Loading...
HomeMy WebLinkAboutExhibit 2EXHIBIT "A" Request for Qualifications No. 03-04-031 and All Addenda thereto 19 A MASTER PLAN FOR THE COCONUT GROVE WATERFRONT AND SPOIL ISLANDS ! `rye •yq¢ y y y - Coconut Grove " WA7FR TO LAND" Peacock Park to Dinner Key Marina REQUEST FOR QUALIFICATIONS (RFQ) RFQ # 03-04-031 May 21, 2004 RE: RFQ 03-04-031 Master Plan for Coconut Grove Waterfront & Spoil Islands Thank you for your interest in the Coconut Grove Waterfront Area and Spoil Islands, a Coastal Recreational Park. The upland portion of the master planning and feasibility analysis site is comprised of approximately 38.687 acres of City owned waterfront property located just south of South Bayshore Drive adjacent to Biscayne Bay and the beautiful Spoil Islands in the City of Miami, bound between Peacock Park and The Dinner Key Marina. The area of the study on Biscayne Bay includes both City of Miami and State of Florida -owned Biscayne Bay bottom, and the Dinner Key spoil islands, which are under the control of the City of Miami's Parks and Recreation Department. The purpose of this Request for Qualifications (RFQ) is to select a multidisciplinary team of consultants based on evaluation criteria established herein, for the design of a Master Plan and Feasibility Analysis for Coconut Grove Waterfront Parks and Spoil Islands, a Coastal Recreational Park. Please find enclosed the RFQ package that contains information regarding the RFQ submission requirements. Base information for the project will be discussed at the Mandatory Pre -Proposal Conference. Proposers must attend the Mandatory Pre -Proposal Conference on Monday, June 14, 2004 at 10 AM to be eligible for consideration. Proposals must comply with all submission requirements and which are due no later than Wednesday, June 30, 2004 at 2 PM eastern time, must be delivered to the City of Miami Clerk's Office, located at 3500 Pan American Drive, First Floor, Miami, Florida. Proposals received after that date and/or time, or delivered to a location other than the Office of the City Clerk, will not be considered. The City of Miami welcomes your participation and looks forward to working with a design team to create a master plan for the City of Miami. Sincerely, Joe Arriola City Manager 2 RFQ Number: RFQ Title: Commodity Codes: Type of Purchase: M/WBE Set -Aside: Purchasing Contact: Purchasing Contact Fax: E-Mail Address: Issue Date: Mandatory Pre - Proposal Meeting Day/Date: Time: Location/Mail Address: Directions: City of Miami Request for Qualifications RFQ Purchasing Department Glenn Marcos, CPPB, Director Miami Riverside Center 444 SW 2n° Avenue, 6th Floor Miami, Florida 33130 Web Site Address: wway.ci.mlaml.fl.us 03-04-031 MASTER PLAN FOR THE COCONUT GROVE WATERFRONT AND SPOIL ISLANDS 906-57; 906-64; 906-64; 906-66; 909-57; 918-04; 918-14; 918-46; 918-49; 918-58; 918-89; 918-98; 926-52; 946-48; 961-21; 961-28; 961-32; 961-44 Term Contract N/A Pamela Burns, CPPB, Sr. Procurement Contracts Officer 305-400-5026 pburns@ci.miami.fl.us May 24, 2004 Monday, June 14, 2004 at 10 AM at: Miami City Hall, 3500 Pan American Drive, Staff Room, Miami, FI. Deadline For Request Of Additional Information 1 Clarification: 6/16/2004 Proposal Submission Deadline Wednesday, June 30, 2004 2:00 PM Office of the City Clerk City Hall, 1" Floor 3500 Pan American Drive Miami, Florida 33133-5504 FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO SW 27TH AVE„ TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO SW 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO, BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING 15 ON RIGHT. RFQ TABLE OF CONTENTS 1.0 Introduction to Request For Qualifications (RFQ) Process 2.0 RFQ Scope of Services 3.0 RFQ General Conditions 4.0 Special Conditions of the Proposed Contract 5,0 Instructions for Submitting a Response 6.0 RFQ Response Forms Including Checklist Sealed written Responses must be received by the City of Miami, City Clerk's Office, no later than the date, time and at the location indicated above for receipt. Submittal of Response by fax is pot acceptable. One original and ten (10) copies of your response and sets of response forms must be returned to the City or your response may be disqualified. 3 .I147 , ..,..... , CITY OF MIAMI PUBLIC NOTICE Sealed Responses will be received by the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, Fla. 33133 until Wednesday, June 30, 2004 at 2:00 PM for the following: RFQ No: 03-04-031 MASTER PLAN FOR THE COCONUT GROVE WATERFRONT AND SPOIL ISLANDS Mandatory Pre -Proposal Conference: Monday, June 14, 2004 at 10:00 AM Miami City Hall Staff Room (Commission Chambers -rear) 3500 Pan American Drive Miami, Florida Deadline for Request of Additional Information: Wednesday, June 16, 2004 at 5:00 PM Proposals Due: Wednesday, June 30, 2004 at 2:00 PM RFQ documents may be obtained via the internet using the City's website at http://ci,miami,fl,us/Ptocuternent/. If you do not have internet access, you may obtain the documents upon request, during regular business hours, at the City of Miami Purchasing Department, 444 S.W. 2nd Avenue, 6th Floor, Miami, Florida 33130. Any Proposals received after the above stated date and time or delivered to a different address/ department/ division will not be considered and will be returned to the bidder unopened. The City of Miami reserves the right to waive any informalities or minor irregularities; reject any and all Proposals which are incomplete, conditional, obscure, or which contain additions not allowed for; accept or reject any proposal in whole or in part with or without cause; and accept the Proposal(s) which best serves the City. 4 TABLE OF CONTENTS PAGE I. INTRODUCTION 6 II. PROJECT LOCATION 7 III. SECTION I - OVERVIEW OF RFQ 8 IV. SECTION II - BACKGROUND & SCOPE OF SERVICES 13 V. SECTION III - GENERAL CONDITIONS 20 VI. SECTION IV - SPECIAL CONDITIONS 25 VII. SECTION V - SUBMISSION REQUIREMENTS 29 VIII. SECTION VI - EVALUATION CRITERIA I SELECTION PROCESS 35 IX. RFQ RESPONSE FORMS 37 5 INTRODUCTION The City of Miami ("City") is seeking a multidisciplinary team of consultants with demonstrated experience in waterfront landscape architecture, urban design, environmental and economic expertise to submit a Response to this Request for Qualifications for the Coconut Grove Waterfront Area and Spoil Islands, a Coastal Recreational Park. This area encompasses Dinner Key to Peacock Park, including the islands and anchorages. The Coastal Park is the waterfront heart of Coconut Grove, Miami. The City envisions a Coastal Recreational Park that emphasizes human scale, public open spaces, and connectivity for the pedestrian realm through the creation of waterfront promenades, diverse open spaces, an active park with sensitive environmental spoil island connections (these can be real or visual) that will enhance the water component and recreational elements of the Coastal Park's recreational and environmental elements. The master plan area is comprised of the upland owned by the City, zoned park and recreation, with some bay bottom including inner and outer mooring fields under both state and city deed designation, and several spoil islands. The existing land side components of the site include the historic Miami City Hall, home of the first Pan American Airways international terminal in the United States; the Coconut Grove Convention Center facility and surrounding large parking area for show goers; the Dinner Key Marina, dock master area and parking lots restricted to boat owners and guests; Seminole Dock with a public boat ramp and trailer parking area administered by Miami Parking Authority; Myers Park; the Coconut Grove Sailing Club site with a building, parking area, boat storage, inner mooring field, and dock area; Peacock Park is a waterfront park including a large multi -use open grassy area, a NET office, and skate park. The Coconut Grove waterfront, mooring areas and spoil islands are in need of a Plan that reflects the growth and desires of the community. The Master Plan must also address the requirements of the Florida Department of Environmental Protection (FDEP) to complete an overhaul of the inner and outer mooring fields to comply with an agreement between the City and FDEP to clean up the bay bottom, mooring fields, and derelict vessels. The spoil islands included in the area are in need of rehabilitation. They need to be cleaned of exotic plants, replanted with native species and have areas redesigned for public access. 6 The City has been working with the Army Corp of Engineers, DERM and FDEP to formulate this plan. The site boundaries are: the Dinner Key Marina from the north, Peacock Park to the south, the spoil islands and outer anchorage to the east, and South Bayshore Drive to the west. PROJECT LOCATION e.``'ityei/:Attain Coconut Grove LEGEND: 1- Dinner Key Marina 2- Miami City Hall 3- Coconut Grove Convention Center 4- Seminole Dock Public Boat Ramp and Myers Park 5- Coconut Grove Sailing Club 6- Peacock Park 7- A -Inside Anchorage & B-Outside Anchorage 8- Spoil Islands 7 Vlly VI 1Y11411 r11 SECTION I 1.0. OVERVIEW OF REQUEST FOR QUALIFICATIONS 1.1. Invitation Thank you for your interest in this Request for Qualifications ("RFQ") process. The City , through its Purchasing Department invites responses ("Proposals" or "Responses") from proposers ("Proposers") which offer to provide the services described in greater detail in Section 2.0: "Scope of Services." 1.2. Term of Contract The Proposer qualified to provide the service(s) requested herein (the "Successful Proposer") 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 discrimination clause E. A right to audit clause F. A local venue, waiver of jury trial and permissive counterclaim clause . 1.3 Mandatory Pre -Proposal Conference and Site Visit Potential Proposers are required to attend the Mandatary Pre -Proposal Conference and Site Visit, which will occur on Monday, June 14, 2004 at 10:00 AM and commence at Miami City Hall, Staff Room (Commission Chambers — Rear), located at 3500 Pan American Drive, Miami, Florida. A discussion of the requirements of the RFQ will occur at that time. Each potential Proposer is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. The purpose of the Pre -Proposal conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the RFQ documents. Potential Proposers will additionally conduct a site visit of the project location(s). Because the City considers the conference to be critical to understanding the RFQ requirements, attendance of a potential Proposer is mandatory. At the Mandatory Pre -Proposal Conference, potential Proposers will be advised as to the methodology the City will authorize for the review of documentation regarding said Project and the location of same. FAILURE TO ATTEND SHALL DEEM ANY PROPOSAL FROM UNATTENDING PROPOSER AS NON -RESPONSIVE. 8 1.4. Deadline for Receipt of Request for Additional Information / Clarification Pursuant to the Cone of Silence, any request for additional information or clarification must be received in writing no later than 5:00 p.m. on Wednesday, June 16, 2004, Proposers may fax or email their requests to the attention of Pamela Burns, CPPB, Sr. Procurement Contracts Officer, at the City's Department of Purchasing, 444 S.W. 2"d Avenue, 6`s Floor, Miami, Florida 33130. The facsimile number is (305) 400-5026 or email: pburns cr ci.miami.fl.us. This RFQ is subject to the City's "Cone of Silence" in accordance with Section 18-74 of the City's Ordinance No. 12271. This Ordinance is available, upon request, as a public record. 1.5. Cone of Silence Pursuant to Section 18-74 of City 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; • 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; • 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. • Protests cognizable under the Purchasing Ordinance 9 Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at jCerrato@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 a.ward voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, Lobbyist or Consultant shall subject sarne 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 Ordinance No. 12271 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. __. 1.6. Additional Information or Clarification Requests for additional information or clarifications must be made in writing and received by the Senior Buyer specified on the cover sheet of this RFQ, in accordance with the deadline for receipt of questions specified in the RFQ (see Section 1.4) and the Cone of Silence (see Section 1.5). The request must contain the RFQ number and tide, Proposer's name, name of Proposer's contact person, address, phone number, and facsimile number. Electronic facsimile or email requesting additional information will be received by the Sr. Buyer for this RFQ at the fax number or email specified on the cover sheet of this RFQ. Facsimiles must have a cover sheet which includes, at a minimum, the Proposer's name, name of Proposer's contact person, address, number of pages transmitted, phone number, facsimile number, and RFQ number and title. The City will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the Proposal Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFQ or in any written addendum to this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. 1.7. Award of Contract A Contract may be awarded to the most advantageous Proposer by the City Commission, The City reserves the right to execute or not execute, as applicable, a Contract with the Proposer that is determined to be in the City's best interests. Such Contracts will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.8. Contract Execution Contract will be negotiated and executed between the Successful Proposer and the City. 10 1.9. Unauthorized Work The Successful Proposer shall not begin work until a City Purchase Order ("Purchase Order") is received. The Purchase Order(s) shall specify the price and period of time allotted for the completion of the work. 1.10. Instructions Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Responses in accordance with the requirements of this RFQ. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entry in all blanks provided for the responses. The entire set of documents constitutes the RFQ. The Proposer must return these documents with all information necessary for the City to properly analyze Proposer's response in total and in the same order in which it was issued. Proposer's notes, exceptions, and comments may be rendered on an attachment, provided the same format of this RFQ text is followed. All Responses shall be returned in a sealed envelope or package with the RFQ number and opening date clearly noted on the outside of the envelope. Proposers must provide a response to each requirement of the RFQ. Responses should be prepared in a concise manner with an emphasis on completeness and clarity. 1.11. Changes / Alterations Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the Proposal deadline. 1.12. Sub-Contractor(s) or Sub-Consultant(s) A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this RFQ. A Sub -Contractor shall be paid through Proposer or Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this RFQ. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Successful Proposer 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 nor any of its Sub - Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this RFQ. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Successful Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result 11 from this RFQ, any applicable licenses, references, ownership, and other information required of Proposer. 1.13. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing to the City's Purchasing Department to the attention of the Buyer at the facsimile number or email listed in Section 1.4. Should it be necessary, a written addendum will be incorporated to the RFQ. The City will NOT be responsible for any oral instructions, clarifications, or other communications. 1.14. Disqualification The City reserves the right to disqualify Responses before or after the submission date, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. It also reserves the right to waive any immaterial defect or informality in any Responses; to reject any or all Responses in whole or in part, or to reissue a Request for Responses. 1.15. Responses / Proposal Receipt Sealed Responses will be accepted in accordance with the instructions detailed on the cover of this RFQ. After that date and time, Responses will not be accepted. The Proposer shall 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 RFQ. Responses that are not received by the CITY CLERK'S OFFICE by the deadline established in the RFQ shall not be accepted or considered by the City. 1.16. Capital Expenditures The Successful Proposer understands that any capital expenditures that the Successful Proposer makes, in order to perform the services required by the City in this RFQ, is a business risk which the Successful Proposer 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 if a Contract is awarded. 1.17. RFQ Process Milestones The anticipated schedule for this RFQ and subsequent Contract is as follows. All dates are tentative and subject to change. ➢ RFQ available for distribution May 21, 2004 ➢ Mandatory Pre -Proposal Meeting June 14, 2004 ➢ Due date for Questions June 16, 2004 ➢ Proposal Due Date June 30, 2004 ➢ Initial Meeting of Evaluation Committee July 7, 2004 ➢ Evaluation/Shortlist of Proposers by Evaluation Committee July 16, 2004 ➢ Oral Presentations of Short-listed Proposers week of July 26, 2004 ➢ Recommendation from Evaluation Committee to City Manager. July 29, 2004 ➢ Recommendation from the City Manager to the City Commission.. July 30, 2004 ➢ City Commission Approval to negotiate Contract .. September 9, 2004 I2 SECTION II 2.0 SCOPE OF SERVICES 2.1 Background Over the years, the City performed many studies in order to reinvigorate this area and held numerous public meetings regarding the future of this coastal area. The effort to redesign the Coconut Grove Waterfront Area and Spoil Islands as a Coastal Recreational Park reflects a growing public movement to provide public access, to preserve and enhance public parks in the City. 2.2 Scope of Services TASK ONE Research and Data Collection The research and data collection work shall include the review of all relevant information as well as on -site analysis, initial meetings with the City staff, City committees, and any Consultants to the City, 1.01 Survey of Existing Conditions; Dinner Key to Peacock Park + Islands, Anchorage The Successful Proposer shall review all pertinent information as well as: • Identify all site elements through drawings and photographs (all existing conditions, accessibility, structures, barriers, vegetation and utilities). • Identify and assess community needs for the master plan area. • Identify the neighborhoods serving the master plan area. • Identify neighborhood focus groups — polling mechanism. ■ Identify cultural landscapes. ■ Identify park sites. • Identify all city owned land. • Identify environmental needs where applicable. • Identify security and safety issues such as lighting, hazardous materials, contamination, spills (oil, chemicals), etc. • Identify shortfalls in operational funding of existing facilities. • Identify available grants for matching funds. 1.02 Professional Survey The City will provide to the Successful Proposer a survey of the Dinner Key to Peacock Park area east of Bayshore Drive in Coconut Grove. The Successful Proposer shall utilize the survey to facilitate the site Inventory and site analysis studies required as part of the master plan design process. 13 1.03 Research Historic References The Successful Proposer shall become familiar with the historical context of the Dinner Key to Peacock Park area in the City. The research will include a history of park users and the identification of preservation groups that can provide information in order to determine the type, chronological placement and use of the different use areas within the project area. Background information will be used to produce a developmental history of Dinner Key to Peacock Park in the City, which discusses, where applicable, the significant architecture, landscape elements and cultural and natural features of the area. The Successful Proposer shall also research successful mixed uses waterfront developments which include park open spaces in other parts of the nation. 1.04 Review Pertinent Plans and Studies City staff will provide the Successful Proposer with plans and studies as they relate to efforts in the City: demographic trends based on the 2000 census; City of Miami Comprehensive Plan, Consolidated Plan, and any other City plans. Several previous planning studies of the area will be compiled and made available to the Successful Proposer. 1.05 Integrate Economic Analysis a) Real Estate Consultant shall perform an economic analysis and market study for the Dinner Key Marina, Coconut Grove Convention Center and surrounding parking facilities, the Coconut Grove Sailing Club, anchorage, and Peacock Park. Analysis to identify appropriate size, configuration and programming of existing facilities or new uses of the identified facilities. Additional uses to be examined include but not limited to; marina, restaurant, family recreation and tourism destination. Review shall include all property within area and feasibility of integrating uses and individual tenancies under one master plan. b) Shall assess potential economic impacts of proposed recreational and environmental uses throughout study site. 1.06 Traffic Consultant/Analysis The Successful Proposer shall study existing traffic conditions and make recommendations regarding proposed vehicular circulation within the proposed master plan scenarios. 1.07 Project Meetings and Data Gathering, Project Related Community Meetings The Successful Proposer shall meet with the City and others to review data, base map information, and to attend NET coordinated, community organized meetings. The Successful Proposer shall participate in, at minimum, three (3) meetings during the Task I part of the work to be performed, and shall assess community or stakeholder satisfaction (awareness of conditions, facilities and services) by meeting with a number of concerned groups including, but not limited to, the Coconut Grove Sailing Club, the Coconut Grove Village Council, Coconut Grove Civic Club, Tree Man Trust, and local community/neighborhood groups. 14 TASK Two Public Design Workshop The Public Design phase includes assisting in the preparation and facilitation of a public involvement workshop for the Dinner Key to Peacock Park Master Plan for the City. The Public Design Workshop will be open to everyone, with particular invitations to representatives of various agencies, businesses, institutions, clubs, organizations, and community groups. The City will be responsible for the promotional effort. 2.01 Design the Workshop format The Successful Proposer shall assist in tailoring the workshop to obtain the best possible community input and resulting work products. The format will incorporate the findings of the initial site inventory and analysis, City input, and Planning Staff input. The City will coordinate the logistics with the Successful Proposer. The results of the workshop will guide the creation of the work products identified as part of this planning project. 2.02 Generate necessary maps The Successful Proposer shall create the base maps needed for the workshop with the help of the City. The City will coordinate with public agencies to provide base information including general graphic information in an AutoCAD or *.dxf format, zoning ordinances, and other regulatory information; and locations of public utilities including drainage, water, sewer and lighting. 2.03 The Community Design Workshop The Successful Proposer shall provide a staff of seven Planners, which will, include a Principal and Project Manager to facilitate the public workshop. The goal of the public workshop will be to engage the community in a discussion regarding human scale, waterfront urban design opportunities, public gathering areas for events and concerts, and the design of public open spaces within the master plan area. The format will be designed to generate individual involvement and teamwork. Participants will write and draw their ideas onto large maps that will later be used by the Successful Proposer and the City to synthesize the public's ideas. Depending on the format of the Workshop derived in Task 2.01, above, the Workshop may be, at minimum, three (3) meetings and public gatherings. TASK THREE Master Plan Beginning with the Public Design Workshop, the Successful Proposer shall work on the components that complete the Master Plan. 15 3.01 Plan Drawing The Master Plan drawings (2) shall be drawn at a scale to be determined and rendered in color. It will show the location and platting of all proposed waterfront urban design program elements, park open space areas, environmentally sensitive areas as well as the schematic design of parts. Included will be one large mass diagram of the entire area included in the master plan. 3.02 Perspective Illustrations The Successful Proposer shall provide at least three (3) renderings to illustrate the intent of the Master Plan and at least three (3) renderings to illustrate major project components. Each drawing shall be rendered in color, and shall will show typical conditions. 3.03 Dinner Key to Peacock Park Urban Master Plan The Urban Design Regulations shall be a written document that will specify the maximum and continuous public access to and along the waterfront, provide optimum waterfront views from open spaces, promenades and plazas, provide for the appropriate setback of all structures from the waterfront and address allowable uses, architecture, parking, landscape, environmental, noise, lighting, and signage comprehensively. 3.04 Dinner Key to Peacock Park Urban Design Regulations The Urban Design Regulations shall be a written document that will specify the maximum and continuous public access to and along the waterfront, provide optimum waterfront views from open spaces, promenades and plazas, provide for the appropriate setback of all structures from the waterfront and address allowable uses, architecture, parking, landscape, environmental, noise, lighting, and signage comprehensively. 3.05 Dinner Key to Peacock Park Urban Landscape Regulations The Landscape Regulations shall be a written document that will specify paving materials, site furniture, fences, bollards, site lighting, plant material and their maintenance. Maintenance regulations will include an assessment of proposed facilities and requirements for underground irrigation systems. All regulations must take into consideration security and public safety issues as part of the design. 3.06 Dinner Key to Peacock Park Urban Master Plan The Master Plan shall provide for uses and possible opportunities suitable to the character of the area. Feasibility as to cost and implementation are important components of the master plan. TASK FOUR Final Documentation The components of the Master Plan shall be combined and presented in a final bound, printed booklet. 16 4.01 Master Plan Booklet The Master Plan Booklet shall serve as a summary of the process and work to -date for this project. Formatted within the Booklet will be the following: • Feasible Master Plan • Perspective Drawings • Dinner Key to Peacock Park Urban Design Regulations The format of the booklet will be determined when the project has begun. The format is intended to be one that is easily reproducible for distribution. 4.02 Preparation, Printing, Copying, etc. of Master Plan Booklet This is a clerical task to produce copies of the Master Plan Booklet for the City. The Successful Proposer shall produce ten (10) bound copies. 4.03 Mounted Renderings The Successful Proposer shall scan the perspective drawings and plot them in color in a larger format, and mount them on foam core boards approximately 24" x 36" in size. 4.04 Dinner Key to Peacock Park Master Plan Website The Successful Proposer shall coordinate with city staff and create a website for the project. The website shall feature the documentation of the park master plan process and the outcome of the project. TASK FIVE Project Administration and Presentations 5.01 General Project Management: This task includes coordinating meetings, conducting phone calls, and reviewing and managing work products. 5.02 Task Meetings The Successful Proposer shall participate in a minimum of three (3) project -related meetings starting with a meeting with City Staff and elected officials, specifically to organize and steer the work -in -progress. 5.03 Public presentations and meetings In addition to the public meetings associated with the Public Design Workshop, the Successful Proposer shall agree to a minimum of three (3) presentations of the City's choice, starting with a presentation to the Parks Advisory Board, Waterfront Board, and the City of Miami Coconut Grove Town Meeting. 5.04 Final presentation to the City Commission The Successful Proposer shall make a minimum of three (3) presentations of the project's findings. It is anticipated that these presentations will be made to the City's Planning Advisory Board, the Waterfront Advisory Board and the City Commission. 17 2.3 LIST OF FINAL WORK PRODUCTS The Successful Proposer shall produce specific graphic and written deliverables in accordance with the requirements of the negotiated professional services agreement. A. Graphic Documents. Graphic Documents shall include the following or a reasonable equivalent, described in Task 3 above: 1) Master Plan Drawings, at a scale and size to be determined; 2) Perspective Drawings. 3) Proposed Land Use Plan B. Written Documents. The written documents shall be combined with the graphic documents into the Master Plan Report. The Graphic Documents included with be those listed above, reduced to fit the report's page layout. The written documents, described in Task 3 above, will include: 1) Dinner Key to Peacock Park Urban Design Regulations 2) Dinner Key to Peacock Park Master Plan 3) Website integration: Provider shall provide the City with the Dinner Key to Peacock Park Master Plan website that includes the final work products as listed in Section 2.3 above (A and B). C. Format of Deliverables. The Successful Proposer shall provide final work products, in an expedited time frame, to City in the following format. Graphic Documents. One (1) full size plot or print of each drawing, at a scale and size to be determined. Graphic documents shall also be included in the Master Plan Report. Digital scans of the drawings will be provided on a CD-ROM (1 copy). Written Documents. Twenty Five (25) copies and one (1) reproducible and unbound copy of the project summary, printed on paper in an appropriate format. The documents shall also be digitally stored in an appropriate computer format, and will be provided to City on a CD-ROM (1 copy). The report can also be converted into a read- only format (*.pdf), using the freeware program Adobe Acrobat Reader for reproduction by the City. The Adobe Acrobat format is usually "downloadable" from the Internet if posted to a web site. Additional Copies. The City may request additional copies of the above deliverables upon written request by the City and payment to the Successful Proposer at the actual reproduction cost previously agreed -upon, plus a fee for additional services, in accordance with this RFQ, as applicable. 18 SECTION III 3.0. RFQ GENERAL CONDITIONS 3.1. Acceptance/Rejection The City Manager reserves the right to approve the recommendation of the evaluation committee and submit to the City Commission; reject the recommendation of the evaluation committee and instruct the evaluation committee to re-evaluate and make further recommendations; reject all Proposals; or recommend that the City Commission reject all Proposals, reserves the right to accept or reject any or all Responses or to select the Proposer that, in the opinion of the City, will be in the best interest of and/or the most advantageous to the City. The City also reserves the right to reject the Response of any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this RFQ. The City reserves the right to waive any irregularities and technicalities and may, at its discretion, withdraw and/or re -advertise the RFQ. 3.2. City Not Liable for Delays It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Consultant, any sub -consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. The contract will include a no damage for delay clause. 3.3. Contract Award and City's Rights The City Manager or designee of the City, reserves the right, as it determines to be in its best interest, to accept or reject any or all responses to this RFQ, waive informalities,_technicalities, minor irregularities, and request re -bids on the services specified in the RFQ. 3.4. Cost Incurred By Proposers All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Proposer(s). 3.5. Legal Requirements This RFQ is subject to all applicable federal, state, county, City and local laws, codes, ordinances, rules and regulations that in any manner affect any and all of the services covered herein. Lack of knowledge by the Proposer shall in no way be cause for relief from responsibility. 3.6. Minority / Women Business Enterprise (MIWBE) Program Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami. Florida sets forth " a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled 20 by one or more Blacks, Hispanics or Women." To achieve the goal established by Ordinance 10062, vendors doing business with the City are encouraged to include minority firms as participants in their Responses. 3.7. Local Preference Local preference regarding this RFQ will be considered during the evaluation process for the provision of a specific service(s). 3.8. Non -Appropriation of Funds In the event no funds or insufficient funds are appropriated and budgeted or funding is otherwise unavailable in any fiscal period for payments due under the Contract, then the City, upon written notice to the Consultant or his/her assignee of such occurrence, shall have the unqualified right to terminate the Contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular of any project(s) will be awarded to any fi.rm(s). 3:9. Occupational License Requirement Any Proposer with a business location in the City, who submits a Proposal under this RFQ, shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Proposers with a business location outside the City of Miami shall meet their local Occupational License 'l'ax requirements. A copy of the license must be submitted with the Proposal; however, the City may at its sole option and in its best interest allow the Proposer to supply the license to the City during the evaluation period, but prior to award. 3.10. Payment Payments to the Successful Proposer shall be made in arrears, and based on work performed to the satisfaction of the City. No advance payments will be made at any time. Payment shall be made after delivery, within 45 days of receipt of an invoice for services/goods and pursuant to Florida Statute 218.74 (Florida's Prompt Payment Act) and other applicable laws. 3.11. One Proposal Only one (1) Proposal from an individual, firm, partnership, corporation or joint venture will be considered in response to this RFQ. 3.12. Minimum Qualification Requirements Each firm interested in responding to this Request for Qualifications must provide the information on • the firm's qualifications and experience, qualifications of the project team, Project Manager's experience, and previous similar projects, and complete and return Standard Form (SF) 254 and Form 255. Additionally, Proposer must: a. Be an established firm for a minimum of two (2) years, and Proposer, or its owner(s) and/or principal(s), must have a minimum of five (5) years related experience. b. The individual proposed as the Project Manager must have a minimum of five (5) years experience in architectural, urban design, engineering and/or landscape architectural 21 services, and have served as project manager/construction manager on similar projects on a minimum of three (3) previous occasions. See Section 5.0 "Instructions for Submitting a Response: (Submission Requirements)." Submittals that do not respond completely to all requirements may be considered non -responsive and eliminated from the process, 3.13. On-line Vendor Registration It is the policy of the City that all prospective Proposers register on-line at http://www.ci.miami.fl.us/procurement, click on the link, Vendor Registration, fill out all required fields, and indicate the commodities/services which prospective Proposer can regularly supply to the City for bid / RFQ notification purposes sent by the City to registered prospective Proposer via email or facsimile transmission, or both. Prospective Proposer who have already registered previously are not required to re -register. Unless, prospective Proposer has to update its information concerning changes such as ownership, new address, telephone number, fax, commodities, etc. Prospective Proposer can access its Vendor Profile by selecting the link; modify profile, and enter its assigned User ID and Password, All prospective Proposers should register on-line, regardless if Proposer submits a Bid or the "Statement of No Bid Form". The City will make its best effort to source all registered vendor with the related commodity or service of future bid/RFQ solicitations and send bid/RFQ notification via the email or facsimile, or both. Bid/RFQ Notification sent via e-mail to prospective Proposer will contain a link of the solicitation to download the document, and the entire document will be sent via facsimile to those prospective Proposers who choose to be contacted via fax. A Purchase Order will not be issued by the City unless the Successful Proposer has registered on-line. For any questions, contact the Vendor Registration Section at (305) 416-1913. 3.14. Public Entity Crimes A person or affiliate who has been placed on the convicted Proposer list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public work's project, may not submit a response on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being placed on the convicted Bidder / Proposer list. 3.15. Resolution of Protests Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Section 18-103 of the City's Ordinance No. 12271 describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NC) EXCEPTIONS. 22 3.16. Review of Responses for Responsiveness Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal is one which follows the requirements of the RFQ, includes all documentation, is submitted in the format outlined in the RFQ, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Proposal non -responsive. A responsible Proposer is one that has the capability in all respects to fully perform the requirements set forth in the Proposal, and that has the integrity and reliability, which will assume goad faith performance. 3.17. Sales Tax The City is State Sales Tax exempt. Notwithstanding, Proposers should be aware of the fact that all materials and supplies which are purchased by the Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08 Florida Statutes as amended and all amendments thereto and shall be paid solely by the Proposer. 3.18. First -Source Hiring Agreements. (a) The Commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the city commission at a public hearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (I JDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the City which include professional services. Services include, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. 23 (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the City training and employment programs, and other residents of the City. 3.19 Employees are Responsibility of Successful Proposer All employees of the Successful Proposer shall be considered to be, at all times, the sole employees of the Successful Proposer under its sole direction and not an employee or agent of the City. The Successful Proposer shall supply competent and physically capable employees. The City may require the Successful Proposer to remove an employee the City deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment under this contract is not in the best interest of the City. Each employee shall have and wear proper identification. All the services required herein shall be performed by the Successful Proposer, and all personnel engaged in performing the services shall be fully qualified to perform such services. All personnel of the Successful Proposer must be covered - by Workers Compensation, unemployment compensation and liability insurance, a copy of which is to be provided to the City. No personnel of the Successful Proposer may receive any City employment benefit. 3.20. Use of Name The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Proposal are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 3.21. Collusion The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement or connection either with any person, firm, or corporation submitting a Proposal for the same services, or with the City's Purchasing Department or initiating Department. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it is in compliance with the conflict of interest and code of ethics laws. The City will investigate all situations where collusion may have occurred and the City reserves the right to reject any and all Responses where collusion may have occurred. 3.22 Ownership of Documents Proposer understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Successful Proposer or which is otherwise obtained or prepared by Successful Proposer pursuant to or under the terms of the RFQ is and shall at all times remain the property of the City. Successful Proposer agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of the City, which may be withheld or conditioned by the City in its sole discretion. 3.23 Unauthorized Work Neither the qualified Proposer(s) nor any of his/her employees shall perform any work unless duly authorized by the Contract Administrator or his designated representative. The qualified Proposer(s) shall not be paid for any work performed outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 24 SECTION IV 4.0. SPECIAL CONDITIONS OF PROPOSED CONTRACT 4.1. Authorization Upon authorization of the City Commission (if required) the City Manager or his authorized designee shall negotiate all aspects of the Contract with the Successful Proposer. The City Attorney's Office will provide assistance to the City Manager or his designee during the negotiation of the Contract and must approve the Contract as to legal form and correctness prior to the City Commission's authorization (if required) for the execution of the Contract by the City Manager. The Contract shall comply with all applicable laws, City Charter, and code provisions. The contract shall include certain clauses which will safeguard the interests of the City including, without limitations, cancellation for convenience, hold harmless/indemnity, no damages for delay and no adverse interest to the City clauses. 4.2. General The Contract shall address, but not be limited to, the following terms and conditions: 4.2.1. Amendments to the Contract The City Manager shall have sole authority to amend the Contract on behalf of the City. 4.2.2. Assignment of Contract The Successful Proposer shall not assign any portions thereof, or any part of his/her operations, without written permission granted by the City through the City Manager, in the City's sole discretion. 4.2.3. Compliance with Orders and Laws and Cancellation The Successful Proposer shall comply with all local, state, and federal directives, ordinances, rules, orders, and laws as applicable to this RFQ. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of Contract. 4.2.4. Conflict of Interest If any individual member of a proposing team, or an employee of a proposing team/firm, or an immediate family member of the same is also a member of any board, commission, or agency of the City, that individual is subject to the conflict of interest provisions of the City Code, Section 2-611. The Code states that no City officer, official, employee or board, commission or agency member, or a spouse, son, daughter, parent, brother or sister of such person, shall enter into any contract, transact any business with the City, or appear in representation of a third party before the City Commission. This prohibition may be waived in certain instances by the affirmative vote of 4/5 of the City Commission, after a public hearing, but is otherwise strictly enforced and remains effective for two years subsequent to a person's departure from City employment or board, commission or agency membership. 25 This prohibition does not preclude any person to whom it applies from submitting a Proposal. However, there is no guarantee or assurance that such person will be able to obtain the necessary waiver from the City, even if such person were the Successful Proposer. A letter indicating a conflict of interest for each individual to whom it applies shall accompany the submission package. The letter must contain the name of the individual who has the conflict; the relative(s), office, type of employment or other situation which may create the conflict; the board on which the individual is or has served; and the dates of service. 4.3. Contract Administrator The Contract Administrator for the Contract shall be: Name Robert Weinreb, Project Manager or His Designee Department Office of the City Manager Address 444 S.W. 2nd Avenue, 10`f' Floor Miami, Florida 33130 4.4. Contract / Project Manager Proposer shall include the name and telephone, and/or beeper number of the firm's intended City's Project Manager. In the event the Contract is awarded to Proposer, the City's Project Manager, designated by Successful Proposer, shall be available at one of these contact numbers on a daily basis during at least regular business hours, Monday through Friday, for purposes of addressing complaints and receiving information as to Contract performance. Should the Project Manager deemed acceptable by the City leave the Successful Proposer's firm for any reason, the City reserves the right to accept or reject any other proposed Project Manager. 4.5. Indemnification The Successful Proposer shall agree to indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnities") and each of them from and against all losses, costs, penalties, fines, damages, claims, expenses (including attorney's fees), liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by the Contract which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of them or (ii) the failure of the Successful Proposer to comply with any of the requirements specified within the Contract, or the failure of the Successful Proposer to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance under the Contract. Successful Proposer expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Successful Proposer, or any of its subcontractors, if applicable and as provided above, for which the Successful Proposer's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. The Indemnifications will be interpreted to comply with 5725.06, Florida Statutes. These 26 Indemnification Provisions shall be interpreted and construed to comply with §725.06 and/or §725.08, Florida Statues, as applicable. 4.6. Insurance Within ten (10) days after notification of award, the Successful Proposer shall furnish Evidence of Insurance to the Purchasing Department, Department of Planning and Zoning, or to the Risk Management Department. These departments are located at City of Miami, 444 SW 2 Avenue, Miami, FL 33130. Please refer to Section 6.3 Indemnification and Insurance. Execution of a Contract is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this RFQ, the Successful Proposer shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Successful Proposer fails to submit the required insurance documents in the manner prescribed in this RFQ, within fifteen (15) calendar days after the Successful Proposer has been made aware of Commission award, the Proposer may be in default of the contractual terms and conditions. Under such circumstances, the Successful Proposer may be prohibited from submitting future Responses to the City. Information regarding any insurance requirements shall be directed to the Risk Management Administrator, Risk Management Department, at (305) 416-1700. Additionally, Successful Proposer may be liable to the City fur the Lust of re -procuring the scrviccs, caused by Successful Proposer's failure to submit the required documents. 4.7. Hold Harmless The Successful Proposer shall hold harmless and indemnify the City for any errors in the provision of services and for any fines which may result from the fault of the Successful Proposer. 4.8. Audit Rights and Records Retention The Successful Proposer agrees to provide access to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of the Successful Proposer which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment under the Contract and all other pending matters are closed. Successful Proposer's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of the Contract by the City. 4.9. Proposer's Warranty Proposer warrants that no one was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services specified herein. 4.10. Ownership of Documents The Successful Proposer is permitted to make and maintain duplicate copies of the files, records, documents, etc. if the Successful Proposer is desirous of such records subsequent to contract termination. However, in no way shall the confidentiality as permitted by applicable law be breached. The City shall maintain ownership of any and all documents which result' upon completion of all work. 27 4,11. Truth -In -Negotiation Certificate Execution of resulting Agreement by Successful Proposer shall act as the execution of truth -in - negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the Agreement. 28 SECTION V 5.0. INSTRUCTIONS FOR SUBMITTING A RESPONSE The following information and documents are required to be provided with Proposer's Response to this RFQ. Failure to do so may deem your proposal non -responsive. 5.1 Submission Requirements The following documents must be submitted as part of the Response to this RFQ: Each submittal must contain the following documents, each fully completed, and signed as required. Submittals which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed to be non- responsive. Non -responsive submittals will receive no further consideration. A. CONTENTS OF QUALIFICATION STATEMENT 1. Table of Contents The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages should be consecutively numbered and correspond to the Table of Contents. 2. Executive Summary Provide a Letter of Executive Summary and provide a brief narrative which includes a statement of interest; identification of key Team Members and any Sub - Consultants and work to be performed, if applicable, for each; understanding of the scope of work, the proposed approach to the work; understanding of the key elements; the project manager/contact person; and deliverables. 3, Qualifications and Experience of Proposer • Indicate the firm's number of years of experience in providing architectural, engineering and/or landscape architectural professional services. • Provide a description of similar, completed projects, including a description of the public facilitation process used in those projects; • Provide any accreditation by professional organizations; • Provide overall Experience in working with local, state, and federal government agencies, particularly in working with a diverse community and governmental constituencies; consensus building; and its ability to interface successfully with other agencies or firms. • Provide applicable Licenses and any other pertinent information; • Provide Proposer's qualifications and experience related specifically to waterfront urban design, landscape architecture, and planning, including an emphasis on open space and conceptualization of a Master Plan that integrates the waterfront. • Provide in detail Proposer's track record of work particularly with marinas and mooring areas, and its experience with an environment(s) sensitive to parks, 29 natural systems, and diverse cultural groups for engagements similar in nature to that required within this RFQ. • Provide Proposer's experience, expertise and coordination as it relates to Master Plan Development and Feasibility Analysis of a similar nature and on a similar scale; research and data collection; use of Public Workshops, etc., as applicable. • Discuss its ability to plan and design public spaces in waterfront neighborhoods that reinforce the public domain and human scale; its ability to address transportation with the capability of analyzing pedestrian, bicycle and vehicular flow patterns and linkages with and adjacent to the project area; and experience with park governance. • Submit the Proposer's Standard Form (SF) 254 (linked Attachment to RFQ) and provide any other documentation which demonstrates their ability to satisfy all of the minimum qualification requirements. Submittals which do not contain such documentation may be deemed non -responsive. 4, Ability to Perform Required Services Qualifications and Experience of the Project Team • Submit Standard Form (SF) 255 (linked Attachment to RFQ) for this engagement. • List the members of the Project Team by name, race, ethnicity, gender, language(s) spoken, and specific Tasks/assignments to be performed for this engagement. • Indicate whether each proposed member of the Project Team has worked with the Proposer on a comparable project of a similar nature prior to this time, or with other proposed members of the Team and/or Proposer. If so, include a detailed description of the Project, responsibilities of each, and whether Proposer managed said Project(s). • For the personnel to be assigned to this engagement, provide each of their qualifications. Provide a brief resume including education, experience, previous working relationships and work performed of a similar nature, licenses, and any other pertinent information should be included for each team member, including sub -consultants. Documentation should be provided which demonstrates their ability to satisfy all of the minimum requirements. Indicate specifically what role each would play and specifically what work will be performed by each member of the Team. • Describe previous redevelopment and waterfront development experience. Include demonstrated experience of a similar nature on large-scale public sector projects, both for the Project Team and those specific individuals assigned to engagement, particularly as it relates to waterfront landscape architecture, urban design, marine/coastal environmental analysis, economic . expertise, and/or creation of a Master Plan. Submittals which do not contain such documentation may be deemed non- responsive. 30 Qualifications and Experience of the Project Manager • Identify the Project Manager by name, job description, race/ethnicity/gender. • Provide a comprehensive summary of the education, licenses, experience and qualifications of the individual(s) who will be selected to serve as the Project Manager(s) for the City. (Individuals MUST have a minimum of five (5) year's experience in architectural, engineering or landscape architectural services, and have served as project manager/construction manager on similar projects on a minimum of three previous occasions.) • Provide resume, licenses and discuss in detail the Project Manager's experience of a similar nature, particularly as its demonstrated experience in waterfront landscape architecture, urban design, marine/coastal environmental analysis, economic expertise, and creation of a Master Plan. • Provide its experience and expertise as it relates to research and data collection; creation of Public Workshops, Master Plan Development and Feasibility Analysis of a similar nature and on as similar scale, and/or the coordination of all work to be performed by multiple sub consultants. Submittals which do not contain such documentation may be deemed non- responsive. 5. Previous Similar Projects Provide a list of similar projects in scope and complexity. Information should include past performance on projects of similar scope and nature, including cost and budget control, quality of work, and compliance with performance schedules and standards, along with the following information. Indicate specifically who actually performed the work, i.e., whether it was the actual Proposer as proposed; a member (present/past) of Proposer; proposed Project Team and/or Team member(s); whether proposed Project Manager of other individual not proposed spearheaded said project, etc. In its response, include; • Client Name, address, phone number. • Description of work performed by Proposer. • Year the project was completed and overall fees paid to Proposer. • Total cost of the Project and/or construction, both estimated and actual. Indicate reason(s) for any cost overruns • Describe the Proposer's most relevant master planning projects including the following information: • Project description including location, commencement and completion dates, size of area, and public process • Project photographs and renderings, 8 /a" x 11" • Specific implementation steps that were achieved following the Plan • A client contact person, preferably the city or redevelopment project manager, name, title, and telephone number for each project cited. • Provide at least one (1) Sample Master Plan previously completed by Proposer and similar in scope to that requested within this RFQ. Discuss whether any proposed Project Team members participated in the creation of the Sample Master Plan. If so, denote the responsibility of each. 31 6. Proiect Approach to Scope of Work and Schedule • Describe your overall approach and methodology including public input of desired design elements and objectives. • Provide your understanding of the Scope of Work and the Master Plan's purpose and goals. • Describe the project's approach including engagement of City officials, park representatives and community stakeholders in a public process, and its ability to interface successfully with other agencies or firms. • Discuss how Proposer would supervise each of the Project Team sub consultants, personnel and manage engagement in order to meet deadline(s) and budget. • List your current projects and discuss the firm's ability to allocate appropriate time and resources to the project, in addition to current and expected 2004-2005 workload. . _ ._ • Provide deliverables with time frames for completion of each deliverable. Specify the tune required for completion of entire engagement, and indicate the estimated number of hours to be undertaken by each proposed Team member for each task, as applicable. • Discuss the Project Manager's ability to participate in community meetings and public hearings and presentation to boards including but not limited to Parks Advisory Board, Waterfront Advisory Board, Planning Advisory Board, and the City Commission, 7. Minority/Women Business Enterprise Participation For Proposers seeking M/WBE consideration in the evaluation process, Proposers must be certified by the City, State of Florida, Miami -Dade County School Board or Miami -Dade County as an M/WBE prior to proposal submission date. Additionally, the following documents must be submitted with Proposal, if applicable: • Current City of Miami certification as an MWBE or certification from one of the above listed entities 8. Local Preference • Complete the attached Local Office Location Affidavit. • Provide location from which the Consultant will be based to perform the work. 9. Acknowledgment of Addenda and Respondent Information Forms (Section 7) "RFQ Response Forms" (see check list). Any firm(s) involved in a joint venture in its Proposal will be evaluated individually, as each firm of the joint venture would have to stand on its own merits. Proposer must clearly reflect in its Proposal any Sub -Consultants proposed to be utilized, and provide for the sub -consultant the same information required of Consultant. The City retains the right to accept or reject any Sub -Consultants proposed. 32 Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposer's proposed system that does not meet the mandatory requirements is subject to immediate disqualification. When responding to this RFQ, all Proposers shall adhere to the guidelines defined below. Any and all Responses that do not follow the prescribed format are subject to immediate disqualification. A. Completed Response forms, including all required forms included with this RFQ. Refer to Checklist(s) for guidance on the information and documentation to be provided with Response. B. Copy of Current City / County Occupational License(s), where applicable C. Additional forms and Acknowledgments Proposers should complete and submit as part of its Proposal all of the following forms and/or documents: • 7.1 RFQ Information Form • 7.2 Certificate of Authority • 7.3 Insurance Requirements • 7.4 Local Office Location Affidavit • 7.5 Debarment and Suspension Certificate • 7.6 Statement of Compliance with Ordinance 10032 • 7.7 Copy of Proposer's Occupational License • 7.8 Proof of current Miami M/WBE Certification, if applicable • 7.9 Conflict of Interest, if applicable • 7.10 Complete Proposal, including all required documentation Licenses, etc. FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 5.2. Response Format One (1) original and ten (10) bound copies, of your complete response to this RFQ must be delivered to: Ms. Priscilla A. Thompson, City Clerk City of Miami Office of the City Clerk 3500 Pan American Drive First Floor Miami, Florida 33133 Responses must be clearly marked on the outside of the package referencing RFQ NO. 03-04- 031, MASTER PLAN FOR THE COCONUT GROVE WATERFRONT AND SPOIL ISLANDS. 33 Responses received after the date and time stated in the RFQ will not be accepted and shall be returned unopened to Proposer. Responses received at any other location than the aforementioned or after the Proposal submission date and time shall be deemed non -responsive. Responses should be signed by an official authorized to bind the Proposer to the provisions given in the Proposal. Responses are to remain valid for at least 180 days. Upon award of a Contract, the contents of the Proposal of the Successful Proposer may be included as part of the Contract, at the City's discretion. Proposers must provide a response to each issue. Responses should be prepared in a concise manner with an emphasis on completeness and clarity. 34 SECTION VI EVALUATION / SELECTION PROCESS The procedure for response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening and listing of all responses received. 4. A Certification Committee consisting of design professionals and City staff will review each submission for compliance with the submission requirements of the RFQ, including verifying that each submission includes all documents required. In addition, the Certification Committee will ascertain whether the provider is qualified to render the required services according to State regulations. 5. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each certified response in accordance with the requirements of this RFQ. The Committee shall select a minimum of three (3) firms deemed to be the most highly qualified to perform the required service, unless fewer than three proposals are received, to provide brief public presentations. 6. The Evaluation Committee shall forward their recommendation to the City Manager in rank order the three (3) responses, as applicable, of which the Evaluation Committee deems to be in the best interest of the City. EVALUATION CRITERIA Responses shall be evaluated based upon the following criteria and weight: CRITERIA PERCENTAGE Qualifications and Experience of Proposer 25 Ability to Perform Required Services 20 Previous Similar Projects 25 Project Approach to Scope of Work & Schedule 25 Minority / Women Business Enterprise Participation 2.5' Local Preference (City of Miami) 2,5 100 % 35 EVALUATION/SELECTION PROCESS — Continued 7. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission, in rank order, the response or responses which the City Manager deems to be in the best interest of the City. 8. The City Commission shall consider the City Manager's and the Evaluation Committees recommendation(s) and, if appropriate and required, approve the City Manager's recommendation(s). The City Commission may also reject any or all responses. 36 I, ty uJ maim, ru.+uua 7.0. RFQ RESPONSE FORMS CHECK LIST This checklist is provided to help you conform to all form/document requirements stipulated in this RFQ and attached herein. Submitted With Proposal 7.1 RFQ Information Form This form must be completed, signed, and returned with Proposal. YES 7.2 Certificate of Authority, to be completed, signed and returned with Proposal. Complete applicable form only. 7.2.1. Certificate of Authority (If Corporation) 7.2.2. Certificate of Authority (If Partnership) 7.2.3. Certificate of Authority (If Joint Venture) 7.2.4. Certificate of Authority (If Individual) YES 7.3 Insurance Requirements Acknowledgment of receipt of information on the insurance requirements for this RFQ (must be signed) YES 7.4 Primary Office Location Affidavit, if applicable YES 7.5 Debarment and Suspension Certificate (must be signed) YES 7.6 Statement of Compliance with Ordinance 10032 YES 7.7 Proof of current Occupational License YES 7.8 Proof of current MIWBE Certification, if applicable Applies to MANSE firms registered with the City See 3.6 of General Conditions YES 7 .9 Conflict of Interest, if applicable See 4.2.5 of Special Conditions of Proposed Contract YES 37 terryur rrrmrro, rrurrua r.aa.o. �w.........,.... ... ..w 7.1. RFQ INFORMATION FORM RFQ NO. 03-04-031 MASTER PLAN FOR THE COCONUT GROVE WATERFRONT AND SPOIL ISLANDS 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: Name: Title: Authorized Signature: 38 7.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on , 20 , 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, 1 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 39 vrr) WI nna.nnr 1 r.•r w... 7.2.2 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 their execution thereof, attested by the shall be the official act and deed of this Partnership," 1 further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 40 7.2.3 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 on 20 , 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 , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 41 7.2.4 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (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 d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 42 7.3. INDEMNIFICATION AND INSURANCE INDEMNIFICATION Successful Proposer 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 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 to comply with any of the provisions in the Contract or the failure of the Successful Proposer 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 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 liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Successful Proposer further agrees to indemnify, defend and hold harmless the Indemnities from and against (i) any and all Liabilities imposed on 'account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, in any way related, directly or indirectly, to Successful Proposer's performance under the Contract, compliance with which is left by the Contract to the Proposer, and (ii) any and all claims, and/or suits for labor and materials furnished by the Successful Proposer or utilized in the performance of the Contract or otherwise. Where not specifically prohibited by law, Successful Proposer 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 shall furnish to City of Miami, c/o Capital Improvement Department, 444 SW 2"d 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: 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 Waiver of Subrogation 43 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 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 $ 1,000,000 IV. PROFESSIONAL LIABILITY/ERRORS AND OMISSIONS COVERAGE Combined Single Limit Each Occurrence 51,000,000 General Aggregate Limit $1,000,000 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. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class X" as to financial strength, by the latest edition of Best's Key Rating insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFQ NUMBER AND/OR TITLE OF RFQ MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer of his liability and obligation under this section or under any other section of this Agreement. The Successful Proposer 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 ail option terms that may be granted to the Successful Proposer. 44 --If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer 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 RFQ. 13) The City may, at its sole discretion, terminate the Contract for cause and seek re -procurement damages from the Successful Proposer 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. 45 .. N v v'.-vv 7.4. LOCAL OFFICE LOCATION AFFIDAVIT (COMPLETE ONLY IF YOUR FIRM IS LOCATED WITHIN THE CITY OF MIAMI) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Miami, Legal Name of Firm: Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [) Corporation Corporation Doc. No: Date of Issuance: Date Established: Occupational License No: Dffice .Location': PRESENT Street Address: ,City: State: How long at this location: The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. Authorized Signature Print Name Title Authorized Signature Print Name 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 Subscribed and Sworn before me that this is a true statement this day of identification: Notary Public, State of Florida My Commission expires Printed name of Notary Public [] Personally known to me; or 200_, [] Produced Please submit with your bld copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documente(s) to verify the iocation of the firm's office location. 46 7.5. 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 following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has 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 47 7.6. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Proposer will complete and submit the following questions as part of the RFQ Proposal. Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1) 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. 48