HomeMy WebLinkAboutmiami beach documentsTABLE OF CONTENTS
I, OVERVIEW AND PROPOSAL PROCEDURES
II. SCOPE OF SERVICES
M. PROPOSAL FORMAT
IV. EVALUATION/SELECTION PROCESS
AND CRITERIA FOR EVALUATION
V. GENERAL PROVISIONS
VI. SPECIAL TERMS AND CONDITIONS
VII. ATTACHMENTS
VIII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED
TO CITY
IX. LOBBYISTS ORDINANCE
X. CONE OF SILENCE ORDINANCE
XI. DEBARMENT ORDINANCE
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Paea
6-13
14-15
16 -17
18-19
20-21
22
23
24-33
34-37
38-41
42 - 50
Page 5 of 5 0
a
SECTION I - OVERVIEW AND PROPOSAL PROCEDURES:
A. INTRODUCTIONBACKGROUND
The City of Miami Beach ("the City") is seeking Proposals from qualified Consultants to develop,
implement and assist in executing a Job Order Contracting System. This system is necessary to enhance the
current contracting operations. The main objective of the system would be to enable the City to rapidly
engage contractors to perform construction and construction related services.
Achieving timely and cost effective procurement of maintenance and construction services is one of the most
difficult and challenging facility related tasks facing the City of Miami Beach. Complying with the standard
procurement regulations required for traditional construction services contracts, combined with the
necessary technical component of defining the requirements (i.e. architectural and engineering drawings and
specifications) for bidding, makes it difficult to be responsive to facility users in a timely manner.
The City's dynamic environment has created a need for facility managers to have a more responsive
contracting technique for the accomplishment of maintenance, repair and minor construction projects.
Constraints imposed by the existing supply, contracting and personnel systems limit the facility manager's
ability to respond to urgent and time sensitive requirements.
B. RFP TIMETABLE
The anticipated schedule for this RFP and contract approval is as follows:
Pre -Proposal Conference
Deadline for receipt of questions
Deadline for receipt of proposals
Evaluation committee meeting
Commission acceptance of City Manager's
Recommendation, Authorization to Enter
Into Negotiations, and Contract Award
August 9, 2001, 10:00 a.m.
August 17, 2001, 5:00 p.m.
August 24, 2001, 3:00 p.m.
August 31, 2001
September 20, 2001
Contract negotiations and Contract September 20, 2001 through
Execution September 28, 2001
Projected contract start date October 1, 2001
RFP NO. 49-00/01 CITY OF MIA►NII BEACH
DATE: 07/24/01 Page 6 of 5 0
C. PROPOSAL SUBMISSION
An original and ten (10) copies of complete proposal must be received by August 24, 2001 at
3:00 p.m. and will be opened on that day at that time. The original and all copies must be
submitted to the Procurement Division in a sealed envelope or container stating on the outside the
Proposer4 name, address, telephone number, RFP number and title, and proposal due date.
The responsibility for submitting a response to this RFP to the Procurement Division on or before
the stated time and date will be solely and strictly that of the Proposer. The City will in no way be
responsible for delays caused by the U.S. Post Office or caused by any other entity or by any
occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND
TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED.
D.
PRE -PROPOSAL CONFERENCE
A pre -proposal conference has been scheduled as follows:
Date: August 9, 2001
Time: 10:00 a.m.
Place: City Hall
First floor Conference Room
1700 Convention Center Drive
Miami Beach, Florida.
E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA
The contact person for this RFP is the Procurement Director at (305) 673-7490. Proposers are
advised that from the date of release of this RFP until award of the contract, no contact with City
personnel related to this RFP is permitted, except as provided pursuant to Ordinance No. 99-
3564, the City ?Cone of Silence@Ordinance. Any such unauthorized contact may result in the
disqualification of the Proposers submittal•
Requests for additional information or clarifications must be made in writing to the Procurement
Director, with copies to the City Clerk, no later than the date specified in the RFP timetable.
Facsimiles will be accepted at (305) 673-7851.
The City will issue replies to inquiries and any other corrections or amendments it deems necessary
in written addenda issued prior to the deadline for responding to the RFP. Proposers should not
rely on representations, statements, or explanations other than those made in this RFP or in any
written addendum to this RFP. Proposers are required to acknowledge the number of addenda
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 7of50
received as part of their proposals. The Proposer should verify with the Procurement
Division prior to submitting a proposal that all addenda have been received
F. PROPOSAL GUARANTY
None required.
G. MODIFICATION/WITHDRAWALS OF PROPOSALS
A Proposer may submit a modified proposal to replace all or any portion of a previously submitted
proposal up until the proposal due date and time. Modifications received after the proposal due
date and time will not be considered.
Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the
proposal due date or after expiration of 120 calendar days from the opening of proposals without
a contract award Letters of withdrawal received after the proposal due date and before said
expiration date and letters of withdrawal received after contract award will not be considered.
H. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all,
proposals; re -advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any
irregularities in this RFP, or in any proposals received as a result of this RFP.
I. COSTS INCURRED BY PROPOSERS
All expenses involved with the preparation and submission of proposals to the City, or any work
performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not
be reimbursed by the City.
• J. VENDOR APPLICATION
The City has contracted with DemandStar by Onvia as our electronic procurement service for
automatic notification of bid opportunities and document fulfillment. We encourage you to
participate in this bid notification system. To find out how you can receive automatic bid
notifications or to obtain a copy of this RFP, go to www.demandstar.com or call toll -free
1-800-711-1712, and request Document#493. Subscribing to DemandSiar by Onvia's bid
notification system is not a requirement You will still be able to find bid information and download
documents through the City's website (http://ci.miami-beach.fl.us). From the City's home page,
click on Index, scroll down to Bids, RFPs, RFQs, etc., click on Bid Information and Bid Status,
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page B of 5 0
double click on Order (Actions Column), and double click on Download documents for a fee.
You will be charged an administrative fee of $5.00 to download this document.
It is the responsibility of the Proposer to inform DemandStar of any changes, such as new address,
telephone number, or commodities.
K. EXCEPTIONS TO RFP
Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP,
and outline what alternative is being offered. The City, at its sole and absolute discretion, may
accept or reject the exceptions. In cases in which exceptions are rejected, the City may require
the Proposer to furnish the services or goods originally described, or negotiate an alternative
acceptable to the City.
L. SUNSHINE LAW
Proposers are hereby notified that all information submitted as part of a response to this RFP will
be available for public inspection after opening of proposals, in compliance with Chapter 286,
Florida Statutes, known as the Xf3ovemment in the Sunshine Law®
M. NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without discussion, or may
require Proposers to give oral presentations based on their proposals. The City reserves the right
to enter into negotiations with the top -ranked Proposer, and if the City and the top -ranked
Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations
and begin negotiations with the second -ranked Proposer. This process may continue until a
contract has been executed or all proposals have been rejected. No Proposer shall have any rights
in the subject project or property or against the City arising from such negotiations.
N. PROTEST PROCEDURE
Proposers that are not selected may protest any recommendations for proposal award by sending
a formal protest letter to the Procurement Director, which letter must be received no later than five
(5) calendar days after selection of the successful Proposer by the City Commission. The
Procurement Director will notify the pmtester of the cost and time necessary for a written reply, and
all costs accruing to an award challenge shall be assumed by the protester. Any protests received
after five (5) calendar days from proposal award by the City Commission will not be considered,
and the basis or bases for said protest shall be deemed to have been waived by the protester.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 9 of50
O. RULES; REGULATIONS; LICENSING REQUIREMENTS
Proposers are expected to be familiar with, and comply with, all Federal, State and local laws,
ordinances, codes, and regulations that may in any way affect the services offered, including the
Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines,
and all EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve
it from responsibility for compliance.
P. DEFAULT
Q.
Failure or refusal of a Proposer to execute a contract following award by the City Commission, or
untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture
of that portion of any surety required as liquidated damages to the City. Where surety is not
required, such failure may result in a claim for damages by the City and may be grounds for
removing the Proposer from the City- vendor list.
CONFLICT OF INTEREST
All Proposers must disclose with their proposal the name(s) of any officer, director, agent, or
immediate family member (spouse, parent, sibling, child) who is also an employee of the City of
Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,
either directly or indirectly, an interest of ten (1 O%) percent or more in the Proposer or any of its
affiliates.
R. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS
All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws,
as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws
are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition
to disqualification of their proposals, in the event of such non-compliance.
S. PROPOSERS RESPONSIBILITY
Before submitting proposal, each Proposer shall make all investigations and examinations necessary
to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance
of such conditions and requirements resulting from failure to make such investigations and
moons will not relieve the successful Proposer from any obligation to comply with every detail
and with all provisions and requirements of the contract documents, and will not be accepted as a
basis for any claim whatsoever for any monetary consideration on the part of the Proposer.
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 10 of 5 0
T. RELATION OF CITY
It is the intent of the parties hereto that the successful Proposer be legally considered to be an
independent contractor and that neither the Proposer nor the Proposer* employees and agents
shall, under any circumstances, be considered employees or agents of the City.
U. PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crimes may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair
of a public building or public work, may not submit bids on leases of real property to public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under
a contract with a public entity , and may not transact business with any publib entity in excess of the
threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
V. CONE OF SILENCE
You are hereby advised that this RFP is subject to the "Cone of Silence", in accordance with
Ordinance No. 99-3164. From the time of advertising until the City Manager issues his
recommendation, and said RFP is awarded, there is a prohibition on communication with the City's
administrative staff The Ordinance does not apply to oral communications at pre -bid conferences,
if held, oral presentations before evaluation committees, contract discussions during any duly
noticed public meeting, public presentations made to the City Commission during any duly noticed
public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, or
bid by the City Commission, or communications in writing at any time with any City employee,
official, or member of the City Commission unless specifically prohibited. A copy of all written
communications must be filed with the City Clerk Violation of these provisions by any particular
Bidder or Proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said
Bidder or Proposer void, and said Bidder or Proposer shall not be considered for any RFP, RFQ,
RFLI or bid for a contract for the provision of goods or services for a period of one (1)year.
W. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFP is further subject to City of Miami Beach Ordinance
No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City*
Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well
as, disq»alif cation from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid.
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 11 of 5 0
X. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS
Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City shall give a
campaign contribution directly, or through a member of the person's immediate family, or through
a political action committee, or through any other person, to a candidate, or to the campaign
committee of a candidate, for the offices of mayor or commissioner. No candidate, or campaign
committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any
campaign contribution from a person who is a vendor to the City, or through a member of the
person's immediate family, or through a political action committee, or through any other person on
behalf of the person. This prohibition applies to natural persons and to persons who hold a
controlling financial interest in business entities.
A "Vendor" is a person who transacts business with the City, or has been approved by the City
Commission to transact business with the City, or is listed on the City Manager's approved vendor
list.
A fine of up to $500.00 shall be imposed on every person who violates this prohibition. Each act
of solicitation, giving or receiving a contribution in violation of this paragraph shall constitute a
separate violation. All contributions received by a candidate in violation of this paragraph shall be
forfeited to the City's general revenue fund.
A person who directly, or through a member of the person's immediate family, or through a political
action committee, or through any other person makes a contribution to a candidate who is elected
to the office of mayor or commissioner shall be disqualified for a period of twelve (12) months
following the swearing in of the subject elected official fiom transacting business with the City.
As of May 17, 2001, the following individuals have submitted Form DS-DE 9 (Appointment of
Campaign Treasure and Designation of Campaign Depository for Candidates):
David Dearer
Nancy Liebman
Elaine Bloom
Jose Smith
Bernie Navarro
Saul Gross
Julio Lora
Daniel Pearson
Richard Steinberg
Spencer Eig
Rony Curvelo
Tony Brooks
Jose (Jo) Asmundsson
Stanley K. Shapiro
Rev. Fermin Castanedas
REP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 12 of 5 0
Please contact the City Clerk's Office at 305-673-7411, to determine if other candidates have
been subsequently added to the list.
Y. CODE OF BUSINESS ETHICS
Pursuant to Resolution No.2000-23879 each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement
Division with your bid/response or within five days upon receipt of request.
The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all
applicable governmental rules and regulations including, among others, the conflict of interest,
lobbying and ethics provision of the City Code.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 13 of50
SECTION II - SCOPE OF SERVICES
Scope of Services. The City of Miami Beach ("the City") is seeking Proposals from qualified Consultants
to develop, implement and assist in executing a Job Order Contracting System. This system is necessary
to enhance the current contracting operations. The main objective of the system would be to enable the City
to rapidly engage contractors to perform construction and construction related services. The minimum
required scope of services is as follows:
A. Document Preparation The Consultant must develop the full set of customized Job Order Contracting
documentation including a City of Miami Beach specific Unit Price Book, Technical Specifications and the
Contractual Terms and Conditions.
(1). The City Unit Price Book shall contain no less than 100,000 individual construction tasks along
with an associated unit price. Each unit price shall be developed based on the prevailing equipment,
material and labor prices within the City's geographical region. The use of factors in localizing prices
is not acceptable.
(2) The Technical Specifications shall be developed in conjunction with the Unit Price Book and,
where available, the City standards must be incorporated.
(3) The contractual Terms and Conditions shall be developed in conjunction with the City's staff
and shall include all appropriate contract language and fowls.
B. Procurement Support. The JOC consultant must be capable of providing the City with complete
technical and marketing support during the procurement phase. Qualified staff with extensive public sector
procurement experience must provide this support. The JOC consultant will be required to organize and
conduct pre bid meetings with the intending bidders as well as make presentations on behalf of the City with
various business and contracting organizations.
C. Systems. The JOC Consultant must provide to the City a comprehensive JOC management information
and support system. This system must be compatible with the Windows operating system for personal
computers. The JOC management information and support system must be capable of providing full project
tracking, automated development of cost proposals and independent the City estimates, generation of all
project documentation, providing a project scheduling capability, budget and cost control, and the
generation of customized reports. The system must be capable of incorporating current the City forms and
documentation..
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 14 of 5 0
D. Training. Training is essential to ensuring that the JOC system functions properly. As part of the
proposal, the consultant needs to consider the development of specialized training courses that would
involve all parties utilizing the system. This may include:
Procurement Staff
Field Staff
Engineers
Clerical Administrative Staff and
Contractors
All aspects of the system are to be covered in the training. This must include but is not limited to the
following:
JOC Execution
Implementation Procedures
System Training
Post Implementation Follow Up
Refreshers as needed.
All training is to be "Hands On" with functional use and individual performance as the objective.
E. Technical Support. A major component of the proposed system should include the follow on technical
support. Expectations would include assisting the City in execution procedures, troubleshooting,
implementation, and continuous system monitoring. Technical support is considered to be an on -going
management support for the operational system.
RFP NO. 49-00/01 CITY OF MIAIVII BEACH
DATE: 07/24/01 Page 15 of 5 0
SECTION III - PROPOSAL FORMAT
Proposals must contain the following documents, each fully completed and signed as required. Proposals
which do not include all required documentation or are not submitted in the required format, or which do
not have the appropriate signatures on each document, may be deemed to be non -responsive. Non-
responsive proposals will receive no further consideration.
A. CONTENTS OF PROPOSAL
1. Table of Contents
Outline in sequential order the major areas of the proposal, including enclosures. All pages
must be consecutively numbered and correspond to the table of contents.
2. Proposal Points to Address:
Proposer must respond to all minimum requirements listed below, and . provide
documentation which demonstrates ability to satisfy all of the minimum qualification
requirements. Proposals which do not contain such documentation may be deemed non-
responsive.
3. Price Proposal
Firms are requested to quote fees for the work they are proposing to perform.
4 Additive Alternates
(OPTIONAL)
5. Acknowledgment of Addenda and Proposer Information forms (Section VIM
6. Any other document required by this RFP, such as a Questionnaire or Proposal Guaranty.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 16of50
0
B. MINIMUM REQUIREMENTS / QUALIFICATIONS:
Previous Similar Projects:
A list of a minimum often similar projects must be submitted Information should include:
* Client Name, address, contact phone number.
* Description of similar scope of services.
* Month and Year the project was started and completed.
5. Training
(IF APPLICABLE).
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 17 of50
SECTION IV - EVALUATION/SELECTION PROCESS: CRITERIA FOR EVALUATION
The procedure for proposal evaluation and selection is as follows:
1. Request for Proposals issued.
2. Receipt of proposals.
3. Opening and listing of all proposals received.
4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal
in accordance with the requirements of this RFP. If further information is desired, proposers may
be requested to make additional written submissions or oral presentations to the Evaluation
Committee.
5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals
acceptance of which the Evaluation Committee deems to be in the best interest of the City.
The Evaluation Committee shall base its recommendation on the following criteria:
Criteria Weights
1. Consulting Experience 10
2. Experience Relative to the full Development
and Implementation of Job Order Contracting Systems 40
3. Organization Structure/Staffing 10
4. Qualifications of Personnel 15
5. References 10
6. Fee Proposal 15
Total - All Criteria 100
6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall
recommend to the City Commission the proposal or proposals acceptance of which the City
Manager deems to be in the best interest of the City.
7. The City Commission shall consider the City Managers recommendation(s) in light of the
recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the
City Manager4 recomrnendation(s). The City Commission may reject City Manager4
recommendation(s) and select another proposal or proposals. In any case, City Commission shall
select the proposal or proposals acceptance of which the City Commission deems to be in the best
interest of the City. The City Commission may also reject all proposals.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 18 of 5 0
8. Negotiations between the selected proposer and the City Manager or designee take place to arrive
at a contract If the City Commission has so directed, the City Manager may proceed to negotiate
a contract with a proposer other than the top -ranked proposer if the negotiations with the top -
ranked proposer fail to produce a mutually acceptable contract within a reasonable period of time.
9. If the City Commission has so approved, the City Manager or designee after successful
negotiations, will present a contract acceptable to the respective parties to the City Attomey's office
for approval as to form and language, and then to the Mayor and City Clerk for signature after the
selected proposer has done so.
Note:
By submitting a proposal, all Proposers shall be deemed to understand and agree that no property
interest or legal right of any kind shall be created at any point during the aforesaid
evaluation/selection process until and unless a contract has been agreed to and signed by both
parties.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 19 of 5 0
SECTION V - GENERAL PROVISIONS
A. ASSIGNMENT
The successful proposer shall not enter into any sub -contract, retain consultants, or assign, transfer,
convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest
therein, or its power to execute such contract to any person, firm, or corporation without prior
written consent of the City. Any unauthorized assignment shall constitute default by the successful
proposer.
B. INDEMNIFICATION
The successful proposer shall be required to agree to indemnify and hold harmless the City of
Miami Beach and its officers, employees, and agents, from and against any and all actions, claims,
liabilities, losses and expenses, including but not limited to attorneys=fees, for personal; economic
or bodily injury, wrongfiil death, loss of or damage to property, in law or in equity, which may arise
or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the
successful proposer, its employees, or agents in connection with the performance of. service
pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and
shall pay all such costs and judgments which may issue from any lawsuit arising from such claims
and losses, and shall pay all costs expended by the City in the defense of such claims and losses,
including appeals.
C. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in
a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to
the Agreement, the City shall thereupon have the right to terminate the services then remaining to
be performed by giving written notice to the successful proposer of such termination which shall
become effective upon receipt by the successful proposer of the written termination notice.
In that event, the City shall compensate the successful proposer in accordance with the Agreement
for all services performed by the proposer prior to termination, net of any costs incurred by the City
as a consequence of the default.
Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for
damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the
City may reasonably withhold payments to the successful proposer for the purposes of set offuntil
such time as the exact amount of damages due the City from the successful proposer is determined
REP NO.49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 20of50
D. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at any
time without cause by giving written notice to successful proposer of such termination, which shall
become effective thirty (30) days following receipt by proposer of such notice. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the City. If the
Agreement is terminated by the City as provided in this section, the City shall compensate the
successful proposer in accordance with the Agreement for all services actually performed by the
successful proposer and reasonable direct costs of successful proposer for assembling and
delivering to City all documents. No compensation shall be due to the successful proposer for any
profits that the successful proposer expected to earn on the balanced of the Agreement. Such
payments shall be the total extent of the City's liability to the successful proposer upon a termination
as provided for in this section.
RFP NO. 49-00/01 CITY OF MAIM BEACH
DATE: 07/24/01
Page 21 of 5 0
SECTION VI - SPECIAL TERMS AND CONDITIONS
INSURANCE: Successful Proposer shall obtain, provide and maintain during the term of the
Agreement the following types and amounts of insurance which shall be maintained with insurers licensed
to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's
Insurance Guide. Any exceptions to these requirements must be approved by the City* Risk Management
Department:
Commercial General Liability. A policy including, but not limited to, comprehensive
general liability including bodily injury, personal injury, property damage in the amount of a combined single
limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami
Beach must be named as certificate holder.and additional insured on policy.
Automobile Liability. A policy including, but not limited to, automobile liability including bodily
injury, personal injury, property damage in the amount of a combined single limit of not less than
$1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be
named as certificate holder and additional insured on policy.
Worker's Compensation. A policy of Worker's Compensation and Employers Liability
Insurance in accordance with State worker's compensation laws as required per Florida Statutes.
Said policies of insurance shall be primary to and contributing with any other insurance maintained by
Selected Proposer or City, and shall name the City and the officers, agents and employees of said
organizations as additional insured while acting within the scope of their duties but only as to work
performed by the Selected Proposer under this Agreement. This policy cannot be canceled without thirty
(30) days prior written notice to the City.
The Selected Proposer shall file and maintain certificates of all insurance policies with the City* Risk
Management Department showing said policies to be in full force and effect at all times during the course
of the Agreement. No work shall be done by the Architect during any period when it is not covered by
insurance as herein required. Such insurance shall be obtained from brokers of carriers authorized to
transact insurance business in Florida and satisfactory to City.
Evidence of such insurance shall be submitted to and approved by City prior to commencement of any
work or tenancy under the proposed Agreement.
If any of the required insurance coverages contain aggregate limits, or apply to other operations or tenancy
of selected Proposer outside the proposed Agreement, selected Proposer shall give City prompt written
notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish
the protection such insurance affords the City. Selected Proposer shall further take immediate steps to
restore such aggregate limits or shall provide other insurance protection for such aggregate limits.
RFP NO. 49-00101
DATE: 07/24/01
CITY OF MIAMI BEACH
Page22 of50
FAILURE TO PROCURE INSURANCE: Selected Proposer's failure to procure or maintain required
insurance program shall constitute a material breach of Agreement under which City may immediately
terminate the proposed Agreement.
SECTION VII - ATTACHMENTS
1. Miami Beach Lobbyist Ordinance No. 92-2785
(Division 3 Lobbyist)
2. Miami Beach Ordinance No. 99-6134, Prone of Silence Ordinance*
(Division 4 Procurement)
3. Miami Beach Ordinance No. 2000-3234, AThe City4 Debarment Ordinance®
(Division 5 Debarment)
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 23 of 50
0
SECTION VIII - PROPOSAL DOCUMENTS TO BE COMPLETED
AND RETURNED TO CITY
1. Proposer Information
2. Acknowledgment of Addenda
3. Fee Proposal Form
4. Declaration
S. Questionnaire
RFP NO. 49-00/01 CTIY OF MIASVII BEACH
DATE: 07/24/01
Page 24of50
Submitted by:
Proposer (Entity):
Signature:
Name (Typed):
Address:
City/State:
Telephone:
Fax:
PROPOSER INFORMATION
It is understood and agreed by Proposer that the City reserves the right to reject any and all
proposals, to make awards on all items or any items according to the best interest of the City, and
to waive any irregularities in the RFP or in the proposals received as a result of the RFP. It is
also understood and agreed by the Proposer that by submitting a proposal, Proposer shall be
deemed to understand and agree than no property interest or legal right of any kind shall be
created at any point during the aforesaid evaluation/selection process until and unless a contract
has been agreed to and signed by both parties.
(Authorized Signature) (Date)
(Printed Name)
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 25of50
ACKNOWLEDGMENT OF ADDENDA
REQUEST FOR PROPOSALS NO.
Directions: Complete Part I or Part II, whichever applies.
Part Y: Listed below are the dates of issue for each Addendum received in connection with this RFP:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Addendum No. 5, Dated
Part II: No addendum was received in connection with this RFP.
Verified with Procurement staff
Name of Staff
Date
Proposer - Name Date
Signature
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 26 of 50
PROPOSER'S NAM
SIGNATURE:
TITLE:
ADDRESS:
TELEPHONE NUMBER:
RFP NO. 49-00/01
DATE: 07/24/01
PRICE PROPOSAL FORM
CITY OF MIAMI BEACH
Page 27of50
DECLARATION
TO: Jorge M. Gonzalez
City Manager
City of Miami Beach, Florida
Submitted this day of , 2001.
The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this proposal or in the contract to which this proposal pertains; that
this proposal is made without connection or arrangement with any other person; and that this proposal is
in every respect fair and made in good faith, without collusion or fraud.
The Proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document
for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami
Beach, Florida, for the performance of all requirements to which the proposal pertains.
The Proposer states that this proposal is based upon the documents identified by the following number. RFP
No. 34-00/01.
RFP NO. 49-00/01
DATE: 07/24/01
SIGNATURE
PRINTED NAME
TITLE OF CORPORATION)
CITY OF MIAMI BEACH
Page28of50
Proposer's Name:
Principal Office Address:
Official Representative:
Individual
Partnership (Circle One)
Corporation
If a Corporation, answer this:
When Incorporated:
In what State:
If a Foreign Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice -President's Name:
Treasurer's Name:
Members of Board of Directors:
RFP NO. 49-00/01
DATE: 07/24/01
QUESTIONNAIRE
CITY OF MIAMI BEACH
Page 2 9 of S o
a
Questionnaire (continued)
If a Partnership:
Date of organization:
General or Limited Partnership*:
Name and Address of Each Partner:
NAME ADDRESS
* Designate general partners in a Limited Partnership
1. Number of years of relevant experience in operating similar business:
2. Have any similar agreements held by Proposer for a project similar to the proposed
project ever been canceled? Yes ( ) No ( )
If yes, give details on a separate sheet.
3. Has the Proposer or any principals of the applicant organization failed to qualify as a
responsible Bidder, refused to enter into a contract after an award has been made, failed
to complete a contract during the past five (5) years, or been declared to be in default in
any contract in the last 5 years?
If yes, please explain:
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 3 0 of 5 0
•
Questionnaire (continued)
4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized
under Chapter 11 or put into receivership? Yes ( ) No ( )
If yes, give date, court jurisdiction, action taken, and any other explanation deemed
necessary on a separate sheet.
5. Person or persons interested in this bid and Qualification Form have ( ) have not ( ) been
convicted by a Federal, State, County, or Municipal Court of any violation of law, other
than traffic violations. To include stockholders over ten percent (10%). (Strike out
inappropriate words)
Explain any convictions:
6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals
with more than ten percent (10%) interest:
A. List all pending lawsuits:
B. List all judgments from lawsuits in the last five (5) years:
C. List any criminal violations and/or convictions of the Proposer and/or any of its
principals:
7. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal: (If none, state same.)
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF M[ANII BEACH
Page 31 of 5 0
h,
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships which
would constitute a conflict of interest, either actual or perceived, with any Proposer and/or
individuals and entities comprising or representing such Proposer, and in an attempt to
ensure full and complete disclosure regarding this contract, all Proposers are required to
disclose all persons and entities who may be involved with this Proposal. This list shall
include public relation firms, lawyers and lobbyists. The Procurement Division shall be
notified in writing if any person or entity is added to this list after receipt of proposals.
(Use additional sheet if needed)
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 3 2 of 5 0
The Proposer understands that information contained in this Questionnaire will be relied upon by
the City in awarding the proposed Agreement and such information is warranted by the Proposer
to be true. The undersigned Proposer agrees to furnish such additional information, prior to
acceptance of any proposal relating to the qualifications of the Proposer, as may be required by
the City Manager. The Proposer further understands that the information contained in this
questionnaire may be confirmed through a background investigation conducted by the Miami
Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate
with this investigation, including but not necessarily limited to fingerprinting and providing
information for credit check.
WITNESS: IF INDIVIDUAL:
Signature
Signature
Print Name Print Name.
WITNESS: IF PARTNERSIBP:
Signature Print Name of Firm
Print Name Address
By:
General Partner
WITNESS: IF CORPORATION:
Print Name
Signature Print Name of Corporation
Print Name Address
(CORPORATE SEAL)
By:
President
Attest:
Secretary
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 3 3 of 5 0
DIVISION 3. LOBBYISTS
Sec.2-481. Definitions.
The following words, terms and phrases, when used in this division, shall have the meanings ascribed to
them in this section, except where the context clearly indicates a different meaning:
Advisory personnel means the members of those city boards and agencies whose sole or primary
responsibility is to recommend legislation or give advice to the City commissioners.
Autonomous personnel includes but is not limited to the members of the housing authority, personnel board,
pension boards, and such other autonomous or semi -autonomous authorities, boards and agencies as are
entrusted with the day-to-day policy setting, operation and management of certain' defined functions or areas
of responsibility.
Commissioners means the mayor and members of the City commission.
Departmental personnel means the City manager, all assistant City managers, all department heads, the City
attorney, chief deputy City attorney and all assistant City attorneys; however, all departmental personnel
when acting in connection with administrative hearings shall not be included for purposes of this division.
Lobbyist means all persons employed or retained, whether paid or not, by a principal who seeks to
encourage the passage, defeat or modification of any ordinance, resolution, action or decision of any
commissioner, any action, decision, recommendation of any City board or committee; or any action,
decision or recommendation of any personnel defined in any manner in this section, during the time period
of the entire decision -making process on such action, decision or recommendation that foreseeably will be
heard or reviewed by the City commission, or a City board or committee. The term specifically includes
the principal as well as any agent, attorney, officer or employee of a principal, regardless of whether such
lobbying activities fall within the normal scope of employment of such agent, attorney, officer or employee.
Quasi-judicial personnel means the members of the planning board, the board of adjustment and such other
boards and agencies of the City that perform such quasi-judicial functions. The nuisance abatement board,
special master hearings and administrative hearings shall not be included for purposes of this division.
(Ord. No. 92-2777, ' ' 1, 2, 3-4-92; Ord. No. 92-2785, ' ' 1, 2, 6-17-92)
Cross reference(s)--Definitions generally, ' 1-2.
Sec.2-482. Registration.
RFP NO. 49-00/01 CTTY OF MIAMI BEACH
DATE: 07/24/01 Page 3 4 of 5 0
(a) All lobbyists shall, before engaging in any lobbying activities, register with the City clerk. Every
person required to register shall register on forms prepared by the clerk, pay a registration fee as specified
in appendix A and state under oath:
(1) His name;
(2) His business address;
(3) The name and business address of each person or entity which has employed the registrant
to lobby;
(4) The commissioner or personnel sought to be lobbied; and
(5) The specific issue on which he has been employed to lobby.
(b) Any change to any information originally filed, or any additional City commissioner or personnel
who are also sought to be lobbied shall require that the lobbyist file an amendment to the
registration forms, although no additional fee shall be required for such amendment The lobbyist
has a continuing duty to supply infomiation and amend the forms filed throughout the period for
which the lobbying occurs.
(c) If the lobbyist represents a corporation, partnership or trust, the chief officer, partner or beneficiary
shall also be identified. Without limiting the foregoing, the Lobbyist shall also identify all persons
holding, directly or indirectly, a five percent or more ownership interest in such corporation,
partnership, or trust.
(d) Separate registration shall be required for each principal represented on each specific issue. Such
issue shall be described with as much detail as is practical, including but not limited to a specific
description where applicable of a pending request for a proposal, invitation to bid, or public hearing
number. The City clerk shall reject any registration statement not providing a description of the
specific issue on which such lobbyist has been employed to lobby.
(e) Each person who withdraws as a lobbyist for a particular client shall file an appropriate notice of
withdrawal.
(f) In addition to the registration fee required in subsection (a) of tlis section, registration of all lobbyists
shall be required prior to October 1 of every even -numbered year; and the fee for biennial
registration shall be as specified in appendix A.
(g) In addition to the matters addressed above, every registrant shall be required to state the extent of
any business, financial, familial or professional relationship, or other relationship giving rise to an
appearance of an impropriety, with any current City commissioner or personnel who is sought to
be lobbied as identified on the lobbyist registration fonn filed.
(h) The registration fees required by subsections (a) and (f) of this section shall be deposited by the
clerk into a separate account and shall be expended only to cover the costs incurred in
administering the provisions of this division. There shall be no fee required for filing a notice of
withdrawal, and the City manager shall waive the registration fee upon a finding of financial
hardship, based upon a sworn statement of the applicant. Any person who only appears as a
representative of a nonprofit corporation or entity (such as a charitable organization, a
neighborhood or homeowner association, a local chamber of commerce or a trade association or
trade union), without special compensation or reimbursement for the appearance, whether direct,
indirect or contingent, to express support of or opposition to any item, shall not be required to
RFP NO.49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 3 5 of 5 0
register with the clerk as required by this section. Copies of registration forms shall be furnished to
each commissioner or other personnel named on the forms.
(Ord. No. 92-2777, ' 3, 3-4-92; Ord. No. 92-2785, ' 3, 6-17-92)
Sec. 2-483. Exceptions to registration.
(a)
(b)
Any public officer, employee or appointee or any person or entity in contractual privity with the City
who only appears in his official capacity shall not be required to register as a lobbyist.
Any person who only appears in his individual capacity at a public hearing before the city
commission, planning board, board of adjustment, or other board or committee and has no other
communication with the personnel defined in section 2-48 ] , for the purpose of self -representation
without compensation or reimbursement, whether direct, indirect or con1ingennt, to express support
of or opposition to any item, shall not be required to register as a lobbyist, including but not limited
to those who are members of homeowner or neighborhood associations. All speakers shall,
however, sign up on forms available at the public hearing. Additionally, any person requested to
appear before any city personnel, board or commission, or any person compelled to answer for
or appealing a code violation, a nuisance abatement board hearing, a special master hearing or an
administrative hearing shall not be required to register, nor shall any agent, attorney, officer or
employee of such person.
(Ord. No. 92-2777, ' ' 4, 5, 3-4-92; Ord. No. 92-2785, ' ' 4, 5, 6-17-92)
Sec. 2-484. Sign -in logs.
In addition to the registration requirements addressed above, all city departments, including the offices of
the mayor and city commission, the offices of the city manager, and the offices of the city attorney, shall
maintain signed sign -in logs for all noncity employees or personnel for registration when they meet with any
personnel as defined in section 2-481.
(Ord. No. 92-2785, ' 6, 6-17-92)
Sec. 2-485. List of expenditures.
(a) On October 1 of each year, lobbyists shall submit to the city clerk a signed statement under oath
listing all lobbying expenditures in the city for the preceding calendar year. A statement shall be filed
even if there have been no expenditures during the reporting period
(b) The city clerk shall publish logs on a quarterly and annual basis reflecting the lobbyist registrations
filed. All logs required by this section shall be prepared in a manner substantially similar to the logs
prepared for the state legislature pursuant to F.S. ' 11.0045.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 36 of50
(c) All members of the city commission and all city personnel shall be diligent to ascertain whether
persons required to register pursuant to this section have complied with the requirements of this
division. Commissioners or city personnel may not knowingly pemiit themselves to be lobbied by
a person who is not registered pursuant to this section to lobby the commissioner or the relevant
committee, board or city personnel.
(d) The city attorney shall investigate any persons engaged in lobbying activities who are reported to
be in violation of this division. The city attorney shall report the results of the investigation to the city
commission. Any alleged violator shall also receive the results of any investigation and shall have
the opportunity to rebut the findings, if necessary, and submit any written material in defense to the
city commission. The city commission may reprimand, censure, suspend or prohibit such person
from lobbying before the commission or any committee, board or personnel of the city.
(Ord. No. 92-2777, ' 6, 3-4-92; Ord. No. 92-2785, ' 7, 6-17-92)
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 3 7 of 5 0
DIVISION 4. PROCUREMENT
Sec. 2-486. Cone of silence.
(a) Contracts for the provision of goods, services, and construction projects other than audit
contracts.
(1) Definition. "Cone of silence" is hereby defined to mean a prohibition on: (a) any
communication regarding a particular request for proposal ("RFP"), request for
qualifications ("RFQ"), request for letters of interest ("RFLI"), or bid between a potential
vendor, service provider, bidder, lobbyist, or consultant and the city's administrative staff
including, but not limited to, the city manager and his or her staff; (b) any communication
regarding a particular RFP, RFQ, RFLI, or bid between the mayor, city commissioners,
or their respective staffs, and any member of the city's administrative staff including, but not
limited to, the city manager and his or her staff; (c) any communication regarding a
particular RFP, RFQ, RFLI, or bid between a potential vendor, service provider, bidder,
lobbyist, or consultant and any member of a city evaluation and/or selection committee;
and (d) any communication regarding a particular RFP, RFQ, RFLI or bid between the
Mayor, City Commissioners or their respective staffs and any member of a city evaluation
and/or selection committee. Notwithstanding the foregoing, the cone of silence shall not
apply to competitive processes for the award of CDBG, HOME, SIP and Surtax Funds
administered by the city office of community development, and communications with the
city attorney and his or her staff.
(2) Procedure.
a. A cone of silence shall be imposed upon each RFP, RFQ, RFLI, and bid after the
advertisement of said RFP, RFQ, RFLI, or bid. At the time of imposition of the
cone of silence, the city manager or his or her designee shall provide for public
notice of the cone of silence. The city manager shall include in any public
solicitation for goods and services a statement disclosing the requirements of this
division.
RFP NO. 49-00/01
DATE: 07/24/01
b. The cone of silence shall terminate a) at the time the city manager makes his or her
written recommendation as to selection of a particular RFP, RFQ, RFLI, or bid
to the city commission, and said RFP, RFQ, RFLI, or bid is awarded; provided,
however, that following the Manager making his or her written recommendation,
the cone of silence shall be lifted as relates to communications between the Mayor
and Members of the Commission and the City Manager; providing further if the
city commission refers the manager's recommendation back to the city manager or
staff for further review, the cone of silence shall continue until such time as the
manager makes a subsequent written recommendation, and the particular RFP,
RFQ, RFLI, or bid is awarded or b) in the event of contracts for less than $25,000
when the city manager executes the contract.
CITY OF MUM BEACH
Page 3 8 of 5 0
(b)
(3)
Exceptions. The provisions of this ordinance shall not apply to: (a) oral communications at
pre bid conferences; (b) oral presentations before evaluation committees; (c) contract
discussions during any duly noticed public meeting; (d) public presentations made to the city
commissioners during any duly noticed public meeting; (e) contract negotiations with city
staff following the award of an RFP, RFQ, RFLI, or bid by the city commission; or (f)
communications in writing at any time with any city employee, official or member of the city
commission, unless specifically prohibited by the applicable RFP, RFQ, RFLI, or bid
documents; or (g) city commission meeting agenda review meetings between the city
manager and the mayor and individual city commissioners where such matters are
scheduled for consideration at the next Commission meeting. The bidder, proposer,
vendor, service provider, lobbyist, or consultant shall file a copy of any written
communications with the city clerk The city cleric shall make copies available to any person
upon request.
Audit contracts.
(1) "Cone of silence" is hereby defined to mean a prohibition on: (a) any communications
regarding a particular RFP, RFQ, RFLI, or bid between a potential vendor, service
provider, bidder, lobbyist, or consultant and the mayor, city commissioners or their
respective staffs, and any member of the city's administrative staff including, but not limited
to the city manager and his or her staff, (b) any oral communication regarding a particular
RFP, RFQ, RFLI, or bid between the mayor, city commissioners or their respective staffs
and any member of the city's administrative staff including, but not limited to, the city
manager and his or her staff; and (c) any communication regarding a particular RFP, RFQ,
RFLI, or bid between a potential vendor, service provider, bidder, lobbyist, or consultant
and any member of a city evaluation and/or selection committee; and (d) any
communication regarding a particular RFP, RFQ or bid between the Mayor, City
Commissioners or their respective staffs and any member of a city evaluation and/or
selection committee. Notwithstanding the foregoing, the cone of silence shall not apply to
communications with the city attomey and his or her staff.
(2) Except as provided in subsections (b)(3) and (b)(4) hereof, a cone of silence shall be
imposed upon each RFP, RFQ, RFLI, or bid for audit services after the advertisement of
said RFP, RFQ, RFLI, or bid. At the time of the imposition of the cone of silence, the city
manager or his or her designee shall provide for the public notice of the cone of silence. The
cone of silence shall terminate a) at the time the city manager makes his or her written
recommendation as to selection of a particular RFP, RFQ, RFLI, or bid to the city
commission, and said RFP, RFQ, RFLI, or bid is awarded; provided, however, that
following the Manager making his or her written recommendation, the cone of silence shall
be lifted as relates to communications between the Mayor and Members of the
Commission and the City Manager; providing further if the city commission refers the
manager's recommendation back to the city manager or staff for further review, the cone
of silence shall continue until such time as the manager makes a subsequent written
recommendation, and the particular RFP, RFQ, RFLI, or bid is awarded or b) in the event
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIANII BEACH
Page 39of50
(c)
of contracts for less than $25,000 when the city manager executes the contract.
(3) Nothing contained herein shall prohibit any bidder, proposer, vendor, service provider,
lobbyist, or consultant (I) from making public presentations at duly noticed pre -bid
conferences or before duly noticed evaluation committee meetings; (ii) from engaging in
contract discussions during any duly noticed public meeting; (iii) from engaging in contract
negotiations with city staff following the award of an RFP, RFQ, RFLI, or bid for audit by
the city commission; or (iv) from communicating in writing with any city employee or official
for purposes of seeking clarification or additional information Emil the city or responding
to the city's request for clarification or additional information, subject to the provisions of
the applicable RFP, RFQ, RFLI, or bid documents. The bidder or proposer etc. shall file
a copy of any written communication with the city clerk. The city clerk shall make copies
available to the general public upon request.
(4) Nothing contained herein shall prohibit any lobbyist, bidder, proposer, vendor, service
provider, consultant, or other person or entity from publicly addressing the city
commissioners during any duly noticed public meeting regarding action on any audit
contract. The city manager shall include in any public solicitation for auditing services a
statement disclosing the requirements of this division.
Violations/penalties and procedures. A violation of this section by a particular bidder, proposer,
vendor, service provider, lobbyist, or consultant shall subject said bidder, proposer, vendor, service
provider, lobbyist, or consultant to the same procedures set forth in, Division 5, entitled "Debarment
of Contractors from City Work; shall render any RFP award, RFQ award, RFLI award, or bid
award to said bidder, proposer, vendor, service provider, bidder, lobbyist, or consultant void; and
said bidder, proposer, vendor, service provider, lobbyist, or consultant shall not be considered for
any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of
one year. Any person who violates a provision of this division shall be prohibited from serving on
a city evaluation and/or selection committee. In addition to any other penalty provided by law,
violation of any provision of this division by a city employee shall subject said employee to •
disciplinary action up to and including dismissal. Additionally, any person who has personal
knowledge of a violation of this division shall report such violation to the city attomey's office or
state attorneys office and/or may file a complaint with the county ethics commission.
(Ord. No. 99-3164, 1, 1 -6-99)
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 4 0 of 0
SECTION 2. CODIFICATION.
It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained
that the provisions of this ordinance shall become and be made part of the Code of the City of Miami
Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish such
intention, and the word "ordinance" may be changed to "section", "article", or other appropriate word.
SECTION 3. REPEALER.
All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed.
SECTION 4. SEVERABILITY.
If any section, subsection, sentence, clause, phrase or portion of this Ordinance is, for any reason, held
invalid or unconstitutional, such portion shall be deemed a separate, distinct and independent provision and
such holding shall not affect the validity or constitutionality of the remaining portions of this Ordinance.
SECTION 5. EFFECTIVE DATE.
This Ordinance shall take effect on the day of , 2001, which is 10 days after
adoption.
PASSED and ADOPTED this day of , 2001.
ATTEST:
City Clerk
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Mayor
Page 41 of 5 0
ORDINANCE NO 2000-3234
AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI,
ENTITLED "PROCUREMENT", BY CREATING DIVISION 5, ENTITLED
"DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF THE
CITY OF MIAMI BEACH, FLORIDA, PROVIDING FOR DEBARMENT OF
CONTRACTORS FROM CITY WORK; PROVIDING FOR SEVERABILITY;
CODIFICATION; REPEALER; AND AN EFFECTIVE DATE.
NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA:
SECTION 1. Miami Beach City Code, Chapter 2, entitled "Administration", Article VI, entitled
"Procurement", is hereby amended by adding the following Division 5, entitled - "Debarment of Contractors
from City Work" reading as follows:
Division 5. Debarment of contractors from City work.
Section 2-397. Purpose of debarment.
(a) The City shall solicit offers from, award contracts to, and consent to subcontractors with
responsible contractors only: To effectuate this police, the debarment of contractors fiuzu City work
may be undertaken.
(b)
The serious nature of debarment requires that this sanction be imposed only when it is in the public
interest for the City's protection. and not for purposes of punishment. Debarment shall be imposed
in accordance with the procedures contained in this ordinance.
Section 2-398. Definitions.
(a) Affiliates. Business concerns. organizations, lobbyists or other individuals are affiliates of each other
if, directly or indirectly. (I) either one controls or has the power to control the other, or (ii) a third
part controls or has the power to control both. Indicia of control include, but are not limited to. a
fiduciary relation which results from the manifestation of consent by one individual to another that
the other shall act on his behalf and subject to his control, and consent by the other so to act;
interlocking management or ownership; identity of interests among family members; shared facilities
and equipment; common use of employees; or a business entity organized by a debarred entity,
individual, or affiliate following debarment of a contractor that has the same or similar management,
ownership, or principal employees as the contractor that was debarred or suspended.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page 42of50
a
(b) Civil judgment means a judgment or finding of a civil offense by any court of competent jurisdiction.
(c) Contractor means any individual or other legal entity that
(1) Directly or indirectly (e.g. through an affiliate). submits offers for is awarded„ or
reasonably may be expected to submit offers or be awarded a City contract, including, but
not limited to vendors, suppliers, providers, Bidders, Proposers, consultants, and/or design
professionals, or
(2) Conducts business or reasonable man be expected to conduct business. with the City as
an agent„ representative or subcontractor of another contractor.
(d) Conviction means a judgement or conviction of a criminal offense. be it a felony or misdemeanor,
by any court of competent jurisdiction. whether entered upon a verdict or a plea. and includes a
conviction entered upon a plea of nolo contendere.
(e)
Debarment means action taken by the Debarment Committee to exclude a contractor (and. in
limited instances specified in this ordinance. a Bidder or Proposer from City contracting and City
approved subcontracting for a reasonable, specified period as provided in subsection (j) below: a
contractor so excluded is debarred.
(f) Debarment Committee means a group of seven (7) individual members, each appointed by the
Mayor and individual City Commissioners, to evaluate and. if warranted to impose debarment,
(g) Preponderance Greater weight of the evidence means proof by information that, compared with
that opposing it , leads to the conclusion that the fact at issue is more probably true than not.
(h) Indictment means indictment for a criminal offense. An information or other filing by competent
authority charging a criminal offense shall be given the same effect as an indictment.
(I) Legal proceeding means any civil judicial proceeding to which the City is a party or any criminal
proceeding. The term includes appeals from such proceedings.
(j) List of debarred contractors means a list compiled, maintained and distributed by the Citys
Procurement Office. containing the names of contractors debarred under the procedures of this
ordinance.
Section 2-399. List of debarred contractors.
(a) The City's Procurement Office. is the agency charged with the implementation of this ordinance
shall:
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page43 of50
a
(1) Compile and maintain a current consolidated list (List) of all contractors debarred by City
departments, Such List shall be public record and shall be available for public inspection
and dissemination;
(2) Periodically revise and distribute the List and issue supplements, if necessary, to all
departments. to the Office of the City Manager and to the Mayor and City Commissioners:
and
(3) Included in the List shall be the name and telephone number of the City official responsible
for its maintenance and distribution.
(b) The List shall indicate:
(1) The names and addresses of all contractors debarred. in alphabetical order;
(2) The name of the department that recommends initiation of the debarment action;
(3) The cause for the debarment action, as is further described herein. or other statutory or
regulatory authority;
(4) The effect of the debarment action;
(5) The termination date for each listing;
(6) The contractor's certificate of competence or license number, when applicable;
(7) The person through whom the contractor is qualified, when applicable;
(8) The name and telephone number of the point of contact in the department recommending
the debarment action.
8 The City's Procurement Office shall:
(3)
In accordance with internal retention procedures maintain records relating to each
debarment;
Establish procedures to provide for the effective use of the List, including internal
distribution thereof to ensure that departments do not solicit offers from, award contracts
to, or consent to subcontracts with contractors on the List; and
Respond to inquiries concerning listed, contractors and coordinate such responses with the
department that recommended the action,
Section 2-400. Effect of debarment.
(a) Debarred contractors are excluded from receiving contracts, and departments shall not solicit offers
from award contracts to, or consent to subcontracts with these contractors unless the City Manager
determines that an emergency exists justifying such action. and obtains approval from the Mayor
and City Commission, which approval shall be given by 5/7ths vote of the City Commission at a
regularly scheduled City Commission meeting. Debarred contractors are also excluded from
conducting business with the City as agents, representatives, subcontractors or partners of other
contractors.
(b) Debarred contractors are excluded from acting as individual sureties.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIAMI BEACH
Page44 of50
Section 2-401. Continuation of current contracts.
(a) Commencing on the effective date of this ordinance. all proposed City contracts. as well as Request
for Proposals (RFP). Request for Qualifications (RFO). Requests for Letters of Interest (RFLI).
or bids issued be the City. shall incorporate this ordinance and specify that debarment may
constitute grounds for termination of the contract as well as disqualification from consideration on
any RFP, RFO. RFLI. or bid.
(b)
The debarment shall take effect in accordance with the notice provided by the City Manager
pursuant to subsection 2-405(h) below. except that if a City department has contracts or
subcontracts in existence at the time the contractor was debarred, the debarment period may
commence upon the conclusion of the contract. subject to approval of same be 5/7ths vote of the
Mayor and City Commission at a regularly scheduled meeting.
8 City departments may not renew or otherwise extend the duration of current contract or consent
to subcontracts with debarred contractors, unless the City Manager determines that an emergency
exists justifying the renewal or extension or for an approved extension due to delay. or time
extension for reasons beyond the contractor's control and such action is approved by 5/7ths vote
of the Mayor and City Commission at a regularly scheduled meeting.
(d) No further work shall be awarded to a debarred contractor in connection with a continuing contract
where the work is divided into separate discrete groups and the City's refusal or denial of further
work under the contract will not result in a breach of such contract.
Section 2-402. Restrictions on subcontracting.
(a) When a debarred contractor is proposed as a subcontractor for any subcontract subject to City
approval, the department shall not consent to subcontracts with such contractors unless the City
Manager determines that an emergency exists justifying such consent and the Mayor and City
Commission approves such decision by 5/7ths vote at a regularly scheduled meeting.
(b) The City shall not be responsible for any increases in project costs or other expenses incurred by .
a contractor as a result of rejection of proposed subcontractors pursuant to subsection 2-402(a)
above, provided the subcontractor was debarred prior to bid opening or opening of proposals,
where the contract was awarded be the City pursuant to an RFP, RFO, RFLI, or bid.
Section 2-403. Debarment.
(a)
The Debarment Committee may, in the public interest debar a contractor for any of the causes listed
in this ordinance using the procedures outlined below. The existence of a cause for debarment
however, does not necessarily require that the contractor be debarred; the seriousness of the
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 4 5 of 50
(b)
contractor's acts or omissions and any mitigating factors should be considered in making any
debarment decision.
Debarment constitutes debarment of all officers, directors, shareholders owning or controlling
twenty-five (25) percent of the stock, partners, divisions or other organizational elements of the
debarred contractor, unless the debarred decision is limited by its terms to specific divisions,
organizational elements or commodities. The Debarment Committee's decision includes any existing
affiliates of the contractor if they are (I) specifically named and (ii) given written notice of the
proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject
to the Debarment Committee's decision.
8 A contractor's debarment shall be effective throughout City Government.
Section 2-404. Causes for debarment.
(a) The Debarment Committee shall debar a contractor for a conviction or civil judgment,
(b)
(1) For commission of a fraud or a criminal offense in connection with obtaining attempting to
obtain, performing, or making a claim upon a public contract or subcontract or a contract
or subcontract funded in whole or in part with public funds;
(2) For violation of federal or State antitrust statutes relating to the submission of offers;
(3) For commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
(4) Which makes the City the prevailing party in a legal proceeding and a court determines that
the lawsuit between the contractor and the City was frivolous or filed in bad faith.
The Committee may debar a contractor, (and, limited instances set forth hereinbelow a Bidder or
Proposer) based upon a preponderance the greater weight of the evidence, for;
(1)
(2)
(3)
Violation of the teens of a City contract or subcontract or a contract or subcontract funded
in whole or in part by City funds such as failure to perform in accordance with the terms
of one (1) or more contracts as certified by the City department administering the contract;
or the failure to perform or unsatisfactorily perform in accordance with the terms of one (1)
or more contracts, as certified by an independent registered architect engineer or general
contractor,
Violation of a City ordinance or administrative order which lists debarment as a potential
Penalty;
Any other cause which affects the responsibility of a City contractor or subcontractor in
performing City work.
RFA NO. 49-00/01
DATE: 07/24/01
CITY OF MIAM[ BEACH
Page 46of50
Section 2-405.Debarment procedures.
(a) Requests for the debarment of contractors may be initiated by a City Department or by a citizen -at
large and shall be made in writing to the Office of the City Manager. Upon receipt of a request for
debarment, the City Manager shall transmit the request to the Mayor and City Commission at a
regularly scheduled meeting. The Mayor and City Commission shall transmit the request to a persons
or persons who shall be charged by the City Commission with the duty of promptly investigating
and preparing a written report(s) concerning the proposed debarment, including the cause. and
grounds for debarment as set forth in this ordinance.
(b)
Upon completion of the aforestated written report, the City Manager shall forward said report to
the Debarment Committee. The City's Procurement Office shall act as staff to the Debarment
Committee and, with the assistance of the City department person or persons which prepared the
report present evidence and argument to the Debarment Committee
8 Notice of proposal to debar. Within ten working days of the Debarment Committee having
received the request for debarment and written report, the City's Procurement Office, Qn behalf
of the Debarment Committee shall issue a notice of proposed debarment advising the contractor
and any specifically named affiliateq, by certified mail. return receipt requested, or personal service
containing the following information:
(1) That debarment is being considered:
(2) The reasons and causes for the proposed debarment in terms sufficient to put the contractor
and any named affiliates on notice of the conduct or transaction(s) upon which it is based;
(3) That a hearing shall be conducted before the Debarment Committee on a date and time not
less than thirty (30) days after service of the notice. The notice shall also advise the
contractor that it may be represented by an attorney, may present documentary evidence
and verbal testimony, and may cross-examine evidence and testimony presented against
it.
(4) The notice shall also describe the effect of the issuance of the notice of proposed
debarment, and of the potential effect of an actual debarment.
(d) No later than seven (7) working days, prior to the scheduled hearing date, the contractor must
furnish the City's Procurement Office a list of the defenses the contractor intends to present at the
hearing. If the contractor fails to submit the list, in writing, at least seven (7) working days prior to
the hearing or fails to seek an extension of time within which to do so, the contractor shall have
waived the opportunity to be heard at the hearing. The Debarment Committee has the right to grant
or deny an extension of time, and for good cause, may set aside the waiver to be heard at the
hearing, and its decision may only be reviewed upon an abuse of discretion standard.
RFP NO. 49-00/01
DATE: 07/24/01
CITY OF MIA11'II BEACH
Page47 of50
(e)
(0
Hearsay evidence shall be admissible at the hearing but shall not form the sole basis for initiating
a debarment procedure nor the sole basis of any determination of debarment. The hearing shall be
transcribed, taped or otherwise recorded by use of a court reporter, at the election Committee and
at the expense of the City. Copies of the hearing tape or transcript shall be furnished at the expense
and request of the requesting party.
Debarment Committee's decision. In actions based upon a conviction or judgment, or in which there
is no genuine dispute over material facts, the Debarment Committee shall make a decision on the
basis of all the undisputed material information in the administrative record, including any
undisputed, material submissions made by the contractor. Where actions are based .on disputed
evidence, the Debarment Committee shall decide what weight to attach to evidence of record,
judge the credibility of witnesses, and base its decision on the prepondenance greater weight of the
evidence standard. The Debarment Committee shall be the sole trier of fact. The Committee's
decision shall be made within ten (10) working days after conclusion of the hearing, unless the
Debarment Committee extends this period for good cause.
(g) The Committee's decision shall be in writing and shall include the Committee's factual findings, the
principal causes of debarment as enumerated in this ordinace, identification of the contractor and
all named affiliate: affected by the decision, and the specific term, including duration, of the
debarment imposed.
(h)
(i)
Notice of Debarment Committee's decision.
(1) If the Debarment Committee decides to impose debarment, the City Manager shall give the
contractor and any named afI]iates involved written notice by certified mail, return receipt
requested, or hand delivery, within ten (10) working days of the decision, specifying the
reasons for debarment and including a copy of the Committee's written decision; stating the
period of debarment, including effective dates; and advising that the debarment is effective
throughout the City departments.
(2) If debarment is not imposed,the City Manager shall notify the contractor and any named
affiliates involved ,by certified mail, return receipt requested or personal service, within ten
(10) working days of the decision.
All decisions of the Debannent Committee shall be final and shall be effective on the date the notice
is signed by the City Manager. Decisions of the Debarment Committee are subject to review by
the Appellate Division of the Circuit Court. A debarred contractor may seek a stay of the
debarment decision in accordance with the Florida Rules of Appellate Procedure.
RFP NO. 49-00/01 CITY OF MIAMI BEACH
DATE: 07/24/01 Page 4 8 of 5 0
Section 2-406. Period of debarment.
(a) The period of debarment imposed shall be within the sole discretion of the Debarment Committee.
Debarment shall be for a period commensurate with the seriousness of the cause(s), and where
applicable, within the guidelines set forth below, but in no event shall exceed five (5) years.
The following guidelines in the period of debarment shall apply except where mitigating or
aggravating circumstances justify deviation:
(1) For commission of an offense as described in subsection 2404(a)(1): five (5) years.
(2) For commission of an offense as described in subsection 2404(a)(2): five (5) years.
(3) For commission of an offense as described in subsection 2404(a)(3): five (5) years.
(4) For commission of an offense as described in subsection 2404(a)(54): two (2) to five (5)
years.
(5) For commission of an offense as described in subsections 2404(bX1) or (2): two (2) to five
(5) years.
(b)
(c) The Debarment Committee may, in its sole discretion, reduce the period of debarment, upon the
contractor's written request for reasons such as:
(1) Newly discovered material evidence;
(2) Reversal of the conviction or civil judgment upon which the debarment was based;
(3) Bona fide change in ownership or management
(4) Elimination of other causes for which the debarment was imposed; or
(5) Other reasons the Debarment Committee deems appropriate.
(d) The debarmentdebarred contractor's written request shall contain the reasons for requesting a
reduction in the debarment period, The City's Procurement Office, with the assistance of the
affected department shall have thirty (30) days from receipt of such request to submit written
response thereto. The decision of the Debarment Committee regarding a request made under this
subsection is final and non -appealable.
SECTION 2. SEVERABILITY.
If any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be
affected by such invalidity.
SECTION 3. CODIFICATION.
It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained
that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami
Beach, Florida The sections of this ordinance may be renumbered relettered to accomplish such intention,
and the word "ordinance" may be changed to "section", "article,,' or other appropriate word.
RFP NO. 49-00/01
DATE. 07/24/01
CITY OF MIAMI BEACH
Page 49of50
SECTION 4. REPEALER.
All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed.
SECTION 5. EFFECTIVE DATE.
This Ordinance shall take effect on the 3rd day of March,2000.
PASSED and ADOPTED this 23rd day of February. 2000.
RFP NO. 49-00/01 . CITY OF MIAMI BEACH
DATE: 07/24/01 Page 5 0 of 5 0