new site plan, as appropriate. 12 City of Miami, Florida PROJECT NO. 5 STORM WATER SEWER/ ROAD IMPROVEMENT/ DREDGING PROJECTS RFQ #02-03-163 TYPE OF TEAM DESIRED: The design team should be headed by a Civil Engineering firm with experience in storm sewer and drainage experience and with roadway improvement and waterway dredging experience. PROJECT DESCRIPTION: The City of Miami has numerous flood prone areas in neighborhoods throughout the City. (The locations of specific flood prone areas targeted for improvements can be provided by the CIP Dept.) There will be individual large projects or groups of smaller projects to be designed under contract with the City. Design teams are needed to provide designs, construction documents, obtain permits and perform construction administration on individual projects to remediate flooding in those areas. The design work includes but is not limited to, ex -filtration trenches, storm water pumping stations, and related storm sewer manholes, catch basins, curb and gutter, sidewalks and street improvements. The work may also include traffic studies and traffic calming devices, dredging of canals and shoreline stabilization. There is funding from Storm Water Utility Funds, FEMA, and from City bond funds for these projects. The work to be performed under a contract with the City consists of surveying, geotechnical and drainage studies, preliminary engineering design; construction documents (drawings and specifications), preparation of bid documents, assisting with the bidding, inspection of the work, and administering the construction contract. The projects include but are not limited to the following: Avalon Storm Sewers Ph III Garden Storm Sewers Auburn Storm Sewers Ph I and II Glenroyal Storm Sewers Auburn Storm Sewers Ph III Kinloch Storm Sewers Belle Meade Storm Sewers Ph I Lawnview Storm Sewers Citywide Local Drainage Project Liberty Storm Sewers Englewood Storm Sewers Ph III Little River Storm Sewer Retrofitting Ph II Fairlawn Storm Sewers Ph III Northwest Storm Sewers Fairway Storm Sewers NW 71 Street Trunk Main Storm Sewer Projects may be awarded to more than one consultant. 1; City of Miami, Florida PROJECT NO. 6 WATSON ISLAND DEVELOPMENT INFRASTRUCTURE DESIGN & COORDINATION RFQ #02-03-163 TYPE OF TEAM DESIRED: The consulting team should be headed by a civil engineering firm with experience in the planning, engineering, construction, and administration of land development projects. Consulting services are required from a civil engineer with support from a land planner and surveyor, who can research, master plan and design interconnected utilities and infrastructure, manage and coordinate construction, and provide permit assistance for several different development projects on Watson Island. The site utilities include water, electric, gas, telephone, sanitary sewers and storm drainage systems. The infrastructure primarily consists of interior circulation roads and connections to access ramps from 1- 395. The various developments are described below. The civil engineer will work independently, but in close interaction with City staff, the City's tenants, lessees, design professionals, and contractors hired by the City and others. Experience requirements include subsurface utility research and design, road design, local zoning and permitting, drainage calculations for site development, and construction management. Infrastructure design experience is required. Strong written and oral communication skills, and computer skills, including CAD, are highly desired. Activities shall include but are not limited to: • Coordination of utilities and infrastructure improvements • Coordination of construction staging for multiple projects • Design & supervise construction of specified interior circulation roads • Review and comment on requests from developers for variances, etc. • Review and comment on conceptual and construction plans • Coordination of quality assurance exercises to ensure that surveys, lease boundaries, civil engineering, etc. for various projects are compatible PROJECT DESCRIPTION: There will be 2 to 3 projects under construction at all times during the next 5 to 7 years on Watson Island. Currently, the Parrot Jungle and Miami Children's Museum are under construction. Within the next month, two parking facilities and a Japanese Garden will be under construction. The Visitor and Aviation Center will break ground in the next 6 months. Island Gardens, a mixed-use development with hotels, retail and a marina, are expected to follow. All of the projects on Watson Island are considered public-private ventures between a developer and the City. The civil engineer will be the City's project representative in the coordination of the above projects. I City of Miami, Florida RFQ #02-03-163 PROJECT NO. 7 ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS FOR CONSTRUCTION PROJECTS UNDER $1,000,000 AND STUDY ACTIVITIES UNDER $50,000 (2003-2005) BACKGROUND AND GENERAL INFORMATION: In November 2001, City of Miami voters approved a $255 million Homeland Defense/Neighborhood Improvement Bond program for various improvements throughout the City. The program is planned to be completed over a 10 year period. There are over 400 proposed projects that have been identified. The City is outsourcing the planning, design and preparation of construction documents and related work, to professional firms licensed in the State of Florida. Many of these Homeland Defense/Neighborhood Improvement Bond projects, Safe Neighborhood Parks Bond projects, and City funded capital projects have been assigned to architectural and engineering consulting firms that were previously selected for various projects. Many of the consultants reached their contract limit on fees or their contracts will soon expire. The City of Miami needs to conduct another selection process under Florida Statute 287.055 (Consultants Competitive Negotiations Act) to engage new consultants in specific disciplines of consulting as indicated herein. Miscellaneous Projects are limited to projects under $1 million in construction costs and $50,000 for study activities. The City has limited or may limit the maximum cumulative fee amounts paid for each category of consulting work. The professional services contract for miscellaneous projects will be for a two (2) year period with an option to renew for one (1) additional year for projects underway. The contract will continue until the assigned projects are completed or terminated by the City. The following is a list of the Professional Services categories for which the City is seeking consultants: ADA Compliance Consulting Assessing City facilities and plans for compliance. 2. Mechanical Engineering (HVAC, plumbing, fire sprinkler) - Consulting services, including reports, energy calculations, studies, plans & specs, estimating, and inspections. Expertise and experience in air conditioning, plumbing, water & sewer, fire sprinkler improvements and conduct plans processing through WASD, DERM, HRS and related permitting. 3. Architecture Provide drawings and specification for additions, renovations, and projects under $1 million construction cost. 4. Landscape Architecture Provide drawings and specification for landscaping projects under $1 million construction cost. 15 City of Miami, Florida RFQ #02-03-963 Environmental / Coastal Engineering Apply process and obtain permits from various environmental regulatory agencies, i.e. DERM, DEP and COE for City projects. Provide the designs and construction documents for environmental and marine projects. 6. Civil Engineering Provide designs, construction plans and specifications for site improvements for City facilities and for improvements in the public right-of-way. 7. Specifications Consultant Improvements to the City's construction documents and provide technical assistance with specifications. 8. Construction Cost Estimate Consultant Provide preliminary cost estimates of proposed projects and estimating consulting on construction plans and specs for projects under design. 9. Roofing Consultant Assess condition of existing City facility roofs, inspections, roof tests (moisture, pull-out, asbestos materials), and prepare roofing system, re -roofing recommendations & specs. 10. Electrical Engineering Provide electrical consulting services including reports, plans & specs for improvements to City facilities and public right-of-way. Expertise and experience in all electrical disciplines. 11. Structural Engineering Provide consulting services, including structural assessments, reports, plans & specs, cost estimating and "threshold" or special inspections for City properties. 12. Surveying Provide boundary and topographical surveys of City properties and adjacent public right- of-way as needed for capital improvement projects. 13. Transportation Consulting Consulting services, including reports, studies, coordination with community organizations, construction plans & specs, estimating and project management. Expertise and experience in traffic engineering, transportation planning, street and highway design, traffic calming design, transit planning, general engineering, coordination with the County Traffic Director, and planning capabilities. 14. Planning/Urban Design The work is defined as the town planning and urban design of neighborhoods with an emphasis on new urbanist principles and the public process. Services include the design of master plans, housing prototypes and regulations that emphasize human scale, historic context, public open spaces and the pedestrian realm for neighborhoods in the City of Miami. 16 City of Miami, Florida RFQ #02-03-163 3.0. RFQ GENERAL CONDITIONS 3.1. Acceptance/Rejection The City reserves the right to accept or reject any or all Responses or to select the Proposer(s) that, in the opinion of the City, will be in the best interest of and/or the most advantageous to the City. The City also reserves the right to reject the Response of any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this RFQ. The City reserves the right to waive any irregularities and technicalities and may, at its discretion, withdraw and/or re -advertise the RFQ. 3.2. City Not Liable for Delays It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Consultant, any sub -consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. The agreement will include a no damage for delay clause. 3.3. Contract Award and City's Rights The City reserves the right to accept or reject any or all responses to this RFQ, waive informalities, and request re -bids on the services specified in the RFQ. 3.4. Cost Incurred By Proposers All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Proposer(s). 3.5. Legal Requirements This RFQ is subject to all applicable federal, state, county and local laws, ordinances, rules and regulations that in any manner affect any and all of the services covered herein. Lack of knowledge by the Proposer shall in no way be cause for relief from responsibility. 3.6. Minority / Women Business Enterprise (M/WBE) Program Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida sets forth "..... a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women." To achieve the goal established by Ordinance 10062, vendors doing business with the City are encouraged to include minority firms as participants in their Responses. 17 City of Miami, Florida RFQ #02-03-163 3.7. Local Preference Local preference regarding this RFQ will be considered during the evaluation process for the provision of a specific service(s). 3.8. Non -Appropriation of Funds In the event no funds or insufficient funds are appropriated and budgeted or funding is otherwise unavailable in any fiscal period for payments due under the Contract, then the City, upon written notice to the Consultant or his/her assignee of such occurrence, shall have the unqualified right to terminate the Contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) Will be awarded to any firm(s). 3.9. Occupational License Requirement Any Proposer with a business location in the City, who submits a Proposal under this RFQ, shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Proposers with a business location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Proposal; however, the City may at its sole option and in its best interest allow the Proposer to supply the license to the City during the evaluation period, but prior to award. 3.10. Payment Payments to the Successful Proposer(s) shall be made in arrears, and based on work performed to the satisfaction of the City. No advance payments will be made at any time. Payment shall be made after delivery, within 45 days of receipt of an invoice for services/goods and pursuant to Florida Statute 218.74 (Florida's Prompt Payment Act) and other applicable laws. 3.11. One Proposal Only one (1) Proposal from an individual, firm, partnership, corporation or joint venture will be considered in response to this RFQ for each project and/or for each discipline for miscellaneous projects. 3.12. Minimum Qualification Requirements Each firm interested in responding to this Request for Qualifications must provide the information on the firm's qualifications and experience, qualifications of the project team, Project Manager's experience, and previous similar projects. See Section 5.0 "Instructions for Submitting a Response: (Submission Requirements). Submittals that do not respond completely to all requirements may be considered non-responsive and eliminated from the process. is City of Miami, Florida RFQ #02-03-163 3.13. Proposer Registration It is the policy of the City that all prospective Proposers complete a "Vendor Application" indicating the commodities/services which the Proposer can regularly supply to the City for inclusion on the City's Proposer/bidder's list. Should a prospective Proposer not be currently listed on the City's Proposer/bidder's list, a Vendor Application will be enclosed with the RFQ package. Proposers who have already submitted an application and secured a Vendor number from the City are not required to submit a new Vendor application. For any questions, contact the Vendor Registration Section at (305) 416- 1913. 3.14. Public Entity Crimes A person or affiliate who has been placed on the convicted Proposer list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public work's project, may not submit a response on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being placed on the convicted Bidder / Proposer list. 3.15. Resolution of Protests Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Section 18-103 of the City's Ordinance No. 12271 describing the protest ' procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS. 3.16. Review of Responses for Responsiveness Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal is one which follows the requirements of the RFQ, includes all documentation, is submitted in the format outlined in the RFQ, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Proposal non- responsive. A responsible Proposer is one that has the capability in all respects to fully perform the requirements set forth in the Proposal, and that has the integrity and reliability, which will assume good faith performance. 19 City of Miami, Florida RFQ #02-03-163 3.17. Sales Tax The City is State Sales Tax exempt. Notwithstanding, Proposers should be aware of the fact that all materials and supplies which are purchased by the Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08 Florida Statutes as amended and all amendments thereto and shall be paid solely by the Proposer. 3.18. First -source Hiring Agreements. (a) The commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the city commission at a public hearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the City which include professional services. Services include, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the City training and employment programs, and other residents of the City. I City of Miami, Florida RFQ #02-03-163 3.19 Employees are Responsibility of Successful Proposer(s) All employees of the Successful Proposer(s) shall be considered to be, at all times, the sole employees of the Successful Proposer(s) under its sole direction and not an employee or agent of the City. The Successful Proposer(s) shall supply competent and physically capable employees. The City may require the Successful Proposer(s) to remove an employee the City deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment under this contract is not in the best interest of the City. Each employee shall have and wear proper identification. All the services required herein shall be performed by the Successful Proposer(s), and all personnel engaged in performing the services shall be fully qualified to perform such services. All personnel of the Successful Proposer(s) must be covered by Workers Compensation, unemployment compensation and liability insurance, a copy of which is to be provided to the City. No personnel of the Successful Proposer may receive any City employment benefit. 3.20. Use of Name The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Proposal are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 3.21. Collusion The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement or connection either with any person, firm, or corporation submitting a Proposal for the same services, or with the City's Purchasing Department or initiating Department. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it is in compliance with the conflict of interest and code of ethics laws. The City will investigate all situations where collusion may have occurred and the City reserves the right to reject any and all Responses where collusion may have occurred. 3.22 Ownership of Documents Proposer understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Successful Proposer(s) or which is other wise obtained or prepared by Successful Proposer(s) pursuant to or under the terms of the RFQ is and shall at all times remain the property of the City. Successful Proposer(s) agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of the City, which may be withheld or conditioned by the City in its sole discretion. 3.23 Unauthorized Work Neither the qualified Proposer(s) nor any of his/her employees shall perform any work unless duly authorized by the Contract Administrator or his designated representative. The qualified Proposer(s) shall not be paid for any work performed outside the scope of 21 City of Miami, Florida RFQ #02-03-163 the contract or any work performed by an employee not otherwise previously authorized. 22 City of Miami, Florida RFQ #02-03-163 4.0. SPECIAL CONDITIONS OF PROPOSED CONTRACT(S) 4.1. Authorization Upon authorization of the City Commission (if required) the City Manager or his authorized designee shall negotiate all aspects of the Contract with the Successful Proposer(s). The City Attorney's Office will provide assistance to the City Manager or his designee during the negotiation of the Contract and must approve the Contract as to legal form and correctness prior to the City Commission's authorization (if required) for the execution of the Contract by the City Manager. The Contract shall comply with all applicable laws, City Charter, and code provisions. The contract shall include certain clauses which will safeguard the interests of the City including, without limitations, cancellation for convenience, hold harmless/indemnity, no damages for delay and no adverse interest to the City clauses. 4.2. General The Contract shall address, but not be limited to, the following terms and conditions: 4.2.1. AMENDMENTS TO THE CONTRACT(S) The City Manager shall have sole authority to amend the Contract on behalf of the City. 4.2.2. ASSIGNMENT OF CONTRACT The Successful Proposer(s) shall not assign any portions thereof, or any part of his/her operations, without written permission granted by the City through the City Manager, in the City's sole discretion. 4.2.3. COMPLIANCE WITH ORDERS AND LAWS AND CANCELLATION The Successful Proposer(s) shall comply with all local, state, and federal directives, ordinances, rules, orders, and laws as applicable to this RFQ. Non- compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of Contract. 4.2.4. CONFLICT OF INTEREST If any individual member of a proposing team, or an employee of a proposing team/firm, or an immediate family member of the same is also a member of any board, commission, or agency of the City, that individual is subject to the conflict of interest provisions of the City Code, Section 2-611. The Code states that no City officer, official, employee or board, commission or agency member, or a spouse, son, daughter, parent, brother or sister of such person, shall enter into any contract, transact any business with the City, or appear in representation of a third party before the City Commission. This prohibition may be waived in certain instances by the affirmative vote of 4/5 of the City Commission, after a public hearing, but is otherwise strictly enforced and remains effective for two years subsequent to a person's departure from City employment or board, commission or agency membership. 23 City of Miami, Florida RFQ #02-03-163 This prohibition does not preclude any person to whom it applies from submitting a Proposal. However, there is no guarantee or assurance that such person will be able to obtain the necessary waiver from the City, even if such person were the Successful Proposer(s). A letter indicating a conflict of interest for each individual to whom it applies shall accompany the submission package. The letter must contain the name of the individual who has the conflict; the relative(s), office, type of employment or other situation which may create the conflict; the board on which the individual is or has served; and the dates of service. 4.3. CONTRACT ADMINISTRATOR The Contract Administrator for the Contract shall be: Name Allan I. Poms, Chief Architect or His Designee Department Department of Capital Improvement Projects Address 444 S.W. 2nd Avenue, 8th Floor Miami, Florida 33130 4.4. CONTRACT / PROJECT MANAGER For each service proposed, Proposer shall include the name and telephone, and/or beeper number of the firm's intended City's Project Manager. In the event the Contract is awarded to Proposer, the City's Project Manager, designated by Successful Proposer(s), shall be available at one of these contact numbers on a daily basis during at least regular business hours, Monday through Friday, for purposes of addressing complaints and receiving information as to Contract performance. Should the Project Manager deemed acceptable by the City leave the Successful Proposer(s)'s firm for any reason, the City reserves the right to accept or reject any other proposed Project Manager. 4.5. INDEMNIFICATION The Successful Proposer(s) shall agree to indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnities") and each of them from and against all losses, costs, penalties, fines, damages, claims, expenses (including attorney's fees), liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non- performance of the services contemplated by the Contract which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of them or (ii) the failure of the Successful Proposer(s) to comply with any of the requirements specified within the Contract, or the failure of the Successful Proposer(s) to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance under the Contract. Successful Proposer(s) expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Successful Proposer(s), or any of its subcontractors, if applicable and as provided above, for which 24 City of Miami, Florida RFQ #02-03-963 the Successful Proposer(s)'s liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. The Indemnifications will be interpreted to comply with §725.06, Florida Statutes. 4.6. INSURANCE Within ten (10) days after notification of award, the Successful Proposer(s) shall furnish Evidence of Insurance to the Capital Improvements Department or to the Risk Management Department. Both departments are located at City of Miami, 444 SW 2 Avenue, Miami, FL 33130. Please refer to Section 6.3 Indemnification and Insurance. Execution of a Contract is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this RFQ, the Successful Proposer(s) shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Successful Proposer(s) fails to submit the required insurance documents in the manner prescribed in this RFQ, within fifteen (15) calendar days after the Successful Proposer(s) has been made aware of Commission award, the Proposer may be in default of the contractual terms and conditions. Under such circumstances, the Successful Proposer(s) may be prohibited from submitting future Responses to the City. Information regarding any insurance requirements shall be directed to the Risk Management Administrator, Risk Management Department, at (305) 416-1700. Additionally, Successful Proposer(s) may be liable to the City for the cost of re -procuring the services, caused by Successful Proposer(s)'s failure to submit the required documents. 4.7. HOLD HARMLESS The Successful Proposer(s) shall hold harmless and indemnify the City for any errors in the provision of services and for any fines which may result from the fault of the Successful Proposer(s). 4.8. AUDIT RIGHTS AND RECORDS RETENTION The Successful Proposer(s) agrees to provide access to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of the Successful Proposer(s) which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer(s) shall maintain and retain any and all books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment under the Contract and all other pending matters are closed. Successful Proposer(s)'s failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of the Contract by the City. 4.9. PROPOSER'S WARRANTY Proposer warrants that no one was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services specified herein. 4.10. OWNERSHIP OF DOCUMENTS The Successful Proposer(s) is permitted to make and maintain duplicate copies of the files, records, documents, etc. if the Successful Proposer(s) is desirous of such records 25 City of Miami, Florida RFQ #02-03-163 subsequent to contract termination. However, in no way shall the confidentiality as permitted by applicable law be breached. 26 City of Miami, Florida RFQ #02-03-163 5.0. INSTRUCTIONS FOR SUBMITTING A RESPONSE The following information and documents are required to be provided with Proposer's Response to this RFQ. Failure to do so may deem your proposal non-responsive. 5.1 Submission Requirements The following documents must be submitted as part of the Response to this RFQ: Separate submittal packages shall be submitted for each project and shall clearly indicate the project for which it is being submitted. Each submittal must contain the following documents, each fully completed, and signed as required. Submittals which do not 'include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed to be non- responsive. Non-responsive submittals will receive no further consideration. A. CONTENTS OF QUALIFICATION STATEMENT 1. Table of Contents The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Letter Provide a Letter on Interest indicating the specific project(s) for which the firm is applying. Provide a narrative which addresses the scope of work, the proposed approach to the work, and any other information called for by the RFQ. 3. Qualifications of the Firm Indicate the firm's number of years of experience in providing architectural, engineering and or landscape architectural professional services. Licenses and any other pertinent information shall be submitted. The minimum qualification requirements for this RFQ are described below. Respondents must submit the Proposer's Qualification Statement and Standard Form 254 for each project and provide any other documentation which demonstrates their ability to satisfy all of the minimum qualification requirements. Submittals which do not contain such documentation may be deemed non- responsive. 4. Qualifications of the Proiect Team Respondents must submit the Proposer Qualification Statement and Standard Form 255 for each project. List the members of the project team. Provide a list of the personnel to be used on each project and their qualifications. A brief resume including education, experience, licenses and any other pertinent information shall be included for each team member, for each project, including sub -consultants to be assigned to each project. Provide any other documentation which demonstrates their ability to satisfy 27 City of Miami, Florida RFQ #02-03-163 all of the minimum qualification requirements. Submittals which do not contain such documentation may be deemed non-responsive. 5. Proiect Manager's Experience: Provide a comprehensive summary of the experience and qualifications of the individual(s) who will be selected to serve as the project managers for the City. Individuals MUST have a minimum of five (5) years' experience in architectural, engineering or landscape architectural services, and have served as project manager/construction manager on similar projects on a minimum of three previous occasions. 6. Previous Similar Proiects: A list of similar projects must be submitted. Information should include: * Client Name, address, phone number. * Description of work. * Year the project was completed. * Total of fees paid to firm. * Total cost of the construction, estimated and actual. 7. Minority/Women Participation For Proposers seeking M/WBE consideration in the evaluation process, proposers must be certified by the City of Miami, State of Florida, Miami - Dade County School Board or Miami -Dade County as an M/WBErip or to proposal submission date. Additionally, the following documents must be submitted with Proposal, if applicable: City of Miami Minority/Business Affairs Registration Affidavit or an Affidavit from one of the above listed entities 8. Local Preference • Complete the attached Local Office Location Affidavit. • Provide location from which the Consultant will be based to perform the work. 9. Acknowledgment of Addenda and Respondent Information Forms (Section 6) "RFQ Response Forms" (see check list). Any firm(s) involved in a joint venture in its Proposal will be evaluated individually, as each firm of the joint venture would have to stand on its own merits. Proposer must clearly reflect in its Proposal any Sub -Consultants proposed to be utilized, and provide for the sub -consultant the same information required of Consultant. The City retains the right to accept or reject any Sub -Consultants proposed. Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposer's proposed system that does not meet the mandatory requirements is subject to immediate disqualification. 28 City of Miami, Florida RFQ #02-03-163 When responding to this RFQ, all Proposers shall adhere to the guidelines defined below. Any and all Responses that do not follow the prescribed format are subject to immediate disqualification. A. Completed Response forms, including all required forms included with this RFQ. Refer to Checklist(s) for guidance on the information and documentation to be provided with Response. B. Copy of Current City / County Occupational License(s), where applicable C. Additional forms and Acknowledgments • Proposers shall complete and submit as part of its Proposal all of the following forms and/or documents: • 6.1 RFQ Information Form • 6.2 Certificate of Authority • 6.3 Insurance Requirements • 6.4 Local Office Location Affidavit • 6.5 Debarment and Suspension Certificate • 6.6 Statement of Compliance with Ordinance 10032 • 6.7 Copy of Proposer's Occupational License • 6.8 Proof of current Miami M/WBE Certification, if applicable • 6.9 Conflict of Interest, if applicable • 6.10 Complete Proposal, including all required documentation Licenses, etc. FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 29 City of Miami, Florida 5.2. Response Format RFQ #02-03-163 One (1) original and nine (9) bound copies, for each project of your complete response to this RFQ must be delivered to: Ms. Priscilla A. Thompson, City Clerk City of Miami Office of the City Clerk 3500 Pan American Drive First Floor Miami, Florida 33133 Responses must be clearly marked on the outside of the package referencing RFQ NO. 02-03-163, ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR SPECIFIC CAPITAL PROJECTS AND FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS. Responses received after the date and time stated in the RFQ will not be accepted and shall be returned unopened to Proposer. Responses received at any other location than the aforementioned or after the Proposal submission date and time shall be deemed non-responsive. Responses should be signed by an official authorized to bind the Proposer to the provisions given in the Proposal. Responses are to remain valid for at least 180 days. Upon award of a Contract, the contents of the Proposal of the Successful Proposer(s) may be included as part of the Contract, at the City's discretion. Proposers must provide a response to each issue. Responses should be prepared in a concise manner with an emphasis on completeness and clarity. 30 City of Miami, Florida 6.0. RFQ RESPONSE FORMS RFQ #02-03-163 CHECK LIST This checklist is provided to help you conform to all form/document requirements stipulated in this RFQ and attached herein. 31 Submitted With Proposal 6.1 RFQ Information Form This form must be completed, signed, and returned with Proposal. YES 6.2 Certificate of Authority, to be completed, signed and returned with Proposal. Complete applicable form only. 6.2.1. Certificate of Authority (If Corporation) 6.2.2. Certificate of Authority (If Partnership) 6.2.3. Certificate of Authority (If Joint Venture) 6.2.4. Certificate of Authority (If Individual) YES 6.3 Insurance Requirements Acknowledgment of receipt of information on the insurance requirements for this RFQ (must be signed) YES 6.4 Primary Office Location Affidavit, if applicable YES 6.5 Debarment and Suspension Certificate (must be signed) YES 6.6 Statement of Compliance with Ordinance 10032 YES 6.7 Proof of current Occupational License YES 6.8 Proof of current M/WBE Certification, if applicable Applies to M/WBE firms registered with the City See 3.6 of General Conditions Provide copy of registration. YES 6.9 Conflict of Interest, if applicable See 4.2.5 of Special Conditions of Proposed Contract YES 6.10 Complete Proposal with all required documentation See 5.1 of Instructions for Submitting a Response YES 31 City of Miami, Florida 6.1. RFQ INFORMATION FORM RFQ #02-03-163 RFQ NO. 02-03-163 ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR SPECIFIC CAPITAL PROJECTS AND FOR MISCELLANEOUS CONTINUING SERVICE CONTRACTS Please designate below, the project for which this response is submitted for. Each project requires a separate submittal as defined in Section 5.2 of the INSTRUCTIONS FOR SUBMITTING A RESPONSE. 1. ❑ ORANGE BOWL STADIUM Structural Remediation 2. ❑ VIRRICK PARK COMMUNITY CENTER Library and Classroom Addition 3. ❑ DINNER KEY MARINA Repairs and Improvements 4. ❑ PROTOTYPE FIRE STATION FOR NEW FIRE STATION NO. 11 5. ❑ STORM WATER/ROAD IMPROVEMENT/ DREDGING PROJECTS 6. ❑ WATSON ISLAND DEVELOPMENT INFRASTRUCTURE DESIGN & COORDINATION 7. Miscellaneous Projects are limited to projects under $1 million in construction costs and $50,000 for study activities. The City has limited or may limit the maximum cumulative fee amounts paid for each category of consulting work. The professional services contract for miscellaneous projects will be for a two (2) year period with an option to renew for one (1) additional year for projects underway. The contract will continue until the assigned projects are completed or terminated by the City. Please designate below, the discipline(s) for which this response is submitted for ❑ ADA Compliance Consulting ❑ ❑ Mechanical Engineering ❑ ❑ Architecture ❑ ❑ Environmental/Coastal Engineering ❑ Construction Cost Estimate Consultant Roofing Consultant Electrical Engineering Structural Engineering ❑ Civil Engineering ❑ Surveying ❑ Specifications Consultant ❑ Transportation Planning ❑ Landscape Architecture ❑ Planning/Urban Design 32 City of Miami, Florida RFQ #02-03-163 I certify that any and all information contained in this RFQ is true; and I further certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer firm. Please print the following and sign your name: Firm's Name: Principal Business Address: Telephone: E-mail address: @ Name: Title: Authorized Signature: Fax: 33 City of Miami, Florida 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of 20 , the following resolution was duly passed and adopted: , held on RFQ #02-03-963 "RESOLVED, that, as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of 20 Secretary: (SEAL) FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 34 City of Miami, Florida 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) RFQ #02-03-163 STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20 to the City of Miami and this partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Secretary: (SEAL) FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 35 City of Miami, Florida 6.2.3 STATE OF COUNTY OF CERTIFICATE OF AUTHORITY SS: (IF JOINT VENTURE) I HEREBY CERTIFY that a meeting of the Principals of the RFQ #02-03-163 organized and existing under the laws of the State of held on , 20 the following resolution was duly passed and adopted: "RESOLVED, as Venture be and is hereby authorized to execute the Proposal dated, 20 City of Miami official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 120 Secretary: (SEAL) of the Joint , to the FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 36 City of Miami, Florida 6.2.4 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF ) ) SS: COUNTY OF ) I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) exist under the laws of the State of Florida. (if applicable) RFQ #02-03-963 "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 37 City of Miami, Florida RFQ #02-03-163 6.3. INDEMNIFICATION AND INSURANCE INDEMNIFICATION Successful Proposer(s) shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnities") and each of them from and against all loss, cost, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by the Contract which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Successful Proposer(s) or its employees, agents, or subcontractors (collectively referred to as "Proposer"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent, or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of them or (ii) the failure of the Successful Proposer(s) to comply with any of the provisions in the Contract or the failure of the Successful Proposer(s) to conform to statutes, ordinances or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of the Contract. Successful Proposer(s) expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Proposer, or any of its subcontractors, as provided above, for which the Successful Proposer(s)'s liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Successful Proposer(s) further agrees to indemnify, defend and hold harmless the Indemnities from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, in any way related, directly or indirectly, to Successful Proposer(s)'s performance under the Contract, compliance with which is left by the Contract to the Proposer, and (ii) any and all claims, and/or suits for labor and materials furnished by the Successful Proposer(s) or utilized in the performance of the Contract or otherwise. Where not specifically prohibited by law, Successful Proposer(s) further specifically agrees to indemnify, defend and hold harmless the Indemnities from all claims and suits for any liability, including, but not limited to, injury, death, or damage to any person or property whatsoever, caused by, arising from, incident to, connected with or growing out of the performance or non-performance of the Contract which is, or is alleged to be, caused in part (whether joint, concurrent or contributing) or in whole by any act, omission, default, or negligence (whether active or passive) of the Indemnities. The foregoing indemnity shall also include liability imposed by any doctrine of strict liability. The Successful Proposer(s) shall furnish to City of Miami, c/o Capital Improvement Department, 444 SW 2nd Avenue, 81h Floor, Miami, Florida 33130, Certificate(s) of Insurance prior to contract execution which indicate that insurance coverage has been obtained which meets the requirements as outlined below: COMMERCIAL GENERAL LIABILITY A. Limits of Liability Bodily Injury and Property Combined Single Limit Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required City of Miami included as an Additional Insured Employees included as insured Contractual Liability Waiver of Subrogation Premises/ Operations Care, Custody and Control Exclusion Removed 38 $1,000,000 $2,000,000 $1,000,000 $1,000,000 City of Miami, Florida II. AUTOMOBILE BUSINESS A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included as an Additional Insured Employees included as insured Waiver of Subrogation III. WORKER'S COMPENSATION Limits of Liability Statutory -State of Florida IV. PROFESSIONAL LIABILITY/ERRORS AND OMISSIONS COVERAGE Combined Single Limit Each Occurrence $2,000,D00 General Aggregate Limit $2,000,000 Deductible- not to exceed 10% RFQ #02-03-183 The City is required to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Successful Proposer(s). 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 "A" as to management, and no less than "Class X" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFQ NUMBER AND/OR TITLE OF RFQ MUST APPEAR ON EACH CERTIFICATE Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his liability and obligation under this section or under any other section of this Agreement. The Successful Proposer(s) shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Proposer(s). --if insurance certificates are scheduled to expire during the contractual period, the Successful Proposer(s) shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: 39 City of Miami, Florida RFQ #02-03-163 A) Suspend the Contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFQ. B) The City may, at its sole discretion, terminate the Contract for cause and seek re -procurement damages from the Successful Proposer(s) in conjunction with the violation of the terms and conditions of the Contract. The undersigned Proposer acknowledges that they have read the above information and agrees to comply with all the above City requirements. Proposer: (Company name) Date: Signature: Print Name: FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 40 City of Miami, Florida RFQ #02-03-963 6.4. LOCAL OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Miami. Legal Name of Firm: Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [j Corporation Corporation Doc. No Date of Issuance: PRESENT Street Address: Date Established: Occupational License No: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. Authorized Signature Print Name Title Authorized Signature Print Name (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF MIAMI-DADE [] Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 200_ [] Produced identification: Notary Public, State of Florida My Commission expires Printed name of Notary Public 41 City of Miami, Florida RFQ #02-03-163 Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office location. 42 City of Miami, Florida 6.6. DEBARMENT AND SUSPENSION RFQ #02-03-163 (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company name: Signature: Date: FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 43 City of Miami, Florida RFQ #02-03-163 6.6. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Proposer will complete and submit the following questions as part of the RFQ Proposal. Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer(s) and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1 3) 4) 5) 6). 7). 8) (Use additional sheets if necessary) PROPOSER NAME: SIGNATURE/TITLE.- DATE: IGNATURE/TITLE: DATE: FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOSAL. 44 City of Miami, Florida 7.0 EVALUATION/SELECTION PROCESS The procedure for response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening and listing of all responses received. RFQ #02-03-963 4. A Certification Committee consisting of design professionals and City staff will review each submission for compliance with the submission requirements of the RFQ, including verifying that each submission includes all documents required. In addition, the Certification Committee will ascertain whether the provider is qualified to render the required services according to State regulations. 5. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each certified response in accordance with the requirements of this RFQ. The Committee shall select a minimum of three (3) firms for each project deemed to be the most highly qualified to perform the required service, unless fewer than three proposals are received, to provide brief public presentations. 6. The Evaluation Committee shall forward their recommendation to the City Manager in rank order the response or responses of which the Evaluation Committee deems to be in the best interest of the City. EVALUATION CRITERIA Responses shall be evaluated based upon the following criteria and weight: r:RITFRIA Proposer's Qualifications and Experience Proposer's Ability to Perform Required Services Approach to Scope of Work Previous Similar Projects Minority / Women Business Enterprise Participation Local Preference (City of Miami) 45 PERCENTAGE 30 20 25 20 2.5 2.5 100% City of Miami, Florida RFQ #02-03-163 EVALUATION/SELECTION PROCESS — Continued 7. After considering the recommendation (s) of the Evaluation Committee, the City Manager shall recommend to the City Commission, in rank order, the response or responses which the City Manager deems to be in the best interest of the City. 8. The City Commission shall consider the City Manager's and the Evaluation Committees recommendations) and, if appropriate and required, approve the City Manager's recommendation (s). The City Commission may also reject any or all responses 46