Loading...
HomeMy WebLinkAboutexhibit11City of Miami, Florida RFQ No. 03-04-136 SECTION 6 6.0. RFQ RESPONSE FORMS and PROPOSAL. CHECKLIST This checklist is provided to help you conform to all form/document requirements stipulated in this RFQ and attached herein. CHECKLIST Submitted With Proposal 6.1 RFQ Information Form This form must be completed, signed, and returned with Proposal. YES 6.2 Certificate of Authority, to be completed, signed and returned with Proposal. Complete applicable form only. 6.2.1. Certificate of Authority (If Corporation) 6.2.2. Certificate of Authority (If Partnership) 6.2.3. Certificate of Authority (If Joint Venture) 6.2.4. Certificate of Authority (If Individual) YES 6.3 Insurance Requirements Acknowledgment of receipt of information on the Insurance requirements for this RFQ (must be signed) YES 6.4 Primary Office Location Affidavit, if applicable YES 6.6 Debarment and Suspension Certificate (must be signed) YES 6.6 Statement of Compliance with Ordinance 10032 YES 6.7 Proposer's Qualifications Statement YES 6.8 Proof of current M/WBE Certification, If applicable Applies to M/WBE firms registered with the City See 3.6 of General Conditions Provide copy of registration. YES 6.9 Conflict of interest, if applicable See 4.2.4 of Special Conditions of Proposed Contract YES 6.10 Complete Proposal with all required documentation See 5.1 of Instructions for Submitting a Response YES Section 6 16 City of Miami, Florida RFQ No. 03-04-136 6.1. RFQ INFORMATION FORM RFQ NO. 03-04.136 Town Planning/Urban Design Professional Services I certify that any and all information contained in this RFQ is true; and I further certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer firm. Please print the following and sign your name: Firm's Name: Principal Business Address: Telephone: Fax: E-mail address: Q Name: Title: Authorized Signature: Section 6 17 City of Miami, Florida 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF ) ) SS: COUNTY OF ) HEREBY CERTIFY that a meeting of the Board of Directors of the RFQ No. 03-04-136 a corporation existing under the laws of the State of , held a meeting , 20 , at which the following resolution was duly passed and adopted: "RESOLVED, that, as President of the Corporation, be and Is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20 . Secretary: (SEAL) FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Section 6 e Is City of Miami, Florida RFQ No. 03-04-136 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami and this partnership and that his/her execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN W TNESS WHEREOF, I have hereunto set my hand this day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE. SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Section 6 19 City of Miami, Florida RFQ No. 03-04-136 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held a meeting on , 20_ , at which the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of Secretary: (SEAL) , 20__, FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE, Section.6 20 City of Miami, Florida RFQ No. 03-04-136 6.2.4 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF COUNTY OF ) SS: I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (if applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami as an individual and/or dlbla (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE, Section 6 21 City of Miami, Florida RFQ No. 03-04-136 6.3. INDEMNIFICATION AND INSURANCE INDEMNIFICATION Successful Proposer(s) shall indemnify, defend and hold harmless the City and its officials, employees. and agents (collectively referred to as "Indemnities") and each of them from and against all loss, cost, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by the Contract which is or is alleged to be directly or indirectly caused, In whole or in part, by any act, omission, default or negligence (whether active or passive) of Successful Proposer(s) or its employees, agents, or subcontractors (collectively referred to as "Proposer"), regardless of whether it Is, or Is alleged to be, caused in whole or part (whether joint, concurrent, or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of them or (ii) the failure of the Successful Proposer(s) to comply with any of the provisions in the Contract or the failure of the Successful Proposer(s) to conform to statutes, ordinances or other regulations or requirements of any governmental authority, federal or state, In connection with the performance of the Contract. Successful Proposer(s) expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Proposer, or any of its subcontractors, as provided above, for which the Successful Proposer(s)'s liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Successful Proposer(s) further agrees to indemnify, defend and hold harmless the Indemnities from and against (€) any and all Liabilities Imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, in any way related, directly or indirectly, to Successful Proposer(s)'s performance under the Contract, compliance with which Is left by the Contract to the Proposer, and (I€) any and all claims, and/or suits for labor and materials furnished by the Successful Proposer(s) or utilized in the performance of the Contract or otherwise. Where not specifically prohibited by law, Successful Proposer(s) further specifically agrees to indemnify, defend and hold harmless the Indemnities from all claims and suits for any liability, including, but not limited to, injury, death, or damage to any person or property whatsoever, caused by, arising from, incident to, connected with or growing out of the performance or non-performance of the Contract which Is, or is alleged to be, caused In part (whether joint, concurrent or contributing) or in whole by any act, omission, default, or negligence (whether active or passive) of the Indemnities. The foregoing indemnity shall also include liability imposed by any doctrine of strict liability. The Successful Proposer(s) shall furnish to City of Miami, c/o Capital Improvement Department, 444 SW 2nd Avenue, 8th Floor, Miami, Florida 33130, Certificate(s) of Insurance prior to contract execution which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Section,.6 COMMERCIAL GENERAL LIABILITY A. Limits of Liability Bodily Injury and Property Combined Single Limit Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Personal and Adv. Injury $1,000,000 Products/Completed Operations $1,000,000 B. Endorsements Required City of Miami included as an Additional Insured Employees included as insured Contractual Liability 22 City of Miami, Florida RFQ No. 03-04-138 Waiver of Subrogation Premises/ Operations Care, Custody and Control Exclusion Removed II. AUTOMOBILE BUSINESS A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included as an Additional Insured Employees included as insured Waiver of Subrogation III. WORKER'S COMPENSATION Limits of Liability Statutory -State of Florida IV. PROFESSIONAL LIABILITY/ERRORS AND OMISSIONS COVERAGE Combined Single Limit Each Occurrence $2,000,000 General Aggregate Limit $2,000,000 Deductible- not to exceed 10% The City is required to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability Insurance manuals, which most nearly reflect the operations of the Successful Proposer(s). All insurance policies required above shall be Issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no Tess than "Class X" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will Indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his liability and obligation under this section or under any other section of this Agreement. The Successful Proposer(s) shall be responsible for assuring that the insurance certificates required In conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Proposer(s). Section 6 23 City of Miami, Florida RFQ No. 03-04-136 --If Insurance certificates are scheduled to expire during the contractual period, the Successful Proposer(s) shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: A) Suspend the Contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFP. B) The City may, at its sole discretion, terminate the Contract for cause and seek re -procurement damages from the Successful Proposer(s) in conjunction with the violation of the terms and conditions of the Contract. The undersigned Proposer acknowledges that they have read the above information and agrees to comply with all the above City requirements. Proposer: Signature: (Company name) Date: Print Name: FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE, Section.8 24 identification: City of Miami, Florida 6.4. LOCAL OFFICE LOCATION AFFIDAVIT RFQ No. 03-04-138 Please type or print clearly. Thls Affidavit must be completed in full, signed and notarized ONLY If your office is located within the corporate limits of the City of Miami. Legal Name of Firm: Entity Type: (check one box only) 0 Partnership 0 Sole Proprietorship 0 Corporation Corporation Doc. No: Date of Issuance: PRESENT Street Address: Date Established: Occupational License No: d City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: The intention of this section Is to benefit local bons fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm hes not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. Authorized Signature Print Name (Corporate Seal) Title Authorized Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a Joint venture.) STATE OF FLORIDA, COUNTY OF MIAMI-DADE p Personally known to me; or Subscribed and Swom before me that this is a true statement this day of 200.,� p Produced Notary Public, State of Florida My Commission expires (Seal) Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also resents' the right to request a copy of the corporate charter, corporate Income tax filing return and any other documents(s) to verity the location of the flrm's office location. Section 6 25 City of Miami, Florida RFQ No. 03-04-136 6.5. DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the foliowina: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be Indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company name: Signature: Date: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Section6 26 City of Miami, Florida RFQ No, 03-04-138 6.6. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s) he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Proposer will complete and submit the following questions as part of the RFP. Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer(s) and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please Ilst below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1) 2) 3) 4) 5) 6) 7) 8) (Use additional sheets if necessary) PROPOSER NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY PROPOSAL, Section 6 27 • City of Miami, Florida RFQ No. 03-04-136 6.7 PROPOSERS QUALIFICATION STATEMENT INSTRUCTIONS: This questionnaire is to be included with your proposal Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANYNAME: COMPANY OFFICERS: President Vice President Secretary Treasurer COJVIPANY OWNERSHIP: LICENSES: % of ownership % of ownership % of ownership % of ownership 1. County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date: 4.. Social Security or Federal I.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFQ: 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFQ: Section! 28 City of Miami, Florida RFQ No. 03-04-136 Proposers Qualification Statement (Page 2 of 2) 9. Experience Record: List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by specifications of the City's Bid or RFQ with whom you have done business with in the past three (3) years: FIRM NAME/ADDRESS DATE OF JOS DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FAILURE TO FULLY COMPLETE. AND RETURN THIS FORM MAY DISQUALIFY YOUR PROPOSAL. Section 6 29 City of Miami, Florida RFQ #03-04-138 6.8 MINORITYIWOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only: [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable If business is not 51 % minority/female owned, this affidavit does not apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time inforrnation submitted by the undersigned applicant in his/her Bidder Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that fine in its registered list of minority and women -owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a firm's registration information concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No, 10062 as amended. Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION STATE OF ) ) SS: COUNTY OF ) Date: That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. Section 6 NOTARY PUBLIC: My Commission Expires: 30 City of Miami, Florida RFQ #03-04-136 6.9 NO CONFLICT OF INTEREST, NON -COLLUSION CERTIFICATION Submitted this day of , 2004. The undersigned, as Bidder/Proposer, declares that the only persons interested in this Bid/Proposal are named herein; that no other person has any interest in this Bid/Proposal or in the Contract to which this Bid/Proposal pertains; that this Bid/Proposal is made without connection or arrangement with any other person; and that this Bid/Proposal is in every respect fair and made in good faith, without collusion or fraud. The Bidder/Proposer agrees if this Bid/Proposal is accepted, to execute an appropriate City of Miami document for the purpose of establishing a formal contractual relationship between the Bidder/Proposer and the City of Miami, Florida, for the performance of all requirements to which the Bid/Proposal pertains. The Bidder/Proposer states that this Bid/Proposal Is based upon the documents identified by the following number: Bid/RFQ No. The full names and residences of persons and firms interested in the foregoing bid/proposal, as principals, are as follows: Name Street Address Clty State Zip The Bidder/Proposer further certifies that this Bid/Proposal complies with Section 4(c) of the Charter of the Clty of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the City of Miami, Florida, has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the Bid/Proposal pertains. SIGNATURE PRINTED NAME TITLE Company Name Section 6 31 City of Miami, Florida RFQ #03.04-136 SECTION 7 7.0 EVALUATION/SELECTION PROCESS and CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: 1. Request for Qualifications issued. 2, Receipt of responses. 3. Opening and listing of all responses received. 4. A Certification Committee consisting of industry professionals and City staff will review each submission for compliance with the submission requirements of the RFQ, including verifying that each submission includes all documents required. In addition, the Certification Committee will ascertain whether the provider is qualified to render the required services according to State regulations. 5. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each certified response in accordance with the requirements of this RFQ. The Committee shall determine, in consultation with the Planning & Zoning Director, the total number of firms to be selected and afforded the opportunity to negotiate an agreement. At the Committee's discretion, firms may be invited to make a presentation and submit to an interview with the Committee. EVALUATION CRITERIA — Proposals shall be evaluated based upon the following criteria and weight: CRITERIA PERCENTAGE Understanding of Program/Project Issues 25.0 Approach to the Program/Project 25.0 Qualifications of the Team, Program/Project Staffing 45.0 Local Preference (City of Miami) 2.5 Minority / Women Business Enterprise Participation 100.0 % 6. The Evaluation Committee shall forward their recommendation and ranking order of the RFQ responses that they believe to be in the best interest of the City to the City Manager. 7. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission (if required), in rank order, the response or responses which the City Manager deems to be in the best interest of the City. 8. The City Commission shall consider the City Managers and the Evaluation Committees recommendation(s) and, if appropriate and required, approve the City Manager's recommendation(s). The City Commission may also reject any or all responses. 9. If the City Commission approves the recommendations, the City will enter Into negotiations with the selected Consultant(s) for a contract for the required services. Such negotiations may result in contracts for continuing services, groups of projects and/or individual projects, as deemed appropriate by City Manager. 11. The City Commission shall review and approve the negotiated Contract with the selected Consultant(s). 10. If not otherwise provided in the contract, individual assignments will be made according to the following process: a. The City will interview at least three (3) firms for individual or groups of projects as determined and packaged by the City. b. The highest ranked firm among the those interviewed firms will then be asked to prepare a Price Proposal and enter into subsequent negotiations with the City of Miami for these services. c. Should negotiations fail, the City of Miami will request a Price Proposal from the next highest ranked firm of the three or more interviewed. 32 • City of Miami, Florida RFQ No. 03-04-136 d. Following successful negotiations with the selected consultant, the City of Miami will issue a Work Order Authorization and Purchase Order to commence services. Section 6 33