Loading...
HomeMy WebLinkAboutSection1City of Miami, Florida RFP No. 03-04-151 SECTION 1 1.0. INTRODUCTION TO REQUEST FOR PROPOSALS 1.1. Invitation Thank you for your interest in this Request for Proposals ("RFP") 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 the specific project listed herein shall be for the duration of the project. B. The City shall have the option to extend or terminate the Contract for convenience, that is, for any or no cause. C. A hold harmless, indemnity, covenant not to sue, and release provision D. A no damages for delay clause E. A no discrimination clause F. A right to audit clause G. A local venue, waiver of jury trial and permissive counterclaim clause. H. An insurance clause 1.3. Performance Bond The successful proposer will be required to submit a Performance Bond commensurate with the total amount of the Contract. The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 267.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, Florida, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the successful vendor. 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 Friday, Auuust 27. 2004 ® 2:00 PM. Proposers may fax, email 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. 2nd Avenue, 6th Floor, Miami, Florida 33130. The facsimile number is (305) 400-5153 or email: mrath@cisniami.fl.us. This RFP 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 IFB 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; Section 1 1 City of Miami, Florida RFP No. 03-04-151 • 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 JCerratoc 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 designated person specified on the cover sheet of this RFP, in accordance with the deadline for receipt of questions specified in the RFP (see Section 1.4) and the Cone of Silence (see Section 1.5). The request must contain the RFP number and title, Proposer's name, name of Proposer's contact person, address, phone number, and facsimile number. Electronic, facsimile or mail requests for additional information will be received by the person designated on the cover of this RFP. 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 RFP 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 RFP or in any written addendum to this RFP. Where there appears to be conflict between the RFP and any addenda issued, the last addendum issued shall prevail. Section 1 2 City of Miami, Florida RFP No. 03-04-151 1.7. Evaluation Process and Award of Contract The procedures, criteria and schedule for the evaluation process of this RFP are described in Section 7 hereof. The Selected Proposer(s) evaluated and ranked in accordance with the requirements of this RFP, applicable City regulations and State Statute shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right to execute or not execute, as applicable, a Contract with the selected Proposer(s) that is determined to be in the City's best interests. Such Contract(s) will be furnished by the City, will contain certain terms as are in the City's best interests, 1.8. Contract Execution Contract(s) 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 RFP. Proposers are invited to submit Responses in accordance with the requirements of this RFP. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. The entire set of documents constitutes the RFP. Where forms are provided, Proposers shall make the necessary entry in all blanks provided for the responses. The Proposer must return such forms and required 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 RFP text is followed. All Responses shall be returned in a sealed envelope or package with the RFP number and submission date clearly noted on the outside of the envelope. Proposers must provide a response to each requirement of the RFP, 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-Consultant(s) A Sub -Consultant, herein also known as Sub -Contractors) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this RFP. 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 RFP. 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 RFP. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. Once the City short-lists firms for oral presentations, only the implementation partner (team) or sub-consultant(s) included in the proposal will be allowed to be part of the presentation. Any sub-consultant(s) or partner(s) added to its implementation partner (team) after the presentation by the successful proposer must receive approval by the City. The City reserves the right to approve, disapprove, remove or include any partner(s) or sub-consultant(s) from this project. Section 1 3 City of Miami, Florida RFP No. 03-04-151 1.13. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the RFP 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 RFP. 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. 1.15. Responses/Proposal Receipt Sealed Responses will be accepted in accordance with the instructions detailed on the cover of this RFP. After that date and time, Responses will not be accepted. The Proposer shall file 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 RFP. Responses that are not received by the CITY CLERK'S OFFICE by the deadline established in the RFP 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 RFP, 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. 1.17. Nondiscrimination Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this solicitation. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. 1.18 Health insurance Portability and Accountability Act (HIPPA) Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law; 2, Use of appropriate safeguards to prevent nonpermitted disclosures; 3. Reporting to the City of Miami of any nonpermitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; 7. Making PHI available to the City of Miami for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy Section 1 4 City of Miami, Florida RFP No. 03-04-151 information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. Section 1 5